HomeMy WebLinkAboutEXECUTED CONTRACT 20-18-SW.pdfSPECIFICATIONS
____________________________________________________________
AMERICAN AVENUE DISPOSAL SITE
PHASE III – MODULES 3-8 LANDFILL GAS COLLECTION
AND CONTROL SYSTEM (LFGCCS) EXPANSION
18950 W American Ave, Kerman, CA 93630
BUDGET / ACCOUNT: 9026 / 8150
________________________________________________________
Department of Public Works and Planning
CONTRACT NUMBER 20-18-SW
Contract Number 20-18-SW
T A B L E O F C O N T E N T S
COVER SHEET
BOARD ADOPTION AND ACKNOWLEDGMENT
Engineer's Signature Consultant’s Signature
NOTICE TO BIDDERS
SPECIAL PROVISIONS
TECHNICAL SPECIFICATIONS
PROJECT DETAILS / DRAWINGS
Project Drawings/Details Self-Dealing Transactions Disclosure Form Revised Standard Specifications Dated 09-02-16
BID BOOK
Bidder’s Declaration Bid Form Abbreviations Used Signature Page Noncollusion Declaration Public Contract Code Subcontractor List Certifications Guaranty
AGREEMENT
PLANS
BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA
N O T I C E T O B I D D E R S
Sealed proposals will be received at:
https://www.bidexpress.com/businesses/36473/home
and at the Fresno County Department of Public Works and Planning (Department), Office of the
Design Engineer, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA
93721 until
2:00 P.M., (1400 hours and 00 seconds)
Thursday, March 11, 2021
Due to the COVID-19 restrictions and guidelines, the Department’s bid reception desk is
closed and all bidders are encouraged submit bids online through Bid Express.
If a bidder is unable to submit online through Bid Express, please make arrangements to
submit your bid in person or by mail by e-mailing DesignServices@fresnocountyca.gov or
calling (559) 600-9908.
Promptly following the closing of the bidding all timely submitted bids will be publicly opened and
viewable via a livestream (the link for which will be posted at
http://www.co.fresno.ca.us/planholders) for construction in accordance with the project
specifications therefor, to which special reference is made as follows:
AMERICAN AVENUE DISPOSAL SITE PHASE III MODULES 3-8 LANDFILL GAS
COLLECTION AND CONTROL SYSTEM (LFGCCS) EXPANSION
18950 W AMERICAN AVE, KERMAN, CA 93630
CONTRACT NUMBER 20-18-SW
The work to be done consists, in general, of installing 23 new single depth Landfill Gas (LFG) vertical
extraction wells and 15 LFG horizontal extraction wells; installing header and lateral piping to
connect new extraction wells to the collection system; furnishing, installing and testing 6 condensate
sumps, associated pumps and furnishing all appurtenances and performing all incidental work to
effectuate the planned expansion of the site’s landfill gas collection and control system.
A pre-bid conference will be held at 10:00 a.m., on WEDNESDAY, FEBRUARY 24, 2021. A
discussion of the project will be held and the project sites will be open for examination. Contractors
should meet at American Avenue Disposal Site, 18950 W American Ave, Kerman, CA 93630.
Attendance at the pre-bid is not mandatory; however, the scheduled pre-bid will be the only
opportunity for prospective bidders to visit the site in the presence of County staff, and requests for
individual site visits with County staff will not be granted.
Note that the pre-bid meeting will be conducted exclusively out of doors and that attendees
will not be requested to sign in or otherwise handle any materials provided or touched by
Contract Number 20-18-SW Notice to Bidders - 2
County staff. Attendees are requested to each ensure that appropriate social distancing is
maintained at all times during the meeting, and all attendees are required to wear facial
covering for the duration of the meeting.
The Department has made a public interest finding on January 12, 2021 and has determined that
the following items (Refer to Section 01 60 00-2) shall be used for this project and no substitution
shall be allowed:
Supplier: QED Environmental Systems, Inc.
Products: 2-inch QED Vertical wellhead, Model ORP215M 6-inch, 2-inch QED Horizontal wellhead,
Model ORP215MHL 6-inch, QED Vertical Orifice Plate Kit, Model 40640, QED Horizontal Orifice
Plate Kit, Model 40690, QED Stabilizer™ well cap, Model GWC62, 2-inch QED Solarguard™ flex
hose (100-foot roll), Model 40946, QED high strength stainless steel hose band kit for Solarguard™
Flex Hose, Model 40979, 6-inch by 2-inch Fernco Flexseal coupling, Model 1056-62, and 2-inch
Fernco Flexseal coupling, Model 1056-215
Supplier: Real Environmental Products (REP)
Products: Auto Sump 7000-I-24/36-DC with Viridian VP4-BL submersible pump and Infa-just pipe
supports/anchors 6000 Series
The County of Fresno is committed to increasing the availability of employment and training
opportunities, and requires that the Contractor and each subcontractor employed on this
Project shall use their best efforts to ensure that thirty-three percent (33%) of apprentice
hours are performed by qualified participants in state approved apprenticeship programs
who also are current or former “Welfare-to-Work” participants in the CalWORKs program.
Attention is directed to “Apprentices” in Section 7 of these special provisions.
Incentives whereby the Contractor or subcontractor receives partial reimbursement for the
wages paid to apprentices who qualify may be available. The incentive program is
administered by the County of Fresno, Department of Social Services, Employment
Resource Center. For questions regarding the incentive program, contact the Employment
Resource Center at (559) 600-5370.
Bidders may fill out a Request to be Added to Planholders list:
https://www.co.fresno.ca.us/departments/public-works-planning/divisions-of-public-works-and-
planning/design-division/planholders-list-request-to-be-added
Requesters will then be listed as a planholder for the project on the website and receive notifications
and addenda issued for the project.
Prospective bidders may also select the project on www.BidExpress.com. Those that demonstrate
interest in the project will be added to the planholders list, and receive notifications and addenda
issued for the project.
Planholder and exchange/publication names may be obtained from the Fresno County website at
http://www.co.fresno.ca.us/planholders.
Electronic copies, in “.pdf” file format, of the official project plans and specifications, bid books and
proposal sheets, and such additional supplemental project information as may be provided, are
available to view, download, and print at http://www.co.fresno.ca.us/planholders.
Contract Number 20-18-SW Notice to Bidders - 3
If a bidder is unable to submit a bid via Bid Express, Bid Books, which contain bid proposal sheets
necessary to submit a bid, may be obtained within the Specifications documents posted on the
Fresno County website.
Electronic bids shall be submitted via the BidExpress website. Hardcopy bids shall be submitted in
a sealed envelope addressed to the Department and labeled with the name of the bidder, the name
of the project and the statement “Do Not Open Until The Time Of Bid Opening.”
Bid security in the amount of ten (10) percent of the amount of the bid, and in the form of a bid bond
issued by an admitted surety insurer licensed by the California Department of Insurance, cash,
cashier's check or certified check shall accompany the bid. You must either attach an electronic bid
bond or provide an original bid bond (or other form of bid security authorized by Public Contract
Code Section 20129(a)), prior to the bid opening. Bid security shall be made in favor of the County
of Fresno.
Hardcopy bid bonds shall be submitted in a sealed envelope addressed to the Department and
labeled with the name of the bidder, the name of the project and the statement “Do Not Open Until
The Time Of Bid Opening – BID BOND”
A Summary of Bids and a list of subcontractors for the apparent low bidder will be posted at the
above listed website, generally within 24 hours of the Bid Opening.
All questions regarding this project shall be in writing and shall be received by the Department of
Public Works and Planning, Design Division, no later than 2:00 P.M. on the seventh (7th) calendar
day before bid opening. Any questions received after this deadline will not receive a response
unless the Department of Public Works and Planning elects to issue an addendum to revise the bid
opening date. In the event that the bid opening date is revised, the deadline for questions will be
extended to no later than 2:00 P.M. on the seventh (7th) calendar day before the revised bid opening
date. Questions shall be submitted on the “Request for Clarification Form” provided on our website:
http://www.co.fresno.ca.us/departments/public-works-and-planning/construction-bidding-
opportunities/20-18-sw/20-18-sw-request-for-clarification-form
Any changes to, or clarification of, the project plans and specifications shall be in the form of a
written addendum issued to planholders of record. Questions that prompt a change or clarification
shall be included in the addendum with the subsequent answer.
Any oral explanation or interpretations given to this project are not binding.
No contract will be awarded to a contractor who has not been licensed in accordance with the
provisions of the Contractors State License Law, California Business and Professions Code,
Division 3, Chapter 9, as amended, or whose bid is not on the proposal form included in the contract
document. A valid California Contractor's License, Class A (General Engineering), is required for
this project.
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 County of Fresno, Department of Public Works and Planning,
2220 Tulare Street, Sixth Floor, Fresno CA 93721-2104 and available from the California
Contract Number 20-18-SW Notice to Bidders - 4
Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD. Future
effective general prevailing wage rates, which have been predetermined and are on file with the
California Department of Industrial Relations are referenced but not printed in the general prevailing
wage rates.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
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
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 contract is subject to state contract nondiscrimination and compliance requirements pursuant
to Government Code, Section 12990.
The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid
rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m.
and 5:00 p.m., Eastern Time, Telephone No. 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.
Bids are required for the entire work described herein. Bids will be compared on the basis of the
cumulative sum of the bid amounts listed for the individual line items.
The successful bidder shall furnish a faithful performance bond in the amount of 100 percent of the
contract amount and a payment bond in the amount of 100 percent of the contract amount. Each
bond specified in this Notice (bid bond, faithful performance bond and payment bond) shall meet
the requirements of all applicable statutes, including but not limited to those specified in Public
Contract Code section 20129 and Civil Code section 3248.
Each bond specified in this Notice shall be issued by a surety company designated as an admitted
surety insurer in good standing with and authorized to transact business in this state by the
California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned
that representations made by surety companies will be verified with the California Department of
Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of
a proposed surety company, may require the surety company to provide additional information
supported by documentation. The County generally requires such information and documentation
whenever the proposed surety company has either a Best’s Key Rating Guide of less than A and a
financial size designation of less than VIII. Provided, however, that the County expressly reserves
its right to require all information and documentation to which the County is legally entitled from any
proposed surety company.
Pursuant to Public Contract Code Section 22300, substitution of securities for any moneys withheld
by the County of Fresno to ensure performance under the contract shall be permitted.
The Board of Supervisors reserves the right to reject any or all bids.
Contract Number 20-18-SW Notice to Bidders - 5
Board of Supervisors, County of Fresno
Jean Rousseau, County Administrative Officer
Bernice E. Seidel, Clerk to the Board
Issue Date: February 9, 2021
Contract Number 20-18-SW
Special Provisions
AADS LFGCCS PHASE III MOD 3-8 1 Contract 20-18-SW
DIVISION I GENERAL PROVISIONS
1 GENERAL
1-1.01 GENERAL
Add to the beginning of Section 1:
The work is done in accordance with the 2015 Standard Specifications, 2015 Standard Plans and the
following special provisions.
Where these special provisions indicate to replace, add to, delete, delete from, or otherwise modify a
“section,” or a portion thereof, the section or portion thereof to which such modification is to be applied is
the section or portion thereof with the corresponding numbering in the 2015 Standard Specifications.
Except to the extent that they may conflict with these special provisions, revised standard specifications
apply if included in the project details section of the book entitled “Specifications.”
Revised standard plans apply if listed on the “List of Revised Standard Plans,” if any, in these special
provisions; or if shown or referenced on the project plans or in the project details section of the book
entitled “Specifications.”
In case of conflict between the Standard Specifications and these special provisions, the special
provisions shall take precedence over and be used in lieu of such conflicting portions.
In case of conflict between applicable revised standard specifications and these special provisions, the
special provisions shall take precedence over and be used in lieu of such conflicting portions.
Add to the end of section 1-1.01:
Refer to Section 01 20 00 “MEASURE AND PAYMENT”
Add to the 1st table of section 1-1.06:
SJVAPCD San Joaquin Valley air pollution control district
AQMD air quality management district
CISS cast-in-steel shell
CSL crosshole sonic logging
GGL gamma-gamma logging
METS Caltrans Material Engineering and Testing Services
Add to section 1-1.06:
Abbreviations in the Bid Item List are also used in Proposal 2 Bid Item List.
Replace Section 1-1.07 with:
1-1.07 DEFINITIONS
1-1.07A General
Interpret terms as defined in the Contract documents.
1-1.07B Glossary
abandon: Render unserviceable in place.
acts of God: Acts of God as defined in Pub Cont Code § 7105.
activity: Task, event, or other project element on a schedule that contributes to completing the project.
An activity has a description, start date, finish date, duration, and one or more logic ties.
adjust: Raise or lower a facility to match a new grade line.
AADS LFGCCS PHASE III MOD 3-8 2 Contract 20-18-SW
aerially deposited lead: Lead primarily from vehicle emissions deposited within unpaved areas or
formerly unpaved areas.
Authorized Facility Audit List: Caltrans-developed list of facilities. For the Authorized Facility Audit List,
go the METS website.
authorized laboratory: Independent testing laboratory (1) not employed or compensated by any
subcontractor or subcontractor's affiliate providing other services for the Contract and (2) authorized
by the Department.
Authorized Material List: Caltrans-developed list of authorized materials. For the Authorized Material
List go to the METS website.
Authorized Material Source List: Caltrans-developed list of authorized source materials. For the
Authorized Material Source List go to the METS website.
base: Layer of specified material of planned thickness placed immediately below the pavement or
surfacing.
basement material: Material in an excavation or embankment under the lowest layer to be placed.
bid item: Work unit for which the Bidder provides a price.
Bid Item List: List of bid items, units of measure, and the associated quantities. The verified Bid Item List
is the Bid Item List with verified prices. The Contract Proposal (Proposal 2) of Low Bidder at the
Department's website is the verified Bid Item List. After contract award, interpret a reference to the
Bid Item List as a reference to the verified Bid Item List.
borrow: Fill acquired from an excavation source outside the described cut area.
1. local borrow: Material obtained by widening cuts or excavating from sources outside the planned or
authorized cross section on the job site. The location of the local borrow is described or designated
by the Engineer.
2. imported borrow: Borrow that is not local borrow.
bridge: Structure that:
1. Has a bridge number
2. Carries a (1) utility, (2) railroad, or (3) vehicle, pedestrian, or other traffic over, under, or around
obstructions or waterways
building-construction contract: Contract that has Building Construction on the cover of the Notice to
Bidders and Special Provisions.
California Test: Caltrans-developed test for determining work quality. For California Tests, go to the
METS website.
Caltrans: State of California Department of Transportation
certificate of compliance: Certificate stating the material complies with the Contract.
Certified Industrial Hygienist: Industrial hygienist certified in comprehensive practice by the American
Board of Industrial Hygiene.
change order work: Work described in a Change Order, including extra work and work described in the
Contract as change order work.
closure: Closure of a traffic lane or lanes, including shoulder, ramp, or connector lanes, within a single
traffic control system.
commercial quality: Quality meeting the best general practices.
AADS LFGCCS PHASE III MOD 3-8 3 Contract 20-18-SW
commercial source: Established business operating as a material source for the general public.
Contract: Written and executed contract between the Department and the Contractor.
Contract acceptance: Director's written acceptance of a completed Contract.
Contract time: Number of original working days as adjusted by any time adjustment.
Contractor: Person or business or its legal representative entering into a Contract with the Department
for performance of the work.
controlling activity: Construction activity that will extend the scheduled completion date if delayed.
County: The County of Fresno
critical path: Longest continuous chain of activities for the project that has the least amount of total float
of all chains. In general, a delay on the critical path extends the scheduled completion date.
critical path method: Network-based planning technique using activity durations and relationships
between activities to calculate a schedule for the entire project.
culvert: Structure other than a bridge that provides an opening under a roadway.
data date: Day after the date through which a schedule is current. Everything occurring earlier than the
data date is as-built and everything on or after the data date is planned.
day: 24 consecutive hours running from midnight to midnight; calendar day.
1. business day: Day on the calendar except a Saturday and a holiday.
2. working day: Time measure unit for work progress. A working day is any 24-consecutive-hour period
except:
2.1. Saturday and a holiday.
2.2. Day during which you cannot perform work on the controlling activity for at least 50 percent of
the scheduled work shift with at least 50 percent of the scheduled labor and equipment due to
any of the following:
2.2.1. Adverse weather-related conditions.
2.2.2. Traffic maintenance under the Contract.
2.2.3. Suspension of a controlling activity that you and the Engineer agree benefits both
parties.
2.2.4. Unanticipated event not caused by either party, such as:
2.2.4.1. Act of God
2.2.4.2. Act of a public enemy.
2.2.4.3. Epidemic.
2.2.4.4. Fire.
2.2.4.5. Flood.
2.2.4.6. Governor-declared state of emergency.
2.2.4.7. Landslide.
2.2.4.8. Quarantine restriction.
2.2.5. Issue involving a third party, including:
2.2.5.1. Industry or area-wide labor strike.
2.2.5.2. Material shortage.
2.2.5.3. Freight embargo.
2.2.5.4. Jurisdictional requirement of a law enforcement agency.
2.2.5.5. Workforce labor dispute of a utility or nonhighway facility owner resulting in
a nonhighway facility rearrangement not described and not solely for the
Contractor's convenience. Rearrangement of a nonhighway facility includes
installation, relocation, alteration, or removal of the facility.
2.3. Day during a concurrent delay.
3. original working days:
AADS LFGCCS PHASE III MOD 3-8 4 Contract 20-18-SW
3.1. Working days to complete the work shown on the Notice to Bidders for a non-cost-plus-time-
based bid
3.2. Working days bid to complete the work for a cost-plus-time-based bid
Where working days is specified without the modifier original in the context of the number of working
days to complete the work, interpret the number as the number of original working days as adjusted
by any time adjustment.
deduction: Money permanently taken from a progress payment or the final payment. Deductions are
cumulative and are not retentions under Pub Cont Code § 7107.
delay: Event that extends the completion of an activity.
1. excusable delay: Delay caused by the Department and not reasonably foreseeable when the work
began, such as:
1.1. Change in the work
1.2. Department action that is not part of the Contract
1.3. Presence of an underground utility main not described in the Contract or in a location
substantially different from that specified
1.4. Described facility rearrangement not rearranged as described, by the utility owner by the date
specified, unless the rearrangement is solely for the Contractor's convenience
1.5. Department's failure to obtain timely access to the right-of-way
1.6. Department's failure to review a submittal or provide notification in the time specified
2. critical delay: Excusable delay that extends the scheduled completion date
3. concurrent delay: Occurrence of at least 2 of the following events in the same period of time, either
partially or entirely:
3.1. Critical delay
3.2. Delay to a controlling activity caused by you
3.3. Non–working day
Department: The Fresno County Board of Supervisors and its authorized representatives.
District Office: County of Fresno Department of Public Works and Planning
detour: Temporary route for traffic around a closed road part. A passageway through a job site is not a
detour.
Director: Department's Chairman
disadvantaged business enterprise: Disadvantaged business enterprise as defined in 49 CFR 26.5.
dispose of: Remove from the job site.
divided highway: Highway with separated traveled ways for traffic, generally in opposite directions.
Engineer: The County’s Director of Public Works and Planning, acting through their authorized
designees.
early completion time: Difference in time between an early scheduled completion date and the work
completion date.
environmentally sensitive area: Area within or near construction limits where access is prohibited or
limited to protect environmental resources.
estimated cost: Estimated cost of the project as shown on the Notice to Bidders.
extra work: Any work, desired or performed, but not included in the original Contract.
federal-aid contract: Contract that has a federal-aid project number on the cover of the Specifications.
AADS LFGCCS PHASE III MOD 3-8 5 Contract 20-18-SW
final pay item: Bid item whose quantity shown on the Bid Item List is the quantity paid.
finished grade: Final surface of the completed facility. If the work under the Contract includes stage
construction, the relation between the finished grade and the work under the Contract is shown.
fixed cost: Labor, material, or equipment cost directly incurred by the Contractor as a result of performing
or supplying a particular bid item that remains constant regardless of the item's quantity.
float: Difference between the earliest and latest allowable start or finish times for an activity.
1. Department-owned float: Time saved on the critical path by actions of the Department. It is the last
activity shown on the schedule before the scheduled completion date.
force account work: Work ordered on a construction project without an existing agreement on its cost,
and performed with the understanding that the contractor will bill the owner according to the cost of
labor, materials, and equipment, plus a certain percentage for overhead and profit.
grading plane: Basement material surface on which the lowest layer of subbase, base, pavement,
surfacing, or other specified layer is placed.
highway: Whole right-of-way or area reserved for use in constructing the roadway and its appurtenances.
holiday: Holiday shown in the following table:
Holidays
Holiday Date observed
Every Sunday Every Sunday
New Year's Day January 1st
Birthday of Martin Luther King, Jr. 3rd Monday in January
Presidents’ Day 3rd Monday in February
Cesar Chavez Day March 31st
Memorial Day Last Monday in May
Independence Day July 4th
Labor Day 1st Monday in September
Veterans Day November 11th
Thanksgiving Day 4th Thursday in November
Day after Thanksgiving Day Day after Thanksgiving Day
Christmas Day December 25th
If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a Sunday, the Monday
following is a holiday. If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a
Saturday, the preceding Friday is a holiday.
hours of darkness: Hours of darkness as defined in Veh Code § 280.
idle equipment: Equipment:
1. On the job site at the start of a delay
2. Idled because of the delay
3. Not operated during the delay
informal-bid contract: Contract that has Informal Bid Authorized by Pub Cont Code § 10122 on the
cover of the Notice to Bidders and Special Provisions.
job site: Area within the defined boundaries of a project.
Labor Surcharge and Equipment Rental Rates: Caltrans publication that lists labor surcharge and
equipment rental rates.
AADS LFGCCS PHASE III MOD 3-8 6 Contract 20-18-SW
landscaping: Practice of a landscaping contractor under 16 CA Code of Regs § 832.27.
material: Any product or substance specified for use in the construction of a project.
material shortage:
1. Shortage of raw or produced material that is area-wide and caused by an unusual market condition
except if any of the following occurs:
1.1. Shortage relates to a produced, nonstandard material
1.2. Supplier's and the Contractor's priority for filling an order differs
1.3. Event outside the United States for a material produced outside the United States
2. Unavailability of water that delays a controlling activity
material source facility audit: Self-audit and a Caltrans audit evaluating a facility's capability to
consistently produce materials that comply with Caltrans standards.
median: Portion of a divided highway separating the traveled ways including inside shoulders.
milestone: Event activity that has zero duration and is typically used to represent the start or end of a
certain stage of the project.
mobilization: Preparatory work that must be performed or costs incurred before starting work on the
various items on the job site (Pub Cont Code § 10104).
modify: Add to or subtract from an appurtenant part.
narrative report: Document submitted with each schedule that discusses topics related to project
progress and scheduling.
near critical path: Chain of activities with total float exceeding that of the critical path but having not
more than 10 working days of total float.
obliterate: Place an earth cover over or root, plow, pulverize, or scarify.
Office engineer: The Director of Public Works and Planning for the County of Fresno
Owner: County of Fresno
pavement: Uppermost layer of material placed on a traveled way or shoulder.
plans: Standard plans, revised standard plans, and project plans.
1. standard plans: Drawings standard to Department construction projects. These plans are in a
book titled Standard Plans.
2. revised standard plans: New or revised standard plans. These plans are listed in the List of
Revised Standard Plans in a book titled Specifications.
3. project plans: Drawings specific to the project, including authorized shop drawings. These plans
also include a section titled Project Details of a book titled Specifications.
plant establishment period: Number of days shown on the Notice to Bidders for plant establishment.
quality characteristic: Characteristic of a material that is measured to determine conformance with a
given requirement.
quality control plan: Contractor's plan to ensure QC.
reconstruct: Remove and disassemble and construct again at an existing or new location.
relocate: Remove and install or place in a new location.
remove: Remove and dispose of.
AADS LFGCCS PHASE III MOD 3-8 7 Contract 20-18-SW
reset: Remove and install or place laterally at the same station location.
roadbed: Roadway portion extending from the curb line to curb line or the shoulder line to shoulder line.
A divided highway has 2 roadbeds.
roadside: Area between the outside shoulder edge and the right-of-way limits.
roadway: Portion of the highway within the outside lines of curbs, sidewalks, slopes, ditches, channels,
or waterways. A roadway includes the structures and features necessary for safety, protection of
facilities, and drainage.
salvage: Remove, clean, and haul to a specified location.
schedule:
1. baseline schedule: Initial schedule showing the original work plan starting on the date of Contract
approval. This schedule shows no completed work to date and no negative float or negative lag to
any activity.
2. revised schedule: Schedule that incorporates a proposed or past change to logic or activity
durations.
3. updated schedule: Current schedule developed from the accepted baseline and any subsequent
accepted updated or revised schedules through regular monthly review to incorporate actual past
progress.
scheduled completion date: Planned work completion date shown on the current schedule.
shoulder: Roadway portion contiguous with the traveled way for accommodation of a stopped vehicle,
emergency use, and lateral support of base and surface courses.
small tool: Tool or piece of equipment not listed in Labor Surcharge and Equipment Rental Rates that
has a replacement value of $500 or less.
specifications: Standard specifications, revised standard specifications, and special provisions.
1. standard specifications: Specifications standard to Department construction projects. These
specifications are in a book titled Standard Specifications.
2. revised standard specifications: New or revised standard specifications. These specifications
are in a section titled Revised Standard Specifications of a book titled Specifications.
3. special provisions: Specifications specific to the project. These specifications are in a section
titled Special Provisions of a book titled Specifications, Division I and Division II.
4. Technical specifications: Specifications specific to the project immediately after the Special
Provisions identified as DIVISION 00, 01, 23, 31, 33 and 44
State: State of California, including its agencies, departments or divisions whose conduct or action is
related to the work.
Structure Design: Offices of Structure Design of the Department of Transportation.
subbase: Layer of material between a base and the basement material.
subgrade: Roadbed portion on which pavement, surfacing, base, subbase, or a layer of any other
material is placed.
submittal:
1. action submittal: Written and graphic information and samples that require the Department's
response.
2. informational submittal: Written information that does not require the Department's response.
AADS LFGCCS PHASE III MOD 3-8 8 Contract 20-18-SW
substantial defects: Defects plainly seen as damaged, displaced, or missing parts or improper
functioning of materials, parts, equipment, or systems.
substructure: Bridge parts below the bridge seats, pier tops, and haunches for rigid-framed bridges or
spring lines for arched bridges; includes abutment backwalls, abutment parapets, and wingwalls.
superstructure: Bridge parts except the substructure.
supplemental project information: Information relevant to the project, specified as supplemental project
information, and made available to bidders.
surfacing: Uppermost layer of material placed on a traveled way or shoulders; pavement.
time impact analysis: Analysis using a CPM schedule developed specifically to demonstrate the effect a
proposed or past change or delay has on the current scheduled completion date.
time-scaled network diagram: Graphic depiction of a CPM schedule comprised of activity bars with
relationships for each activity represented by arrows. The tail of each arrow connects to the activity
bar for the predecessor and points to the successor.
total bid: Sum of the item totals as verified by the Department; original Contract price.
total float: Amount of time that an activity or chain of activities can be delayed before extending the
scheduled completion date.
traffic: Pedestrians, bicyclists, ridden or herded animals, vehicles, streetcars, and other conveyances
either singularly or together while using any highway for purposes of travel.
traffic lane: Portion of traveled way used for the movement of a single line of vehicles.
traveled way: Portion of the roadway for the movement of vehicles, exclusive of the shoulders, berms,
sidewalks, and parking lanes.
tunnel: Tunnel as defined in 8 CA Code of Regs § 8405 et seq.
unauthorized work: Work performed beyond the lines and grades described in the Contract or
established by the Engineer or extra work performed without Department authorization.
unsuitable material: Material encountered below the natural ground surface in embankment areas or
below the grading plane in excavation areas that the Engineer determines to be in any of the
following conditions:
1. Of such unstable nature that it cannot be compacted to the specified density using ordinary methods
at optimum moisture content.
2. Too wet to be properly compacted and cannot be dried before incorporating it into the work.
Excessive moisture alone is not sufficient cause for determining that the material is unsuitable.
3. Inappropriate for the planned use.
withhold: Money temporarily or permanently taken from a progress payment.
work: Resources and activities required for Contract acceptance, including labor, materials, equipment,
and the created product.
work plan: Detailed formulation of a program of action.
work zone: Area of a highway with construction, maintenance, or utility work activities.
1-1.08 DISTRICTS
Replace Section 1.08 with:
Not Used
AADS LFGCCS PHASE III MOD 3-8 9 Contract 20-18-SW
Add to the end of Section 1-1.09
This project is not in a freeze-thaw area.
Replace Section 1-1.11 with:
1-1.11 WEBSITES, ADDRESSES, AND TELEPHONE NUMBERS
Websites, Addresses, and Telephone Numbers
Reference or
agency or
department unit Website Address Telephone no.
Authorized
Material Lists
Authorized
Material Source
Lists
https://dot.ca.gov/program
s/engineering-
services/authorized-
materials-lists
-- --
CA Unified
Certification
Program's list of
certified DBEs
https://dot.ca.gov/program
s/civil-rights/dbe-search -- --
California
MUTCD
https://dot.ca.gov/program
s/safety-
programs/camutcd
-- --
Department http://www.co.fresno.ca.us
2220 Tulare Street
Design Division – Seventh Floor
Fresno, CA 93721
(559) 600-9908
Department of
Conservation,
Office of Mine
Reclamation
http://www.conservation.c
a.gov/dmr/-- --
Department of
Industrial
Relations
http://www.dir.ca.gov
455 Golden Gate Ave
San Francisco CA 94102 --
Design
Services -
Contract
Administration,
Planholders,
Bid Results
https://www.co.fresno.ca.u
s/departments/public-
works-planning/contractor-
bids-plan-holders-
electronic-plans-bid-
results
2220 Tulare Street
Design Division – Seventh Floor
Fresno, CA 93721
Tel: (559) 600-
9908
Fax:(559) 455-
4609 Email:
DesignServices@
fresnocountyca.g
ov
Division of
Accounting,
Office of
External
Accounts
Payable
https://dot.ca.gov/program
s/accounting
Major Construction Payment and
Information Unit
Office of External Accounts Payable
Division of Accounting
Department of Transportation
P.O. Box 168043
Sacramento, CA 95816-8043
(916) 227-9013
Division of
Construction
http://www.dot.ca.gov/hq/c
onstruc/ -- --
Geotechnical
Services
http://www.dot.ca.gov/hq/e
sc/geotech
Geotechnical Services
Department of Transportation
5900 Folsom Blvd
Sacramento, CA 95819-4612
(916) 227-7000
METS http://www.dot.ca.gov/hq/e
sc/Translab/
Materials Engineering and Testing
Services
Department of Transportation
5900 Folsom Blvd
Sacramento, CA 95819-4612
(916) 227-7000
MPQP
https://dot.ca.gov/program
s/construction/material-
plant-quality-program
-- --
AADS LFGCCS PHASE III MOD 3-8 10 Contract 20-18-SW
AADS LFGCCS PHASE III MOD 3-8 11 Contract 20-18-SW
Office Engineer --
Director of Public Works & Planning
Fresno County
2220 Tulare St, 8th Floor
Fresno, CA 93721
(559) 600-4078
Offices of
Structure
Design,
Documents Unit
--
MSC 9-4/4I
Documents Unit Offices of Structure
Design
Department of Transportation
1801 30th St
Sacramento, CA 95816-7006
(916) 227-0716
Publication
Distribution Unit --
Publication Unit
Department of Transportation
1900 Royal Oaks Dr
Sacramento, CA 95815-3800
--
Replace Section 1-1.12 with:
1-1.12 MISCELLANY
Make checks and bonds payable to the County of Fresno.
Replace Section 2 with:
2 BIDDING
2-1.01 GENERAL
Section 2 includes specifications related to bid eligibility and the bidding process.
2-1.02 BID INELIGIBILITY
A firm that has provided architectural or engineering services to the Department for this contract before
bid submittal for this contract is prohibited from any of the following:
1. Submitting a bid
2. Subcontracting for a part of the work
3. Supplying materials
2-1.03 CONTRACTOR REGISTRATION
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 limited
exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].
2-1.04–2-1.05 RESERVED
2-1.06 BID DOCUMENTS
2-1.06A General
The Bid book includes bid forms and certifications and may be requested from Design Services and are
available online at http://www.BidExpress.com.
The Specifications includes the Notice to Bidders, revised standard specifications, project details, and
special provisions.
The Specifications, project plans, and any addenda to these documents may be accessed at Design
Services.
The Standard Specifications and Standard Plans may be purchased at the Publication Distribution Unit or
accessed online at https://dot.ca.gov/programs/design/ccs-standard-plans-and-standard-specifications.
AADS LFGCCS PHASE III MOD 3-8 12 Contract 20-18-SW
2-1.06B Supplemental Project Information
The Department makes the following supplemental project information available:
Supplemental Project Information
Where Available Description
Included in Project Details Title V Permit to Operate in San Joaquin Air Pollution
Districts Limits
Available on Design Services webpage N/A
If as-built drawings are available they may not show existing dimensions and conditions. Where new
construction dimensions are dependent on existing bridge dimensions, verify the field dimensions and
adjust the dimensions of the work to fit the existing conditions.
2-1.06C–2-1.06D Reserved
2-1.07 JOB SITE AND DOCUMENT EXAMINATION
Examine the job site and bid documents. Notify the Department of apparent errors and patent ambiguities
in the plans, specifications, and Bid Item List. Failure to do so may result in rejection of a bid or rescission
of an award.
Bid submission is your acknowledgment that you have examined the job site and bid documents and are
satisfied with:
1. General and local conditions to be encountered
2. Character, quality, and scope of work to be performed
3. Quantities of materials to be furnished
4. Character, quality, and quantity of surface and subsurface materials or obstacles
5. Requirements of the contract
2-1.08 RESERVED
2-1.09 BID ITEM LIST
Submit a bid based on the bid item quantities the Department shows on Proposal 2.
2-1.10 SUBCONTRACTOR LIST
On the Subcontractor List form, list each subcontractor to perform work in an amount in excess of 1/2 of 1
percent of the total bid or $10,000, whichever is greater (Pub Cont Code § 4100 et seq.).
For each subcontractor listed, the Subcontractor List form must show:
1. Business name and the location of its place of business.
2. California contractor license number for a non-federal-aid contract.
3. Public works contractor registration number.
4. Portion of work it will perform. Show the portion of the work by:
4.1. Bid item numbers for the subcontracted work
4.2. Percentage of the subcontracted work for each bid item listed
4.3. Description of the subcontracted work if the percentage of the bid item listed is less than 100
percent
AADS LFGCCS PHASE III MOD 3-8 13 Contract 20-18-SW
2-1.11 RESERVED
2-1.12 RESERVED
2-1.13–2-1.30 RESERVED
Replace section 2-1.31 with:
2-1.31 RESERVED
2-1.31 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS
You may opt out of the payment adjustments for price index fluctuations specified in section 9-1.07. To
opt out, submit a completed Opt Out of Payment Adjustments for Price Index Fluctuations form under
section 2-1.33.
2-1.32 RESERVED
2-1.33 BID DOCUMENT COMPLETION AND SUBMITTAL
2-1.33A General
Complete forms in the Bid book.
Submit an electronic bid online at http://www.BidExpress.com (Section 2-1.33D) or submit a hardcopy bid:
1. Under sealed cover
2. Marked as a bid
3. Identifying the contract number and the bid opening date
Certain bid forms must be submitted with the bid and properly executed.
Certain other forms and information must be submitted either with the bid or within the prescribed period
after bid opening as specified elsewhere in these special provisions.
Failure to submit the forms and information as specified results in a nonresponsive bid.
If an agent other than the authorized corporation officer or a partnership member signs the bid, file a
Power of Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may
be nonresponsive.
2-1.33B Bid Item List and Bid Comparison
Submit a bid based on the bid item quantities the Department shows on Proposal 2. Bids will be
evaluated and the low bidder determined as indicated in the Notice to Bidders.
Do not submit an unbalanced bid. An unbalanced is a bid is one in which one or more bid items is/are
considered by the Department to have been bid at an amount that is unreasonably high or unreasonably
low. A bid may be considered to be non-responsive and may be rejected if it is considered by the
Department to be unbalanced.
2-1.33C Bid Document Completion
Proposal items are identified by title and by the word “Proposal” followed by the number assigned to the
item sheet in question. Proposal items are included in the Bid Book.
AADS LFGCCS PHASE III MOD 3-8 14 Contract 20-18-SW
2-1.33C(1) Proposal 1 - Proposal to the Board of Supervisors of Fresno County
2-1.33C(2) Proposal 2 - Bid Item List
One or more sheet(s) or list(s) upon which the bidder completes the bid.
Fill out completely including a unit price and total for each unit price-based item and a total for each lump
sum item.
Do not make any additions such as “plus tax”, “plus freight”, or conditions such as “less 2% if paid by
15th”.
Use ink or typewriter for paper bids.
2-1.33C(3) Proposal 3 - Evaluation of Bid Item List
Describes how inconsistences and irregularities are evaluated and corrected when Design Services
reviews the Bid Item List.
2-1.33C(4) Proposal 4 - Bid Security and Signature
Submit one of the following forms of bidder's security equal to at least 10 percent of the bid:
• Cash
• Cashier's check
• Certified check
• Signed bidder's bond by an admitted surety insurer
Indicate type of bid security provided.
• Cash – Acceptable but not recommended. Cash is deposited in a clearing account and is
returned to bidders by County warrant. This process may take several weeks.
• Cashier’s or Certified Checks. This type of security is held until the bid is no longer under
consideration. If submitted by a potential awardee, they will be returned when the contract is fully
executed by the bidder and bonds and insurance have been approved.
• Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding company.
Provide notarized signature of attorney-in-fact accompanied by bonding company’s affidavit
authorizing attorney-in-fact to execute bonds. An unsigned bid bond will be cause for rejection.
Provide contractor’s license information.
State business name and if business is a:
• Corporation - list officers
• Partnership - list partners
• Joint Venture - list members; if members are corporations or partnerships, list their officers or
partners.
• Individual - list Owner’s name and firm name style
Signature of Bidder - the following lists types of companies and corresponding authorized signers.
• Corporation - by an officer
• Partnership - by a partner
• Joint Venture - by a member
• Individual - by the Owner
AADS LFGCCS PHASE III MOD 3-8 15 Contract 20-18-SW
If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of
attorney authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the
bid may be rejected.
Business Address - Firm’s Street Address
Mailing Address - P.O. Box or Street Address
Complete, sign, and return with bid.
2-1.33C(5) Proposal 5 - Noncollusion Declaration
Must be completed, signed, and returned with bid.
2-1.33C(6) Proposal 6 - Public Contract Code Section 10285.1 Statement
Select “has” or “has not” in accordance with instructions on form, return with completed for with bid. Note
that signing the bid constitutes signing this statement.
2-1.33C(7) Proposal 7 - Public Contract Code Section 10162 Questionnaire And Public Contract
Code 10232 Statement
Select: ”yes” or “no” accordance with instructions on form, include explanation if “yes” is selected. Return
completed form with bid. Note that signing the bid constitutes signing this questionnaire and statement.
2-1.33C(8) Proposal 8(a) through Proposal 8(f) - Subcontractors
Sheet(s) or spaces where bidders list subcontractors. List each subcontractor to perform work in an
amount in excess of 1/2 of 1 percent of the total bid (Pub Cont Code § 4100 et seq.).
The Subcontractor List submitted with the bid must show the name, location of business, work portions to
be performed, and the contractor’s license number for each subcontractor listed.
• Use subcontractor's business name style as registered with the License Board.
• Specify the city in which the subcontractor’s business is located and the state if other than
California.
• Description of the work to be performed by the subcontractor. Indicate with bid item numbers
from the bid item list and/or work descriptions similar to those on bid item list.
• List license number and Department of Industrial Relations registration number for each
subcontractor.
Upon request from Design Services, provide the following additional information within 24 hours of bid
opening if not included on the Subcontractor List submitted with the bid:
• Complete physical address for each subcontractor listed.
• Percentage of the total bid or dollar amount associated with each subcontractor listed.
2-1.33C(16) Proposal 16 - Opt out of payment adjustments for price index fluctuations
You may opt out of the payment adjustments for price index fluctuations specified in section 9-1.07. To
opt out, submit a completed Opt Out of Payment Adjustments for Price Index Fluctuations form with your
bid.
2-1.33C(17) Proposal 17 - Guaranty
Does not need to be signed with the bid. Part of the contract which must be signed by the contractor
when contract is executed.
Section 2-1.33D Electronic Bid Document Completion
AADS LFGCCS PHASE III MOD 3-8 16 Contract 20-18-SW
Electronic versions of the bid book documents are available online at http://www.BidExpress.com, and
may be submitted through that website.
You must either attach an electronic bid bond or provide an original bid bond (or other form of bid security
authorized by Public Contract Code Section 20129(a)), prior to the bid opening.
Bidders submitting online may use one of the accepted electronic sureties (SurePath or Surety 2000) to
submit their bid bond; or may submit cash, cashier’s check, certified check, or a bidder bond to Design
Services at 2220 Tulare St., Seventh Floor, Fresno, CA 93721. Those submitting bid bonds directly to
Design Services must submit their bid bond:
1.Under sealed cover
2.Marked as a bid-bond
3.Identifying the contract number and the bid opening date on the cover
Note: While it is strongly encouraged that you comply with the above bidding requirements if at all
possible, it is acknowledged that this bid opening is occurring during the COVID-19 State of Emergency in
Fresno County, the impact of which is immense. If, as a result of the emergency, you are unable to
provide the original bid security or electronic bid bond prior to the bid opening (and if your bid is otherwise
appropriately responsive to bid requirements), then staff will request that the Board of Supervisors
consider exercising its discretion to waive the bidding irregularity (regarding the time of delivery of the bid
security) IF you: (1) attach a scanned copy of the original bid security to the Bid; and (2) provide for hand-
delivery of the original bid security to the County within 24 hours of the bid opening. If necessary,
please e-mail DesignServices@fresnocountyca.gov or call (559) 600-9908, so that arrangements may
be made to hand deliver your bid bond.
2-1.34 BIDDER'S SECURITY
Submit one of the following forms of bidder's security equal to at least 10 percent of the bid:
1.Cash
2.Cashier's check
3.Certified check
4.Signed bidder's bond by an admitted surety insurer
Submit cash, cashier’s check, certified check, or bidder's bond with your bid.
2-1.35–2-1.39 RESERVED
2-1.40 BID WITHDRAWAL
1.An authorized agent may withdraw a bid before the bid opening date and time by submitting a written
bid withdrawal request at the location where the bid was submitted. Withdrawing a bid does not
prevent you from submitting a new bid. An authorized agent is an individual authorized to submit a
bid.
2.After the bid opening time, you cannot withdraw a bid.
2-1.41–2-1.42 RESERVED
2-1.43 BID OPENING
The Department publicly opens and reads bids at the time and place shown on the Notice to Bidders.
2-1.44–2-1.45 RESERVED
2-1.46 DEPARTMENT'S DECISION ON BID
The Department's decision on the bid amount is final.
AADS LFGCCS PHASE III MOD 3-8 17 Contract 20-18-SW
The Department may reject:
1. All bids
2. A nonresponsive bid
2-1.47 BID RELIEF
The Department may grant bid relief under Pub Cont Code § 5100 et seq. Submit any request for bid
relief to Design Services.
2-1.48 RESERVED
2-1.49 SUBMITTAL FAILURE HISTORY
The Department considers a bidder's past failure to submit documents required after bid opening in
determining a bidder's responsibility.
2-1.50 RESERVED
2-1.51 DISCLOSURE OF SELF-DEALING TRANSACTIONS
This provision is only applicable if the contractor is operating as a corporation (a for-profit or non-profit
corporation) or if during the term of this agreement, the contractor changes its status to operate as a
corporation.
Members of the contractor’s Board of Directors shall disclose any self-dealing transactions that they are a
party to while contractor is providing goods or performing services under this agreement. A self-dealing
transaction shall mean a transaction to which the contractor is a party and in which one or more of its
directors has a material financial interest. Members of the Board of Directors shall disclose any self-
dealing transactions that they are a party to by completing and signing a Self-Dealing Transaction
Disclosure Form which is included in Project Details of these special provisions.
In the event that the Contractor (to whom the project is awarded) is operating as a corporation or
incorporates during the course of the construction contract, and any member of its board of directors is
engaged or intends to become engaged in self-dealing transaction(s), each member of its board of
directors who is engaged or intends to become engaged in a self-dealing transaction or transactions must
complete and submit to the County a completed Self-Dealing Transaction Disclosure Form (in Project
Details) for each such transaction prior to engaging therein or immediately thereafter.
3 CONTRACT AWARD AND EXECUTION
Replace the headings and paragraphs of Section 3 with:
3-1.01 GENERAL
Section 3 includes specifications related to contract award and execution.
3-1.02 CONSIDERATION OF BIDS
3-1.02A General
Bids will be compared on the basis listed in the Notice to Bidders.
3-1.02B Tied Bids
The Department breaks a tied bid with a coin toss:
3-1.03 CONTRACTOR REGISTRATION
No contractor or subcontractor may be awarded a contract for public work on a public works project
(awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant
to Labor Code section 1725.5.
3-1.04 CONTRACT AWARD
3-1.04A BID PROTEST PROCEDURES
Any bid protest must be submitted in writing and delivered by the Bidder by either of the following means:
(1) via e-mail to DesignServices@fresnocountyca.gov; or (2) via certified mail, return receipt requested to
AADS LFGCCS PHASE III MOD 3-8 18 Contract 20-18-SW
the following address: Design Division, Department of Public Works and Planning, 2220 Tulare Street,
Sixth Floor, Fresno, CA 93721.
The bid protest must be received no later than 5:00 p.m. of the seventh (7th) calendar day following
the deadline for submittal of the specific bid document(s) placed at issue by the protest. Any
Bidder filing a protest is encouraged to submit the bid protest via e-mail, because the deadline is based on
the Department’s receipt of the bid protest. A bid protest accordingly may be rejected as untimely if it is
not received by the deadline, regardless of the date on which it was postmarked. The Bidder’s compliance
with the following additional procedures also is mandatory:
a. The initial protest document shall contain a complete statement of the grounds for the protest, including
a detailed statement of the factual basis and any supporting legal authority.
b. The protest shall identify and address the specific portion of the document(s) forming the basis for the
protest.
c. The protest shall include the name, address and telephone number of the person representing the
protesting party.
d. The Department will provide a copy of the initial protest document and any attached documentation to
all other Bidders or proposers who appear to have a reasonable prospect of receiving an award
depending upon the outcome of the protest.
e. The Board of Supervisors will issue a decision on the protest. If the Board of Supervisors determines
that a protest is frivolous, the party originating the protest may be determined to be irresponsible and that
party may be determined to be ineligible for future contract awards.
f. The procedure and time limits set forth herein are mandatory and are the Bidder's sole and exclusive
remedy in the event of a bid protest. Failure by the Bidder to comply with these procedures shall
constitute a waiver of any right to further pursue the bid protest, including the subsequent filing of a
Government Code Claim or legal proceedings.
3-1.04B AWARD PERIOD
If the Department awards the contract, the award is made to the lowest responsible bidder within 54
calendar days after bid opening.
The Department may extend the specified award period if the Bidder agrees.
You may request to extend the award period by faxing a request to Design Services before 4:00 p.m. on
or before the last day of the award period. If you do not make this request, after the specified award
period:
1. Your bid becomes invalid
2. You are not eligible for the award of the contract
3-1.05 CONTRACT BONDS (PUB CONT CODE §§ 10221 AND 10222)
The successful bidder must furnish 2 bonds conforming to the requirements in the Agreement of these
special provisions.
3-1.06 CONTRACTOR LICENSE
For a federal-aid contract, the Contractor must be properly licensed as a contractor from contract award
through Contract acceptance (Pub Cont Code § 10164).
For a non-federal-aid contract:
AADS LFGCCS PHASE III MOD 3-8 19 Contract 20-18-SW
1. Contractor must be properly licensed as a contractor from bid opening through Contract acceptance
(Bus & Prof Code § 7028.15)
2. Joint venture bidders must obtain a joint venture license before contract award (Bus & Prof Code §
7029.1)
3-1.07 INSURANCE POLICIES
The successful bidder must submit copies of its insurance policies conforming to the requirements in the
Agreement of these special provisions.
3-1.08 –3-1.10 RESERVED
3-1.11 PAYEE DATA RECORD
Complete and deliver to the Engineer a Payee Data Record form when requested by the Engineer.
3-1.12 RESERVED
3-1.13 RESERVED
3-1.14–3-1.17 RESERVED
3-1.18 CONTRACT EXECUTION
The successful bidder must sign the Agreement.
Deliver to Design Services:
1. Signed Agreement including the attached form FHWA-1273
2. Contract bonds
3. Documents identified in section 3-1.07
4. For a federal-aid contract, Local Agency Bidder - DBE Information form
Design Services must receive these documents before the 10th business day after the bidder receives
the contract.
The bidder's security may be forfeited for failure to execute the contract within the time specified (Pub
Cont Code §§ 10181, 10182, and 10183).
3-1.19 BIDDERS' SECURITIES
The Department keeps the securities of the 1st, 2nd, and 3rd low bidders until the contract has been
executed. The other bidders' securities, other than bidders' bonds, are returned upon determination of the
1st, 2nd, and 3rd low bidders, and their bidders' bonds are of no further effect (Pub Cont Code § 10184).
4 SCOPE OF WORK
Replace Section 4-1.02 with:
4-1.02 INTENT
The Contract intent is to provide for work completion using the best general practices.
Nothing in the specifications, special provisions, Standard Specifications, or in any other Contract
document voids the Contractor's public safety responsibilities.
AADS LFGCCS PHASE III MOD 3-8 20 Contract 20-18-SW
Replace Section 4-1.07C with:
4-1.07C Reserved
Replace Section 4-1.13 with:
4-1.13 CLEANUP
Before final inspection, leave the job site neat and presentable and dispose of:
1. Rubbish
2. Excess materials
3. Falsework
4. Temporary structures
5. Equipment
Remove warning, regulatory, and guide signs when directed by the Engineer.
5 CONTROL OF WORK
Delete the 9th Paragraph of Section 5-1.01
Add the following before the last sentence in Section 5-1.02
Caltrans Standard Plans, , and any other other-agency Standard Drawings included in the “Project
Details” section of the book entitled “Specifications” have the same ranking as Standard Plans.”
All other drawings in the “Project Details” section of the book entitled “Specifications” have the same
ranking as Project Plans.
Tables and other documents in the “Project Details” section of the book entitled “Specifications” have the
same ranking as Special Provisions. If a portion of a document in the Project Details section conflicts with
the Special Provisions, the Special Provisions shall prevail.
Replace Section 5-1.09 with:
5-1.09 RESERVED
Replace Section 5-1.12 with:
5-1.12 ASSIGNMENT
No third-party agreement relieves you or your surety of the responsibility to complete the work. Do not
sell, transfer, or otherwise dispose of any Contract part without prior written consent from the Department.
If you assign the right to receive Contract payments, the Engineer accepts the assignment upon the
Engineer's receipt of a notice. Assigned payments remain subject to deductions and withholds described
in the Contract. The Department may use withheld payments for work completion whether payments are
assigned or not.
AADS LFGCCS PHASE III MOD 3-8 21 Contract 20-18-SW
A pending or disapproved request for assignment does not relieve you of the responsibility to commence
and pursue work timely and in strict accordance with contract documents.
Replace Section 5-1.13C with:
5-1.13C RESERVED
Replace Section 5-1.13D with:
5-1.13D RESERVED
Add the following paragraph to the end of section 5-1.16 with:
Submit Daily Log records to the Engineer weekly for the entire course of work unless the Engineer
requests another interval.
Replace Section 5-1.20B(4) with:
5-1.20B(4) Contractor–Property Owner Agreement
Before procuring material from or disposing or stockpiling of material on non-highway property:
1. Provide proof that the property where materials are to be stockpiled or equipment parked/stored
is appropriately zoned and/or permitted for the use proposed by the Contractor.
2. Obtain written authorization from each and every owner of the property where materials are to be
stockpiled or equipment parked/stored.
3. Provide proof that the signor(s) of the authorization are the owners of the property.
4. Provide an executed release from the property owner(s) absolving the Department from any and
all responsibility in connection with the stockpiling of materials or parking/storage of equipment on
said property.
5. Obtain written permission from the Engineer to stockpile materials or park/store equipment at the
location designated in said authorization.
Before Contract acceptance, submit a document signed by the owner of the material source or disposal
site stating that the Contractor has complied with the Contractor-owner agreement.
Failure by the Contractor to provide written authorization shall result in the withholding of all funds due to
the Contractor until said authorization is received by the County.
Replace Section 5-1.23A with:
5-1.23A General
Section 5-1.23 includes specifications for action and informational submittals.
Any submittal not specified as an informational submittal is an action submittal.
Submit action and informational submittals to the Engineer. Unless otherwise specified in these
Specifications, submittals shall be provided via email in .pdf format.
Each submittal must have a cover sheet that must include:
1. Contract number
2. Project Name
3. Date
4. Submittals (and resubmittals if applicable) must be numbered sequentially. Each submittal shall
be labeled with an original number and a decimal number. The decimal number will indicate a
revision to the original submittal number. Example: Original submittal 1.0; any resubmittal of the
same material shall be labeled as 1.1, 1.2, etc until approved.
5. Structure number if applicable
6. Contractor
7. Person responsible for submitting the submittal
8. Signature of Contractor’s representative sending submittal
9. Section number and/or item submittal is referencing
AADS LFGCCS PHASE III MOD 3-8 22 Contract 20-18-SW
10. Pages of submittal, excluding cover sheet
The Department rejects a submittal if it has any error or omission.
If the last day for submitting a document falls on a Saturday or holiday, it may be submitted on the next
business day with the same effect as if it had been submitted on the day specified.
Documents must be submitted in the English language.
Convert documents to US customary units.
Replace Section 5-1.23B with:
Section 01 33 00 “SUBMITTAL PROCEDURES” of the Technical Specifications
Replace Section 5-1.26 with:
5-1.26 CONSTRUCTION SURVEYS
Construction Surveys shall be as per Section 01 32 23 of the Technical Specifications
Replace Section 5-1.27E with:
5-1.27E CHANGE ORDER BILLS
Maintain separate records for change order work costs.
5-1.32 AREAS FOR USE
Occupy the site only for purposes necessary to perform the work and as directed by Engineer.
Defend, indemnify, and hold the Department harmless to the same extent as under section 7-1.05.
The Department does not allow temporary residences within the site.
6 CONTROL OF MATERIALS
Replace section 6-1.05 with:
6-1.05 SPECIFIC BRAND OR TRADE NAME AND SUBSTITUTION
Unless substitution is expressly precluded in the special provisions, a reference to a specific brand or
trade name establishes a quality standard and is not intended to limit competition. Unless the Department
has made a public interest finding expressly authorizing sole source procurement of a particular item, you
may use a product that is equal to or better than the specified brand or trade name if authorized.
Submit a substitution request with a time period that:
1. Follows Contract award
2. Allows 30 days for review
3. Causes no delay
Include substantiating data with the substitution request that proves that substitution:
1. Causes no delay
2. Is of equal or better quality and suitability
If the special provisions disallow substitution of a particular item, provide the specified item and do not
propose substitution.
The Department has made a public interest finding and has determined that the products listed under
paragraph 2.1 of Section 01 60 00 Product Requirements shall be used for the project, and no
substitution therefor shall be allowed.
AADS LFGCCS PHASE III MOD 3-8 23 Contract 20-18-SW
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace the 2nd Paragraph of Section 7-1.02K(2) with:
The general prevailing wage rates and any applicable changes to these wage rates are available:
1. From Design Services
2. From the Department of Industrial Relations' Web site
Replace section 7-1.02K(3) with:
Keep accurate payroll records.
Submit a copy of your certified payroll records, weekly, including those of subcontractors. Include:
1. Each employee's:
1.1. Full name
1.2. Address
1.3. Social security number
1.4. Work classification
1.5. Straight time and overtime hours worked each day and week
1.6. Actual wages paid for each day to each:
1.6.1. Journeyman
1.6.2. Apprentice
1.6.3. Worker
1.6.4. Other employee you employ for the work
1.7. Pay rate
1.8. Itemized deductions made
1.9. Check number issued
1.10. Fringe Benefits
2. Apprentices and the apprentice-to-journeyman ratio
Each certified payroll record must include a Statement of Compliance form signed under penalty of
perjury that declares:
1. Information contained in the payroll record is true, correct, and complete
2. Employer has complied with the requirements of sections 1771, 1811, and 1815 for any work
performed by his or her employees on the public works project
3. Wage rates paid are at least those required by the Contract
Submitted certified payrolls for hauling and delivering ready-mixed concrete must be accompanied by a
written time record. The time record must include:
1. Truck driver's full name and address
2. Name and address of the factory or batching plant
3. Time the concrete was loaded at the factory or batching plant
4. Time the truck returned to the factory or batching plant
5. Truck driver's signature certifying under penalty of perjury that the information contained in this written
time record is true and correct
Make certified payroll records available for inspection at all reasonable hours at your main office on the
following basis:
1. Upon the employee's request or upon request of the employee's authorized representative, make
available for inspection a certified copy of the employee's payroll record.
AADS LFGCCS PHASE III MOD 3-8 24 Contract 20-18-SW
2. Refer the public's requests for certified payroll records to the Department. Upon the public's request,
the Department makes available for inspection or furnishes copies of your certified payroll records.
Do not give the public access to the records at your main office.
Make all payroll records available for inspection and copying or furnish a copy upon request of a
representative of the:
1. Department
2. Division of Labor Standards Enforcement of the Department of Industrial Relations
3. Division of Apprenticeship Standards of the Department of Industrial Relations
Furnish the Department the location of the records. Include the street address, city, and county. Furnish
the Department a notification of a location and address change within 5 business days of the change.
Comply with a request for the records within 10 days after you receive a written request. If you do not
comply within this period, the Department withholds from progress payments a $100 penalty for each day
or part of a day for each worker until you comply. You are not assessed this penalty for a subcontractor's
failure to comply with Labor Code § 1776.
The Department withholds from progress payments for delinquent or inadequate records (Labor Code §
1771.5). If you have not submitted an adequate record by the month's 15th day for the period ending on
or before the 1st of that month, the Department withholds up to 10 percent of the monthly progress
estimate, exclusive of mobilization. The Department does not withhold more than $10,000 or less than
$1,000.
7-1.02K(4)i Apprenticeship Requirements for non-Federal Projects
A. Pursuant to Sections 1770-1780 of the Labor Code of the State of California, the Director of
the Department of Industrial Relations has determined the general prevailing rate of wages in
the locality for each craft or type of worker needed to execute the work. Said wage rates
pursuant to Section 1773.2 of the Labor Code are on file with the Clerk to the Fresno County
Board of Supervisors, and will be made available to any interested person on request. A
copy of this wage scale may also be obtained at the following Web Site: www.dir.ca.gov/dlsr.
B. Pursuant to Section 1775 of the Labor Code of the State of California, nothing in this Article
shall prevent the employment of properly registered apprentices upon public works. Every
such apprentice shall be paid the standard wage paid to apprentices under the regulations of
the craft or trade at which he/she is employed, and shall be employed only at the work of the
craft or trade to which he/she is registered.
C. Only apprentices, as defined in Section 3077, who are in training under apprenticeship
standards and written apprentice agreements under Chapter 4 (commencing at Section
3070), Division 3, of the Labor Code, are eligible to be employed on public works. The
employment and training of each apprentice shall be in accordance with the provisions of the
apprenticeship standards and apprentice agreements under which he/she is training.
D. Fresno County is committed to increasing the availability of employment and training
opportunities, with particular attention to the plight of those who are most economically
disadvantaged. In an effort to advance that purpose, the County will require that the
Contractor and each subcontractor employed on this Project shall use their best efforts to
ensure that thirty-three percent (33%) of apprentice hours, as determined by California Labor
Code Section 1777.5 for each contractor and subcontractor of any tier on this Project, are
performed by qualified participants in state approved apprenticeship programs who also are
current or former “Welfare-to-Work” participants in the CalWORKs program. Provided, that
nothing contained in this Paragraph D shall be interpreted to relieve or in any way diminish
the obligation of the Contractor and each subcontractor to comply fully with all applicable
AADS LFGCCS PHASE III MOD 3-8 25 Contract 20-18-SW
apprenticeship laws in accordance with the California Labor Code and the California Code of
Regulations; and accordingly such requirements as are contractually imposed by this
Paragraph D shall be in addition to such legally mandated requirements, and applicable only
to the extent fully consistent therewith.
Replace Section 7-1.02M(2) with:
7-1.02M(2) Fire Prevention
Cooperate with local fire prevention authorities in eliminating hazardous fire conditions.
Obtain the phone numbers of the nearest fire suppression agency, California Department of Forestry and
Fire Protection (Cal Fire) unit headquarters, United States Forest Service (USFS) ranger district office,
and U.S. Department of Interior (USDI) BLM field office. Submit these phone numbers to the Engineer
before the start of job site activities.
Immediately report to the nearest fire suppression agency fires occurring within the project limits.
Prevent project personnel from setting open fires that are not part of the work.
Prevent the escape of and extinguish fires caused directly or indirectly by job site activities
Except for motor trucks, truck tractors, buses, and passenger vehicles, equip all hydrocarbon-fueled
engines, both stationary and mobile including motorcycles, with spark arresters that meet USFS
standards as specified in the Forest Service Spark Arrester Guide. Maintain the spark arresters in good
operating condition. Spark arresters are not required by Cal Fire, the BLM, or the USFS on equipment
powered by properly maintained exhaust-driven turbo-charged engines or equipped with scrubbers with
properly maintained water levels. The Forest Service Spark Arrester Guide is available at the district
offices.
Each toilet must have a metal ashtray at least 6 inches in diameter by 8 inches deep half-filled with sand
and within easy reach of anyone using the facility.
Locate flammable materials at least 50 feet away from equipment service, parking, and gas and oil
storage areas. Each small mobile or stationary engine site must be cleared of flammable material for a
radius of at least 15 feet from the engine.
Each area to be cleared and grubbed must be cleared and kept clear of flammable material such as dry
grass, weeds, brush, downed trees, oily rags and waste, paper, cartons, and plastic waste. Before
clearing and grubbing, clear a fire break at the outer limits of the areas to be cleared and grubbed. Other
fire breaks may be ordered and are change order work.
Furnish the following fire tools:
1. 1 shovel and 1 fully charged fire extinguisher UL rated at 4 B:C or more on each truck, personnel
vehicle, tractor, grader, or other heavy equipment.
2. 1 shovel and 1 backpack 5-gallon water-filled tank with pump for each welder.
3. 1 shovel or 1 chemical pressurized fire extinguisher, fully charged, for each gasoline-powered tool,
including chain saws, soil augers, and rock drills. The fire tools must always be within 25 feet from the
point of operation of the power tool. Each fire extinguisher must be of the type and size required by
the Pub Res Code § 4431 and 14 CA Code of Regs § 1234. Each shovel must be size O or larger
and at least 46 inches long.
Furnish a pickup truck and driver for the sole purpose of fire control during working hours. The truck must
be equipped with:
1. 10 shovels, 5 axes, 2 backpack 5-gallon water-filled tanks with pumps
2. 100-gallon tank of water with a gasoline motor powered pump and 100 feet of 3/4-inch hose on a reel.
AADS LFGCCS PHASE III MOD 3-8 26 Contract 20-18-SW
The pickup truck and operator must patrol the area of construction for at least 1/2 hour after job site
activities have ended.
In addition to being available at the site of the work, the truck and operator must patrol the area of
construction from noon until at least 1/2 hour after job site activities have ended. If the fire danger rating is
very high or extreme, the truck and operator must patrol the area of construction while work is being done
and for at least 1/2 hour after job site activities have ended.
Cal Fire, USFS, and BLM have established the following adjective class ratings for 5 levels of fire danger
for use in public information releases and fire protection signing: low, moderate, high, very high, extreme.
Obtain the fire danger rating daily for the project area from the nearest Cal Fire unit headquarters, USFS
ranger district office, or BLM field office.
Arrangements have been made with Cal Fire, USFS, and BLM to notify the Department when the fire
danger rating is very high or extreme. This information will be furnished to the Engineer who will notify
you for dissemination and action in the area affected. If a discrepancy between this notice and the fire
danger rating obtained from the nearest office of either Cal Fire or USFS exists, you must conduct
operations according to the higher of the two fire danger ratings.
If the fire danger rating reaches very high:
1. Falling of dead trees or snags must be discontinued.
2. No open burning is permitted and fires must be extinguished.
3. Welding must be discontinued except in an enclosed building or within an area cleared of flammable
material for a radius of 15 feet.
4. Blasting must be discontinued.
5. Smoking is allowed only in automobiles and cabs of trucks equipped with an ashtray or in cleared
areas immediately surrounded by a fire break unless prohibited by other authority.
6. Vehicular travel is restricted to cleared areas except in case of emergency.
If the fire danger rating reaches extreme, take the precautions specified for a very high fire danger rating
except smoking is not allowed in an area immediately surrounded by a firebreak and work of a nature that
could start a fire requires that properly equipped fire guards be assigned to such operation for the
duration of the work.
The Engineer may suspend work wholly or in part due to hazardous fire conditions. The days during this
suspension are non–working days.
If field and weather conditions become such that the determination of the fire danger rating is suspended,
section 7-1.02M(2) will not be enforced for the period of the suspension of the determination of the fire
danger rating. The Engineer will notify you of the dates of the suspension and resumption of the
determination of the fire danger rating.
Replace Section 7-1.04 with:
7-1.04 PUBLIC SAFETY
7-1.04A GENERAL
You are responsible to provide for public safety.
Do not construct a temporary facility that interferes with the safe passage of traffic.
Control dust resulting from the work, inside and outside the right-of-way.
Move workers, equipment, and materials without endangering traffic.
Whenever your activities create a condition hazardous to the public, furnish, erect and maintain those
fences, temporary railing, barricades, lights, signs, and other devices and take any other necessary
protective measures to prevent damage or injury to the public.
AADS LFGCCS PHASE III MOD 3-8 27 Contract 20-18-SW
Any fences, temporary railing, barricades, lights, signs, or other devices furnished, erected and
maintained by you are in addition to those for which payment is provided elsewhere in the specifications.
Provide flaggers whenever necessary to ensure that the public is given safe guidance through the work
zone. At locations where traffic is being routed through construction under one-way controls, move your
equipment in compliance with the one-way controls unless otherwise ordered.
Use of signs, lights, flags, or other protective devices must comply with the California MUTCD and any
directions of the Engineer. Signs, lights, flags or other protective devices must not obscure the visibility of,
nor conflict in intent, meaning, and function of either existing signs, lights and traffic control devices, or
any construction area signs.
Keep existing traffic signals and highway lighting in operation. Other forces within the Department will
perform routine maintenance of these facilities during the work.
Cover signs that direct traffic to a closed area.
Install temporary illumination in a manner which the illumination and the illumination equipment does not
interfere with public safety. The installation of general roadway illumination does not relieve you from
furnishing and maintaining any protective devices.
Equipment must enter and leave the highway via existing ramps and crossovers and must move in the
direction of traffic. All movements of workmen and construction equipment on or across lanes open to
traffic must be performed in a manner that do not endanger the public. Your vehicles or other mobile
equipment leaving an open traffic lane to enter the construction area must slow down gradually in
advance of the location of the turnoff to give the traffic following an opportunity to slow down. When
leaving a work area and entering a roadway carrying traffic, your vehicles and equipment must yield to
traffic.
Immediately remove hauling spillage from a roadway lane or shoulder open to traffic. When hauling on
roadways, trim loads and remove material from shelf areas to minimize spillage.
Notify the Engineer not less than 5 days before the anticipated start of an activity that will change the
vertical or horizontal clearance available to traffic, including shoulders.
If vertical clearance is temporarily reduced to 15.5 feet or less, place low clearance warning signs in
compliance with the California MUTCD and any directions of the Engineer. Signs must comply with the
dimensions, color, and legend requirements of the California MUTCD and section 12-3.06 except that the
signs must have black letters and numbers on an orange retroreflective background. W12-2P signs must
be illuminated so that the signs are clearly visible.
Pave or provide full width continuous and cleared wood walks for pedestrian openings through falsework.
Protect pedestrians from falling objects and concrete-curing water. Extend overhead protection for
pedestrians at least 4 feet beyond the edge of the bridge deck. Illuminate all pedestrian openings through
falsework. Temporary pedestrian facilities must comply with the California MUTCD, Part 6, Chapter 6D,
"Pedestrian and Worker Safety."
Do not store vehicles, material, or equipment in a way that:
1. Creates a hazard to the public
2. Obstructs traffic control devices
Do not install or place temporary facilities used to perform the work which interfere with the free and safe
passage of traffic.
Temporary facilities that could be a hazard to public safety if improperly designed must comply with
design requirements described in the Contract for those facilities or, if none are described, with standard
design criteria or codes appropriate for the facility involved. Submit shop drawings and design
calculations for the temporary facilities and show the standard design criteria or codes used. Shop
AADS LFGCCS PHASE III MOD 3-8 28 Contract 20-18-SW
drawings and supplemental calculations must be sealed and signed by an engineer who is registered as
a civil engineer in the State.
If you appear to be neglectful or negligent in furnishing warning devices and taking protective measures,
the Engineer may direct your attention to the existence of a hazard. You must furnish and install the
necessary warning devices. If the Engineer points out the inadequacy of warning devices and protective
measures, that action on the part of the Engineer does not relieve you from your responsibility for public
safety or abrogate your obligation to furnish and pay for these devices and measures.
Install Type K temporary railing or other authorized protective systems under any of the following
conditions:
1. Excavations: Where the near edge of the excavation is within 15 feet from the edge of an open traffic
lane
2. Temporarily unprotected permanent obstacles: When the work includes the installation of a fixed
obstacle together with a protective system, such as a sign structure together with protective railing,
and you elect to install the obstacle before installing the protective system; or you, for your
convenience and as authorized, remove a portion of an existing protective railing at an obstacle and
do not replace such railing completely the same day
3. Storage areas: When material or equipment is stored within 15 feet of the edge of an open traffic lane
and the storage is not otherwise prohibited by the Contract
4. Height differentials: When construction operations create a height differential greater than 0.15 feet
within 15 feet of the edge of traffic lane
Installation of Type K temporary railing is not required if an excavation within 15 feet from the edge of an
open traffic lane is protected by any of the following:
1. Steel plate or concrete covers of adequate thickness to prevent accidental entry by traffic or the
public
2. Side slope where the downhill slope is 4:1 (horizontal: vertical) or less unless a naturally occurring
condition
3. Barrier or railing
Offset the approach end of Type K temporary railing a minimum of 15 feet from the edge of an open
traffic lane. Install the temporary railing on a skew toward the edge of the traffic lane of not more than 1
foot transversely to 10 feet longitudinally with respect to the edge of the traffic lane. If the 15-foot
minimum offset cannot be achieved, the temporary railing must be installed on the 10 to 1 skew to obtain
the maximum available offset between the approach end of the railing and the edge of the traffic lane,
and an array of temporary crash cushion modules must be installed at the approach end of the temporary
railing.
Secure Type K temporary railing in place before starting work for which the temporary railing is required.
Where 2 or more lanes in the same direction are adjacent to the area where the work is being performed,
including shoulders, the adjacent lane must be closed under any of the following conditions:
1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach speed
is greater than 45 miles per hour
2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach speed
is less than 45 miles per hour
Closure of the adjacent traffic lane is not required when performing any of the following:
1. Working behind a barrier
2. Paving, grinding, or grooving
3. Installing, maintaining, or removing traffic control devices except Type K temporary railing
AADS LFGCCS PHASE III MOD 3-8 29 Contract 20-18-SW
Do not reduce an open traffic lane width to less than 10 feet. When traffic cones or delineators are used
for temporary edge delineation, the side of the base of the cones or delineators nearest to traffic is
considered the edge of the traveled way.
If a traffic lane is closed with channelizers for excavation work, move the devices to the adjacent edge of
the traveled way when not excavating. Space the devices as specified for the lane closure.
Do not move or temporarily suspend anything over a traffic lane open to the public unless the public is
protected.
7-1.04B WORK ZONE SAFETY AND MOBILITY
7-1.04B(1) POLICY
In order to ensure safe and efficient flow of traffic through work zones, the County of Fresno, via its
General Plan, Transportation and Circulation Element, Policy TRA-1, has adopted the use of AASHTO
Standards as supplemented by Caltrans and County Department of Public Works and Planning
Standards.
7-1.04B(2)TRAFFIC MANAGEMENT PLAN
Perform traffic management shall be in accordance with Section 12, “TEMPORARY TRAFFIC
CONTROL,” of these special provisions.
7-1.04B(3)TEMPORARY TRAFFIC CONTROL PLAN
Prepare traffic control plan(s) in accordance with Section 12, “TEMPORARY TRAFFIC CONTROL,” of
these special provisions.
7-1.04B(4)PUBLIC INFORMATION
Provide notice to public agencies and others to the extent required, if any, elsewhere in these special
provisions. The Engineer provides other noticing not identified to be performed by the Contractor.
Replace Section 7-1.06 with:
7-1.06 INSURANCE
7-1.06A General
Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to
extend to the public the status of a third-party beneficiary for any of these insurance specifications.
7-1.06B Casualty Insurance
Obtain and maintain insurance on all of your operations with companies acceptable to the Department as
follows:
1. Keep all insurance in full force and effect from the start of the work through Contract acceptance.
2. All insurance must be with an insurance company with a rating from A.M. Best Financial Strength
Rating of A or better and a Financial Size Category of VIII or better.
3. Maintain completed operations coverage with a carrier acceptable to the State through the expiration
of the patent deficiency in construction statute of repose set forth in Civ Pro Code § 337.1.
7-1.06C Workers' Compensation and Employer's Liability Insurance
Under Labor Code § 1860, secure the payment of worker's compensation under Labor Code § 3700.
Submit to the Department the following certification before performing the work (Labor Code § 1861):
I am aware of the provisions of Section 3700 of the Labor Code which require 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.
AADS LFGCCS PHASE III MOD 3-8 30 Contract 20-18-SW
Contract signing constitutes certification submittal.
Provide Employer's Liability Insurance in amounts not less than:
1. $1,000,000 for each accident for bodily injury by accident
2. $1,000,000 policy limit for bodily injury by disease
3. $1,000,000 for each employee for bodily injury by disease
If there is an exposure of injury to your employees under the U.S. Longshoremen's and Harbor Workers'
Compensation Act, the Jones Act, or under laws, regulations, or statutes applicable to maritime
employees, coverage must be included for such injuries or claims.
7-1.06D Liability Insurance
7-1.06D(1) General
Carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf
of you providing insurance for bodily injury liability and property damage liability for the following limits
and including coverage for:
1. Premises, operations and mobile equipment
2. Products and completed operations
3. Broad form property damage (including completed operations)
4. Explosion, collapse, and underground hazards
5. Personal injury
6. Contractual liability
7-1.06D(2) Liability Limits/Additional Insureds
Refer to the Agreement of these special provisions
Additional insured coverage must be provided by a policy provision or by an endorsement providing
coverage at least as broad as Additional Insured (Form B) endorsement form CG 2010, as published by
the Insurance Services Office (ISO), or other form designated by the Department.
7-1.06D(3) Contractor's Insurance Policy is Primary
The policy must stipulate that the insurance afforded the additional insureds applies as primary insurance.
Any other insurance or self-insurance maintained by the State is excess only and must not be called upon
to contribute with this insurance.
7-1.06E Automobile Liability Insurance
Comply with requirements in the Agreement of these special provisions
7-1.06F Policy Forms, Endorsements, and Certificates
Provide your General Liability Insurance under Commercial General Liability policy form no. CG0001 as
published by the Insurance Services Office (ISO) or under a policy form at least as broad as policy form
no. CG0001.
7-1.06G NOT USED
7-1.06H Enforcement
The Department may assure your compliance with your insurance obligations. Ten days before an
insurance policy lapses or is canceled during the Contract period you must submit to the Department
evidence of renewal or replacement of the policy.
If you fail to maintain any required insurance coverage, the Department may maintain this coverage and
withhold or charge the expense to you or terminate your control of the work.
You are not relieved of your duties and responsibilities to indemnify, defend, and hold harmless the State,
its officers, agents, and employees by the Department's acceptance of insurance policies and certificates.
AADS LFGCCS PHASE III MOD 3-8 31 Contract 20-18-SW
Minimum insurance coverage amounts do not relieve you for liability in excess of such coverage, nor do
they preclude the State from taking other actions available to it, including the withholding of funds under
this Contract.
7-1.06I Self-Insurance
Comply with the Agreement of these special provisions
Replace Section 7-1.07 with:
7-1.07 LEGAL ACTIONS AGAINST THE DEPARTMENT
7-1.07A General
If legal action is brought against the Department over compliance with a State or federal law, rule, or
regulation applicable to highway work, then:
1. If the Department in complying with a court order prohibits you from performing work, the resulting
delay is a suspension related to your performance, unless the Department terminates the Contract.
2. If a court order other than an order to show cause or the final judgment in the action prohibits the
Department from requiring you to perform work, the Department may delete the prohibited work or
terminate the Contract.
Add between the 1st and 2nd paragraphs of section 7-1.11A:
Comply with 46 CFR 381.7(a)–(b).
8 PROSECUTION AND PROGRESS
Replace the headings and paragraphs in Section 8 with:
8-1.01 GENERAL
Section 8 includes specifications related to prosecuting the Contract and work progress.
8-1.01A Work Hours
Perform all work on working days during daytime between the hours of 6:00 a.m. and 6:00 p.m. The site
gate will open at 7:00 a.m. and shall be closed by 3:00 p.m. Monday – Friday. Contractor will not be
allowed to dispose of material or work inside the disposal site before 7:00 a.m. or after 3:00 p.m. Monday –
Friday. The site shall be cleared by 6:00 PM without exception.
You may request approval to work on a holiday or on a non-working day. If, pursuant to such request, the
Engineer authorizes you to work on a holiday or on a non-working day, you pay the actual cost incurred
by the Department to perform all inspection, surveying, testing, and all other project-related work by the
Department on such holiday or non-working day. Such payment will be deducted from monies due or
which may become due to the Contractor.
Plan work so that all construction operations performed each day, including cleanup of the project site,
establishment of appropriate traffic control and any other work necessary for the safety of the public shall
be completed within the daytime hours.
For work, if you fail to complete work during the above-mentioned hours, the Engineer will stop all work
and order you to perform any and all work the Engineer deems necessary to ensure the safety of the
public and site is cleared by 6:00 p.m
You are not entitled to any additional compensation or extension of the contract time as a result of the
Engineer stopping the work due to the onset of nighttime.
AADS LFGCCS PHASE III MOD 3-8 32 Contract 20-18-SW
8-1.02 SCHEDULE
8-1.02A General
Upon completion of all work, the Department returns the withholds associated with section 8-1.02 and
makes a payment adjustment for work not performed in the same manner as work-character changes.
8-1.02B Level 1 Critical Path Method Schedule
8-1.02B(1) General
No pay item is provided for Level 1 Critical Path Project Schedule. Payment is considered to be included
in the various items of work. See section 01 20 00 for payment and schedule.
Before or at the preconstruction conference, submit a CPM baseline schedule.
8-1.02B(2) Schedule Format
On each schedule, show:
1. Planned and actual start and completion dates of each work activity, including applicable:
1.1. Submittal development
1.2. Submittal review and acceptance
1.3. Material procurement
1.4. Mobilization
1.5. Installation of landfill gas extraction wells and collectors
1.6 Installation of landfill gas header and lateral pipe systems
1.7 Installation of wellheads
1.8. Final inspection
1.9. Final cleanup and demobilization
1.10. Submittal of Record Drawings
2. Order that you propose to prosecute the work
3. Logical links between the time-scaled work activities
4. All controlling activities
5. Legible description of each activity
6. At least 1 predecessor and 1 successor to each activity except for project start and project end
milestones
7. Duration of at least 1 working day for each activity
8. Start milestone date as the Contract approval date
8-1.02B(3) Updated Schedule
Submit a monthly updated schedule that includes the status of work completed to date and the work yet
to be performed as planned.
You may include changes to updated schedules that do not alter a critical path or extend the scheduled
completion date compared to the current schedule. Changes may include:
1. Adding or deleting activities
2. Changing activity constraints
3. Changing durations
4. Changing logic
If any proposed change in planned work would alter the critical path or extend the scheduled completion
date, submit a revised schedule within 15 days of the proposed change.
8-1.02C–8-1.02F Reserved
8-1.03 PRECONSTRUCTION CONFERENCE
Attend a preconstruction conference with key personnel, including your assigned representative, at a time
and location determined by the Engineer. Submit documents as required before the preconstruction
conference.
AADS LFGCCS PHASE III MOD 3-8 33 Contract 20-18-SW
Be prepared to discuss the topics and documents shown in the following table:
Topic Document
Potential claim and dispute
resolution
Potential claim forms
Contractor's representation Assignment of Contractor's representative
DBE Final utilization reports
Equipment Equipment list
Labor compliance and equal
employment opportunity
Job site posters and benefit and payroll reports
Material inspection Notice of Materials to be Used form
Materials on hand Request for Payment for Materials on Hand form
Measurements --
Partnering --
Quality control QC plans
Safety Injury and Illness Prevention Program and job site posters
Schedule Baseline schedule and Weekly Statement of Working Days form
Subcontracting Subcontracting Request form
Surveying Survey Request form
Traffic control Traffic contingency plan and traffic control plans
Utility work --
Weight limitations --
Water pollution control SWPPP or WPCP
Work restrictions PLACs
Action submittals --
8-1.04 START OF JOB SITE ACTIVITIES
8-1.04A General
Provide signed contracts, bonds, and evidence of insurance timely as required.
This section, 8-1.04, “Start of Job Activities,” does not modify remedies available to the Department
should you fail to provide signed contracts bonds and insurance timely.
Submit a notice 72 hours before starting job site activities. If the project has more than 1 location of work,
submit a separate notice for each location.
You may start job site activities before receiving notice of Contract approval if you:
1. Deliver the signed Contract, bonds, and evidence of insurance to the Department
2. Submit 72-hour notice
3. Obtain an encroachment permit from the Department
4. Are authorized by the Department to start
5. Perform work at your own risk
6. Perform work under the Contract
If the Contract is approved, work already performed that complies with the Contract is authorized.
If the Contract is not approved, leave the job site in a neat condition. If a facility has been changed,
restore it to its former condition or an equivalent condition. The Department does not pay for the
restoration.
8-1.04B Standard Start
Be prepared to begin work at the project site no later than the 20th business day after award of the
Contract by the Department.
AADS LFGCCS PHASE III MOD 3-8 34 Contract 20-18-SW
The Engineer may issue a notice to proceed as soon as the Contracts, including bonds and insurance
certificates, have been approved.
Start work on the day shown in the notice to proceed, unless an early start has been approved.
The Engineer may issue a notice of commencement of contract time if you fail to provide Contracts,
including bonds and insurance certificates or other required documents timely.
A notice of commencement of contract time does not authorize you to start work on the project site, but
contract time begins to elapse on the date shown in the notice of commencement of contract time.
Complete work before the expiration of
EIGHTY (80) WORKING DAYS
from the date shown in said Notice to Proceed, or in the Notice of Commencement of Contract Time,
whichever comes first.
Complete all work, including corrective work and punch list work, prior to the expiration of the allotted
working days. Working days continue to accrue until corrective work and punch list work is completed
and accepted.
Pay to the County of Fresno the sum of
FOUR THOUSAND DOLLARS ($4000.00)
per day for each and every calendar day's delay in finishing the work, including corrective work and punch
list work, in excess of the total number of working days prescribed above.
Special attention is directed to Paragraph 1.3 of Section 01 78 39 “PROJECT RECORD DOCUMENT”.
Contractor is responsible to submit final documents as stated within Section 01 78 39.
Complete such work before the expiration of
FORTY (40) WORKING DAYS
from the date the final walk through is performed.
Pay to the County of Fresno the sum of
ONE HUNDRED DOLLARS ($100.00)
per day for each and every calendar day's delay in finishing the work. Corrections to the final documents
as deemed necessary by the ENGINEER shall be addressed within the above prescribed time. The time
necessary by County ENGINEER to review the final documents will not be considered as part of the
allotted time to the Contractor.
Replace Section 8-1.04B with:
8-1.04B Reserved
8-1.05 TIME
Contract time starts on the day specified in the notice to proceed or in the notice of commencement of
contract time as described in section 8-1.04 or on the day you start job site activities, whichever occurs
first.
Complete the work within the Contract time.
Meet each specified interim work completion date.
The Engineer issues a Weekly Statement of Working Days by the end of the following week.
AADS LFGCCS PHASE III MOD 3-8 35 Contract 20-18-SW
The Weekly Statement of Working Days shows:
1. Working days and non–working days during the reporting week
2. Time adjustments
3. Work completion date computations, including working days remaining
4. Controlling activities
8-1.06 SUSPENSIONS
The Engineer may suspend work wholly or in part due to conditions unsuitable for work progress. Provide
for public safety and a smooth and unobstructed passageway through the work zone during the
suspension as specified in sections 7-1.03 and 7-1.04. Providing the passageway is force account work.
The Department makes a time adjustment for the suspension due to a critical delay.
The Engineer may suspend work wholly or in part due to your failure to (1) fulfill the Engineer's orders, (2)
fulfill a Contract part, or (3) perform weather-dependent work when conditions are favorable so that
weather-related unsuitable conditions are avoided or do not occur. The Department may provide for a
smooth and unobstructed passageway through the work during the suspension and deduct the cost from
payments. The Department does not make a time adjustment for the suspension.
Upon the Engineer's order of suspension, suspend work immediately. Resume work when ordered.
8-1.07 DELAYS
8-1.07A General
To request a delay-related time or payment adjustment, submit an RFI.
8-1.07B Time Adjustments
The Department may make a time adjustment for a critical delay. The Engineer uses information from the
schedule to evaluate requests for time adjustments.
To request an adjustment, submit a revised schedule showing the delay's effect on the controlling activity.
If the delay has:
1. Occurred, submit records of the dates and what work was performed during the delayed activity
2. Not occurred, submit the expected dates or duration of the delayed activity
Update the schedule to the last working day before the start of the delay if ordered.
8-1.07C Payment Adjustments
The Department may make a payment adjustment for an excusable delay that affects your costs.
Only losses for idle equipment, idle workers, and moving or transporting equipment are eligible for delay-
related payment adjustments.
The Engineer determines payment for idle time of equipment in the same manner as determinations are
made for equipment used in the performance of force account work under section 9-1.04 with the
following exceptions:
1. Delay factor in the Labor Surcharge and Equipment Rental Rates applies to each equipment rental
rate.
2. Daily number of payable hours equals the normal working hours during the delay, not to exceed 8
hours per day.
3. Delay days exclude non–working days.
4. Markups are not added.
The Engineer determines payment adjustment for the idle workers under section 9-1.04B, but does not
add markups.
The Engineer includes costs due to necessary extra moving or transporting of equipment.
AADS LFGCCS PHASE III MOD 3-8 36 Contract 20-18-SW
The Department does not make a payment adjustment for overhead incurred during non–working days of
additional construction seasons experienced because of delay.
8-1.08–8-1.09 RESERVED
8-1.10 LIQUIDATED DAMAGES
8-1.10A General
The Department specifies liquidated damages (Pub Cont Code § 10226). Liquidated damages, if any,
accrue starting on the 1st day after the expiration of the working days through the day of Contract
acceptance except as specified in sections 8-1.10B and 8-1.10C.
The Department withholds liquidated damages before the accrual date if the anticipated liquidated
damages may exceed the value of the remaining work.
Liquidated damages are specified in section 8-1.04.
8-1.10B Failure to Complete Work Parts within Specified Times
The Department may deduct specified damages from payments for each day needed to complete a work
part in excess of the time specified for completing the work part.
Damages for untimely completion of work parts may not be equal to the daily amount specified as
liquidated damages for the project as a whole, but the Department does not simultaneously assess
damages for untimely completion of work parts and for the whole work.
Damages accrue starting the 1st day after a work part exceeds the specified time through the day the
specified work part is complete.
8-1.10C Failure to Complete Work Parts by Specified Dates
The Department may deduct specified damages from payments for each day needed to complete a work
part in excess of the specified completion date for the work part.
Damages for untimely completion of a work part may not be equal to the daily amount specified as
liquidated damages for the project as a whole, but the Department does not simultaneously assess
damages for untimely completion of a work part and the whole work.
Damages accrue starting the 1st day after an unmet completion date through the day the work part is
complete.
8-1.10D RESERVED
8-1.11–8-1.12 RESERVED
8-1.13 CONTRACTOR'S CONTROL TERMINATION
The Department may terminate your control of the work for failure to do any of the following (Pub Cont
Code § 10253):
1. Supply an adequate workforce
2. Supply material as described
3. Pay subcontractors (Pub Cont Code §10262)
4. Prosecute the work as described in the Contract
The Department may also terminate your control for failure to maintain insurance coverage.
For a federal-aid project, the Department may terminate your control of the work for failure to include
"Required Contract Provisions, Federal-Aid Construction Contracts" in subcontracts.
The Department gives notice to you and your surety at least 5 business days before terminating control.
The notice describes the failures and the time allowed to remedy the failures. If failures are not remedied
within the time provided, the Department takes control of the work.
AADS LFGCCS PHASE III MOD 3-8 37 Contract 20-18-SW
The Department may complete the work if the Department terminates the Contractor's control or you
abandon the project (Pub Cont Code § 10255). The Department determines the unpaid balance under
Pub Cont Code § 10258 and the Contract.
At any time before final payment of all claims, the Department may convert a Contractor's control
termination to a Contract termination.
8-1.14 CONTRACT TERMINATION
8-1.14A General
The Director may terminate the Contract if it serves the State's best interest. The Department issues you
a written notice, implements the termination, and pays you.
8-1.14B Relief from Responsibility for Work
Upon receiving a termination notice:
1. Stop work
2. Notify subcontractors and suppliers of the Contract termination and stop Contract-related work
3. Perform the Engineer-ordered work to secure the job site for termination
4. Remove equipment
5. Subject to the Engineer's authorization, settle termination-related claims and liabilities involving
subcontractors and suppliers; assign to the Department the rights, titles, or interests held by you with
respect to these parties
8-1.14C Responsibility for Materials
Upon receiving a termination notice, protect unused material until:
1. You submit an inventory of materials already produced, purchased, or ordered but not yet used;
include the location of the material.
2. The Engineer identifies materials that will be retained by the Department. Submit bills of sales or
other records of material title.
3. The Engineer confirms that unused materials paid by progress payment and materials furnished by
the State have been delivered and stored as ordered.
4. The titles are transferred for materials purchased by the Department.
Dispose of materials that will not be retained by the Department.
8-1.14D Contract Acceptance after Termination
The Engineer recommends Contract acceptance after determining the completion of:
1. Work ordered to be completed before termination
2. Other work ordered to secure the project before termination
3. Material delivery and title transfer
The Department pays you under section 9-1.17.
8-1.14E Payment Adjustment for Termination
If the Department issues a termination notice, the Engineer determines the payment for termination based
on the following:
1. Direct cost for the work:
1.1. Including:
1.1.1. Mobilization.
1.1.2. Demobilization.
1.1.3. Securing the job site for termination.
1.1.4. Losses from the sale of materials.
1.2. Not including:
1.2.1. Cost of materials you keep.
AADS LFGCCS PHASE III MOD 3-8 38 Contract 20-18-SW
1.2.2. Profit realized from the sale of materials.
1.2.3. Cost of material damaged by:
1.2.3.1. Act of God.
1.2.3.2. Act of a public enemy.
1.2.3.3. Fire.
1.2.3.4. Flood.
1.2.3.5. Governor-declared state of emergency.
1.2.3.6. Landslide.
1.2.3.7. Tsunami.
1.2.4. Other credits.
2. Cost of remedial work, as estimated by the Engineer, is not reimbursed.
3. Allowance for profit not to exceed 4 percent of the cost of the work. Prove a likelihood of having made
a profit had the Contract not been terminated.
4. Material handling costs for material returned to the vendor or disposed of as ordered.
5. Costs in determining the payment adjustment due to the termination, excluding attorney fees and
litigation costs.
Termination of the Contract does not relieve the surety of its obligation for any just claims arising out of
the work performed.
8-1.15–8-1.16 RESERVED
9 PAYMENT
Add to Section 9-1.01:
Refer to Section 01 20 00 “MEASURE AND PAYMENT” of the Technical Specifications for bid items
descriptions
Add Section 9-1.01A:
9-1.01A COMPENSATION
The bid items shown in the bid item list represent full compensation for performing all work. Full
compensation for any work for which there is no bid item shall be considered to be included in the various
items of work.
Replace Section 9-1.03 with:
9-1.03 PAYMENT SCOPE
The Department pays you for furnishing the resources and activities required to complete the work. The
Department's payment is full compensation for furnishing the resources and activities, including:
1. Risk, loss, damage repair, or cost of whatever character arising from or relating to the work and
performance of the work
2. PLACs and taxes
3. Any royalties and costs arising from patents, trademarks, and copyrights involved in the work
The Department does not pay for your loss, damage, repair, or extra costs of whatever character arising
from or relating to the work that is a direct or indirect result of your choice of construction methods,
materials, equipment, or manpower, unless specifically mandated by the Contract.
Payment is:
1. Full compensation for all work involved in each bid item shown on the Bid Item List by the unit of
measure shown for that bid item
2. For the price bid for each bid item shown on the Bid Item List or as changed by change order with a
specified price adjustment
Full compensation for work specified in divisions I, II, and X is included in the payment for the bid items
unless:
AADS LFGCCS PHASE III MOD 3-8 39 Contract 20-18-SW
1. Bid item for the work is shown on the Bid Item List
2. Work is specified as change order work
Work paid for under one bid item is not paid for under any other bid item.
Payment for a bid item includes payment for work in sections referenced by the section set forth by that
bid item.
Notwithstanding anything to the contrary in these special provisions, full compensation for
performing all work as shown, as specified, and as directed by the Engineer is considered to be
included in the various bid items, and no additional payment will be made, except pursuant to a
contract change order to perform work not shown and/or specified.
If one or more bid item(s) is/are not included, perform the work as shown and as specified and
payment therefor is considered to be included in the various items of work.
If an alternative is described in the Contract, the Department pays based on the bid items for the details
and specifications not described as an alternative unless the bid item is described as an alternative, in
which case, the Department pays based on the details and specifications for that alternative.
The Department pays for change order work based on one or a combination of the following:
1. Bid item prices
2. Force account
3. Agreed price
4. Specialist billing
If the Engineer chooses to pay for change order work based on an agreed price, but you and the
Engineer cannot agree on the price, the Department pays by force account.
If a portion of extra work is covered by bid items, the Department pays for this work as changed quantities
in those items. The Department pays for the remaining portion of the extra work by force account or
agreed price.
If the amount of a deduction or withhold exceeds final payment, the Department invoices you for the
difference, to be paid upon receipt.
Pay your subcontractors within 10 days of receipt of each progress payment under Pub Cont Code §§
10262 and 10262.5.
Replace Section 9-1.07 with:
9-1.07 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS DOES NOT APPLY TO THIS
PROJECT
Replace Section 9-1.16F with:
9-1.16F Retentions
The Department, once in each month, shall cause an estimate in writing to be made by the Engineer.
The estimate shall include the total amount of work done and acceptable materials furnished, provided
the acceptable materials are listed as eligible for partial payment as materials in the special provisions
and are furnished and delivered by the Contractor on the ground and not used or are furnished and
stored for use on the contract, if the storage is within the State of California and the Contractor furnishes
evidence satisfactory to the Engineer that the materials are stored subject to or under the control of the
Department, to the time of the estimate, and the value thereof. The estimate shall also include any
amounts payable for mobilization. Daily extra work reports furnished by the Contractor less than 5
calendar days, not including Saturdays, Sundays and legal holidays, before the preparation of the
monthly progress estimate shall not be eligible for payment until the following month's estimate.
The amount of any material to be considered in making an estimate will in no case exceed the amount
thereof which has been reported by the Contractor to the Engineer on State-furnished forms properly
AADS LFGCCS PHASE III MOD 3-8 40 Contract 20-18-SW
filled out and executed, including accompanying documentation as therein required, less the amount of
the material incorporated in the work to the time of the estimate. Only materials to be incorporated in the
work will be considered. The estimated value of the material established by the Engineer will in no case
exceed the contract price for the item of work for which the material is furnished.
The Department shall retain 5 percent of the estimated value of the work done and 5 percent of the value
of materials so estimated to have been furnished and delivered and unused or furnished and stored as
aforesaid as part security for the fulfillment of the contract by the Contractor. The Department will not
hold retention for mobilization or demobilization.
The Department shall pay monthly to the Contractor, while carrying on the work, the balance not retained,
as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under
the provisions of the contract. No monthly estimate or payment shall be required to be made when, in the
judgment of the Engineer, the work is not proceeding in accordance with the provisions of the contract.
No monthly estimate or payment shall be construed to be an acceptance of any defective work or
improper materials.
Attention is directed to the prohibitions and penalties pertaining to unlicensed contractors as provided in
Business and Professions Code Sections 7028.15(a) and 7031.
Add Section 9-1.23:
9-1.23 RESOLUTION OF CONTRACT CLAIMS
Public works contract claims of three hundred seventy-five thousand dollars ($375,000) or less which arise
between a Contractor and a local public agency shall be resolved in accordance with the provisions of
California Public Contract Code Sections 20104-20104.6, inclusive. In addition, California Public Contract
Code Section 9204 requires that the procedure established therein shall apply to all claims (as therein
defined) filed by a contractor in connection with a public works project. Accordingly, this contract expressly
incorporates all of the terms and conditions of those statutory provisions, which are as follows:
California Public Contract Code Section 9204
(a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure
that all construction business performed on a public works project in the state that is complete and not in
dispute is paid in full and in a timely manner.
(b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section
10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5
(commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a
contractor in connection with a public works project.
(c) For purposes of this section:
(1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail
with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or penalties for
delay assessed by a public entity under a contract for a public works project.
(B) Payment by the public entity of money or damages arising from work done by, or on
behalf of, the contractor pursuant to the contract for a public works project and payment
for which is not otherwise expressly provided or to which the claimant is not otherwise
entitled.
(C) Payment of an amount that is disputed by the public entity.
(2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with
Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct
contract with a public entity for a public works project.
AADS LFGCCS PHASE III MOD 3-8 41 Contract 20-18-SW
(3)(A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state
agency, department, office, division, bureau, board, or commission, the California State
University, the University of California, a city, including a charter city, county, including a charter
county, city and county, including a charter city and county, district, special district, public
authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by
a public agency and formed to carry out the purposes of the public agency.
(B) “Public entity” shall not include the following:
(i) The Department of Water Resources as to any project under the jurisdiction of
that department.
(ii) The Department of Transportation as to any project under the jurisdiction of
that department.
(iii) The Department of Parks and Recreation as to any project under the
jurisdiction of that department.
(iv) The Department of Corrections and Rehabilitation with respect to any project
under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of
Title 7 of Part 3 of the Penal Code.
(v) The Military Department as to any project under the jurisdiction of that
department.
(vi) The Department of General Services as to all other projects.
(vii) The High-Speed Rail Authority.
(4) “Public works project” means the erection, construction, alteration, repair, or improvement of
any public structure, building, road, or other public improvement of any kind.
(5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing
with Section 7000) of Division 3 of the Business and Professions Code who either is in direct
contract with a contractor or is a lower tier subcontractor.
(d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies
shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide
the claimant a written statement identifying what portion of the claim is disputed and what portion is
undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend
the time period provided in this subdivision.
(B) The claimant shall furnish reasonable documentation to support the claim.
(C) If the public entity needs approval from its governing body to provide the claimant a
written statement identifying the disputed portion and the undisputed portion of the claim,
and the governing body does not meet within the 45 days or within the mutually agreed to
extension of time following receipt of a claim sent by registered mail or certified mail,
return receipt requested, the public entity shall have up to three days following the next
duly publicly noticed meeting of the governing body after the 45-day period, or extension,
expires to provide the claimant a written statement identifying the disputed portion and
the undisputed portion.
(D) Any payment due on an undisputed portion of the claim shall be processed and made
within 60 days after the public entity issues its written statement. If the public entity fails
to issue a written statement, paragraph (3) shall apply.
(2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to
respond to a claim issued pursuant to this section within the time prescribed, the claimant may
demand in writing an informal conference to meet and confer for settlement of the issues in
dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return
receipt requested, the public entity shall schedule a meet and confer conference within 30 days
for settlement of the dispute.
(B) Within 10 business days following the conclusion of the meet and confer conference,
if the claim or any portion of the claim remains in dispute, the public entity shall provide
the claimant a written statement identifying the portion of the claim that remains in
dispute and the portion that is undisputed. Any payment due on an undisputed portion of
AADS LFGCCS PHASE III MOD 3-8 42 Contract 20-18-SW
the claim shall be processed and made within 60 days after the public entity issues its
written statement. Any disputed portion of the claim, as identified by the contractor in
writing, shall be submitted to nonbinding mediation, with the public entity and the claimant
sharing the associated costs equally. The public entity and claimant shall mutually agree
to a mediator within 10 business days after the disputed portion of the claim has been
identified in writing. If the parties cannot agree upon a mediator, each party shall select a
mediator and those mediators shall select a qualified neutral third party to mediate with
regard to the disputed portion of the claim. Each party shall bear the fees and costs
charged by its respective mediator in connection with the selection of the neutral
mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be
subject to applicable procedures outside this section.
(C) For purposes of this section, mediation includes any nonbinding process, including,
but not limited to, neutral evaluation or a dispute review board, in which an independent
third party or board assists the parties in dispute resolution through negotiation or by
issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this
section.
(D) Unless otherwise agreed to by the public entity and the contractor in writing, the
mediation conducted pursuant to this section shall excuse any further obligation under
Section 20104.4 to mediate after litigation has been commenced.
(E) This section does not preclude a public entity from requiring arbitration of disputes
under private arbitration or the Public Works Contract Arbitration Program, if mediation
under this section does not resolve the parties’ dispute.
(3) Failure by the public entity to respond to a claim from a contractor within the time periods
described in this subdivision or to otherwise meet the time requirements of this section shall result
in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public
entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements
of this section, shall not constitute an adverse finding with regard to the merits of the claim or the
responsibility or qualifications of the claimant.
(4) Amounts not paid in a timely manner as required by this section shall bear interest at 7
percent per annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a
public entity because privity of contract does not exist, the contractor may present to the public
entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may
request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that
the contractor present a claim for work which was performed by the subcontractor or by a lower
tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be
presented to the public entity shall furnish reasonable documentation to support the claim. Within
45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as
to whether the contractor presented the claim to the public entity and, if the original contractor did
not present the claim, provide the subcontractor with a statement of the reasons for not having
done so.
(e) The text of this section or a summary of it shall be set forth in the plans or specifications for any
public works project that may give rise to a claim under this section.
(f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however,
that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and
proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a
public entity may prescribe reasonable change order, claim, and dispute resolution procedures and
requirements in addition to the provisions of this section, so long as the contractual provisions do not
conflict with or otherwise impair the timeframes and procedures set forth in this section.
(g) This section applies to contracts entered into on or after January 1, 2017.
AADS LFGCCS PHASE III MOD 3-8 43 Contract 20-18-SW
(h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available
through a competitive application process, for the failure of an awardee to meet its contractual
obligations.
(i) This section shall remain in effect only until January 1, 2027, and as of that date is repealed, unless a
later enacted statute, that is enacted before January 1, 2027, deletes or extends that date.
California Public Contract Code Sections 20104 – 20104.6
Section 20104
(a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars
($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(1) "Public work" means "public works contract" as defined in Section 1101 but does not include any
work or improvement contracted for by the state or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the
contract for a public work and payment of which is not otherwise expressly provided for or the
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the
local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for
any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
Section 20104.2
For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims
must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the
time limit or supersede notice requirements otherwise provided by contract for the filing of claims.
(b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to
any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of
receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim
the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted
to the claimant within 15 days after receipt of the further documentation or within a period of time
AADS LFGCCS PHASE III MOD 3-8 44 Contract 20-18-SW
no greater than that taken by the claimant in producing the additional information, whichever is
greater.
(c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims
within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any
additional documentation supporting the claim or relating to defenses to the claim the local agency may
have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted
to the claimant within 30 days after receipt of the further documentation, or within a period of time
no greater than that taken by the claimant in producing the additional information or requested
documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agency fails to respond within
the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt
of the local agency's response or within 15 days of the local agency's failure to respond within the time
prescribed, respectively, and demand an informal conference to meet and confer for settlement of the
issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within
30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant
may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing
with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those
provisions, the running of the period of time within which a claim must be filed shall be tolled from the time
the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied
as a result of the meet and confer process, including any period of time utilized by the meet and confer
process.
(f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed
to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with
Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the
Government Code.
Section 20104.4
The following procedures are established for all civil actions filed to resolve claims subject to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The
mediation process shall provide for the selection within 15 days by both parties of a disinterested third
person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within
15 days from the commencement of the mediation unless a time requirement is extended upon a good
cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within
the 15-day period, any party may petition the court to appoint the mediator.
(b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141.11 of that code. The Civil Discovery Act (Title 4 (commencing with Section
2016.010) of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this
subdivision consistent with the rules pertaining to judicial arbitration.
AADS LFGCCS PHASE III MOD 3-8 45 Contract 20-18-SW
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators
appointed for purposes of this article shall be experienced in construction law, and, upon
stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly
rates of pay not to exceed their customary rate, and such fees and expenses shall be paid
equally by the parties, except in the case of arbitration where the arbitrator, for good cause,
determines a different division. In no event shall these fees or expenses be paid by state or
county funds.
(3) 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 who after receiving an arbitration award requests a trial de novo but
does not obtain a more favorable judgment shall, in addition to payment of costs and fees under
that chapter, pay the attorney's fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation or
arbitration process.
Section 20104.6
(a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as
otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any
arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of
law.
DIVISION II GENERAL CONSTRUCTION
10 GENERAL
Add to the end of Section 10-1.02C(2):
Protect any irrigation component to be relocated before performing any other construction activity in the
area.
Add to Section 10-6 WATERING:
A construction water supply (non-potable) is available on-site. Contractor is responsible for all materials
and equipment necessary to pump water from the pond and haul it to the construction site.
12 TEMPORARY TRAFFIC CONTROL
Replace section 12-1.04 with:
12-1.04 FLAGGING COSTS
You pay the cost of furnishing all flaggers, including transporting flaggers and furnishing stands and
towers for flaggers to provide for the passage of traffic through the work as specified in sections 7-1.03
and 7-1.04.
AADS LFGCCS PHASE III MOD 3-8 46 Contract 20-18-SW
Replace Section 12-3.01C with:
12-3.01C Construction
If channelizing devices are used on the project, perform all layout work necessary to place channelizing
devices:
1. On the proper alignment
2. Uniformly at the location and spacing described
3. Straight on a tangent alignment
4. On a true arc in a curved alignment
If temporary traffic control devices are damaged, displaced, or stop operating or functioning as described
from any cause during the progress of the work, immediately repair, repaint, or replace the components
and restore them to their original locations and positions.
If ordered, furnish and place additional temporary traffic control devices. This work is not change order
work if:
1. Required to conform with your traffic control plan
2. Required to conform with the MUTCD
3. Necessary for public safety or convenience as determined by the Engineer
4. Required to perform staged construction shown on the plans
Replace Section 12-3.03C with:
12-3.03C Construction
If plastic traffic drums are used on project, use 1 type of plastic traffic drum on the project.
Use the same type and brand of retroreflective sheeting for all plastic traffic drums used on the project.
Do not use sandbags or comparable ballast.
Moving plastic traffic drums from location to location if ordered after initial placement is not change order
work if:
1. Required to conform with your traffic control plan
2. Required to conform with the MUTCD
3. Necessary for public safety or convenience as determined by the Engineer
4. Required to perform staged construction shown on the plans
Replace Section 12-3.10C with:
12-3.10C Construction
If barricades are used on the project, place each barricade such that the stripes slope downward in the
direction road users are to pass.
Place each sand-filled bag near the ground level on the lower parts of the frame or stays to serve as
ballast for the barricades. Do not place ballast on top of barricades or over any retroreflective barricade
rail face that is facing traffic.
Do not remove barricades that are shown to be left in place at the time of work completion.
Moving a barricade from location to location is change order work if ordered after initial placement of the
barricade unless.
1. Required to conform with your traffic control plan
2. Required to conform with the MUTCD
3. Necessary for public safety or convenience as determined by the Engineer
AADS LFGCCS PHASE III MOD 3-8 47 Contract 20-18-SW
4. Required to perform staged construction shown on the plans
Add to section 12-3.32C:
Start displaying the message (“CONSTRUCTION WORK ON SITE START MONTH/DAY/YEAR”
“EXPECT DELAYS”) on message boards 7 days prior to the start of construction. The sign shall be at
least four feet tall by eight feet wide and made of ¾ inch thick exterior grade plywood. The sign shall be
supported by two 16 feet tall, 4x4 smooth wood posts, painted white. The sign shall be prepared in a
professional manner with all the message clearly visible. The sign shall be kept in good condition for the
duration of construction.
Place the message sign in advance of the 1st warning sign for each:
1. Lanfill Entrance
2. At one other location directed by Engineer
Replace Section 12-4 with:
12-4 MAINTAINING TRAFFIC
12-4.01 GENERAL
12-4.01A General
Section 12-4.01 includes general specifications for maintaining traffic through construction work zones.
If local authorities regulate traffic, notify them at least 5 business days before the start of job site activities.
Cooperate with the local authorities to handle traffic through the work zone and to make arrangements to
keep the work zone clear of parked vehicles.
12-4.01B Materials
Not Used
12-4.01C CONSTRUCTION
Furnishing and operating pilot cars is not change order work.
12-4.01D Payment
Not Used
12-4.02 TRAFFIC CONTROL SYSTEMS
12-4.02A General
12-4.02A(1) Summary
Section 12-4.02 includes specifications for providing a traffic control system to maintain safety within the
Disposal site.
A traffic control system for a closure includes the temporary traffic control devices described as part of the
traffic control system. Temporary traffic control devices must comply with section 12-3.
12-4.02A(2) Definitions
designated holidays: Designated holidays are shown as “holidays” in Section 1-1.07B.
12-4.02A(3) Submittals
12-4.02A(3)(a) General
The Contractor shall prepare and submit to the County Construction Engineer for acceptance, a traffic
control system plan indicating the means and methods he will employ to institute and maintain traffic
control for all phases of the work within the project. The traffic control system plan shall be submitted to
the County Construction Engineer as early as possible, preferably five (5) working days prior to pre-
AADS LFGCCS PHASE III MOD 3-8 48 Contract 20-18-SW
construction meeting. The Engineer will require five (5) working days to review the initial submittal of the
traffic control system plan and an additional five (5) working days for each successive review.
No work at the project site whatsoever, including preparatory work, shall commence until the
traffic control system plan has been accepted in writing by the Engineer. In the event that the
traffic control system plan is not submitted timely, the Engineer may issue a notice of
commencement of contract time prior to acceptance of the traffic control system plan, and
working days will begin to accrue against the allotted contract time.
Late submittal of the traffic control plan or revisions thereafter required, due to the inadequacy of the plan,
shall not be accepted as justification for the delay in the start of the working days for the project.
If the Contractor’s haul route crosses the existing operation roads of the disposal site, then the
Contractor shall provide a flagman at each point of crossing during hauling operations. Said flagman
shall stop construction, yielding pass to traffic entering or exiting the disposal site or site of active
garbage dumping as necessary. If vehicles accessing or exiting the Disposal site traffic shall be
stopped to avoid any hazardous condition, they shall not be delayed for more than one minute or as
determined by the Engineer.
The Contractor is responsible for placing appropriate traffic control signs as directed by the Engineer
at the point of crossing and in advance of the location. Said signing shall be placed on American Avenue
if necessary to warn traffic entering the Disposal Site.
If the Contractor does not provide the traffic control and it becomes necessary for the Engineer to notify
the Contractor, the Engineer will direct to cease any construction activities immediately.
Traffic will be controlled by flagmen by eyesight, radio (walkie-talkie), or baton. In the event these
methods do not work satisfactorily, as determined by the Engineer, a pilot car will be required.
Providing, installing, maintaining, and removing all traffic control, including portable changeable message
signs if required, , and providing all traffic control operations shall be the responsibility of the contractor,
and no additional compensation will be allowed therefor.
12-4.02C(3)(o) Closure of Conventional County Roads
The type and location of signs, lights, flags, flagmen, and other traffic control and safety devices shall be
in accordance with the current edition of the California Manual on Uniform Traffic Control Devices
(MUTCD) issued by the State of California, Department of Transportation (Caltrans).
Allow public traffic to pass through construction at all times unless otherwise specified herein.
No work that would require a public traffic lane closure shall be performed.
The full width of the traveled way shall be open for use by public traffic even when construction operations
are actively in progress.
Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders
including sections closed to public traffic.
The Contractor's equipment and materials shall not remain in a lane except when such lane is closed to
traffic and the lane is being used for contract operations.
13 WATER POLLUTION CONTROL
Replace 13-1.01A with:
13-1.01A Summary
AADS LFGCCS PHASE III MOD 3-8 49 Contract 20-18-SW
Section 13-1 includes general specifications for preventing, controlling, and abating water pollution within
waters of the State.
Information on forms, reports, and other documents is in the following Caltrans manuals:
1. Field Guide to Construction Site Dewatering
2. Stormwater Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP)
Preparation Manual
3. Construction Site Best Management Practices (BMPs) Manual
4. Construction Site Monitoring Program Guidance Manual
You may view these manuals at the Stormwater and Water Pollution Control Information link at the
Caltrans Division of Construction website or purchase them at the Caltrans Publication Distribution Unit.
A WPCP and a SWPPP must comply with the Caltrans Stormwater Pollution Prevention Plan (SWPPP)
and Water Pollution Control Program (WPCP) Preparation Manual and must be prepared using the latest
template posted on the Construction stormwater website.
Replace Section 13-1.01D92) with
13-1.01D(2) Regulatory Requirements
Comply with the discharge requirements in the NPDES General Permit for Storm Water Discharges
Associated with Construction and Land Disturbance Activities; Order No. 2009-000 9-DWQ, CAS000002
(Construction General Permit) and any amendments thereto issued by the SWRCB. The Construction
General Permit may be found at:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/constpermits.shtml
Discharges from manufacturing facilities, such as batch plants and crushing plants, must comply with the
discharge requirements in the NPDES General Permit for Storm Water Discharges Associated with
Industrial Activities; Order No. 2014-0057-DWQ, CAS000001 (Industrial General Permit), issued by the
SWRCB. For the Industrial General Permit, go to the SWRCB website.
For a batch plant and crushing plant outside a job site or within a job site that serves one or more
contracts, obtain coverage under the Industrial General Permit before operating a batch plant to
manufacture concrete, HMA, or other material or a crushing plant to produce rock or aggregate.
This Project disturbs less than 1 acre of soil.
A WPCP is required for this project.
Replace Section 13-1.01D(4)(b) with:
13-1.01D(4)(b) Qualifications
The WPC manager must:
1. Comply with the requirements provided in the Construction General Permit for:
1.1. QSP if the project requires a WPCP
1.2. QSD if the project requires a SWPPP
2. Complete the stormwater management training described at the Stormwater and Water Pollution
Control Information link at the Caltrans Division of Construction website
AADS LFGCCS PHASE III MOD 3-8 50 Contract 20-18-SW
Replace Section 13-3.01C(2)(b)(iv) with:
13-3.01C(2)(b)(iv) Sampling and Analysis Plan
If a sampling and analysis plan is required, submit a sampling and analysis plan that complies with the
Caltrans Construction Site Monitoring Program Guidance Manual.
The sampling and analysis plan must describe:
1. Sampling equipment and sample containers.
2. Preparation of samples.
3. Collection and holding times.
4. Field measurement methods.
5. Analytical methods.
6. Quality assurance and quality control.
7. Sample preservation and labeling.
8. Collection documentation, including the names of personnel collecting samples and their training.
9. Shipment of samples.
10. Chain of custody.
11. Data management and reporting.
12. Precautions from the construction site health and safety plan, including procedures for collecting
samples during precipitation. List the conditions under which you are not required to collect samples,
such as:
12.1. Dangerous weather
12.2. Flooding or electrical storms
12.3. Times outside of normal working hours
13. Procedures for collecting and analyzing at least 3 samples for each day of each qualifying rain event
for a risk level 2 or risk level 3 project.
14. Procedures for collecting effluent samples at all locations where the stormwater is discharged off the
job site.
The sampling and analysis plan must identify the State-certified laboratory that will perform the analyses.
For a list of State-certified laboratories, go to the SWRCB's website.
Submit a revised plan if discharges or sampling locations change because of changed work activities or
knowledge of site conditions.
Replace Section 13-4.03G with:
13-4.03G Dewatering
Dewatering consists of discharging accumulated stormwater, groundwater, or surface water from
excavations or temporary containment facilities.
If dewatering is required, perform dewatering work as specified for the work items involved, such as a
temporary ATS or dewatering and discharge.
If dewatering and discharging activities are not specified for a work item and you perform dewatering
activities:
1. Conduct dewatering activities under the Caltrans Field Guide for Construction Site Dewatering.
AADS LFGCCS PHASE III MOD 3-8 51 Contract 20-18-SW
2. Ensure any dewatering discharge does not cause erosion, scour, or sedimentary deposits that could
impact natural bedding materials.
3. Discharge the water within the project limits. Dispose of the water if it cannot be discharged within
project limits due to site constraints or contamination.
4. Do not discharge stormwater or nonstormwater that has an odor, discoloration other than sediment,
an oily sheen, or foam on the surface. Immediately notify the Engineer upon discovering any such
condition.
14 ENVIRONMENTAL STEWARDSHIP
Add Section 14-12.04:
14-12.04 RELATIONS WITH SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT
(SJVAPCD)
You are responsible for compliance with all applicable SJVAPCD regulations and requirements. This
section is provided for your information, and nothing herein or elsewhere within these special provisions
shall be construed as limiting your responsibility for complying with all applicable rules and regulations.
This Project disturbs less than 1 acre of soil.
Replace Section 14-12.04–14.12.08 With:
14-12.05–14.12.08 RESERVED
DELETE DIVISION III THROUGH DIVISION XII AND REPLACE
WITH THE FOLLOWING
Contract Number 20-18-SW
Technical Specifications
SECTION 00 01 10
TABLE OF CONTENTS
Section
Number Title Page
American Avenue Disposal Site 00 01 10-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
DIVISION 00: PROCUREMENT REQUIREMENTS
00 01 10 TABLE OF CONTENTS 00 01 10-1 to 00 01 10-1
00 01 15 LIST OF DRAWINGS 00 01 15-1 to 00 01 15-1
00 73 19 HEALTH AND SAFETY CONSIDERATIONS 00 73 19-1 to 00 73 19-4
DIVISION 01: GENERAL REQUIREMENTS
01 11 00 SUMMARY OF WORK 01 11 00-1 to 01 11 00-3
01 20 00 MEASUREMENT AND PAYMENT 01 20 00-1 to 01 20 00-10
01 31 13 PROJECT COORDINATION 01 31 13-1 to 01 31 13-6
01 32 23 SURVEYING 01 32 23-1 to 01 32 23-4
01 33 00 SUBMITTAL PROCEDURES 01 33 00-1 to 01 33 00-5
01 45 00 QUALITY CONTROL 01 45 00-1 to 01 45 00-3
01 45 23.13 TESTING PIPING SYSTEM 01 45 23.13-1 to 01 45 23.13-3
01 56 37 STORAGE AND PROTECTION OF MATERIAL 01 56 37-1 to 01 56 37-3
01 60 00 PRODUCT REQUIREMENTS 01 60 00-1 to 01 60 00-2
01 75 16 START-UP PROCEDURES 01 75 16-1 to 01 75 16-2
01 78 39 PROJECT RECORD DOCUMENTS 01 78 39-1 to 01 78 39-2
DIVISION 23 – MECHANICAL
23 09 13 VALVES AND VALVE BOXES 23 09 13-1 to 23 09 13-4
DIVISION 31: EARTHWORK
31 22 00 GRADING 31 22 00-1 to 31 22 00-4
31 23 16 EXCAVATION 31 23 16-1 to 31 23 16-5
31 23 26 STRUCTURAL FILL 31 23 26-1 to 31 23 26-4
31 23 33 TRENCHING AND BACKFILLING 31 23 33-1 to 31 23 33-6
DIVISION 33: UTILITIES
33 42 13 CORRUGATED STEEL PIPE 33 42 13-1 to 33 42 13-2
33 51 16.13 HIGH DENSITY POLYETHYLENE (HDPE) 33 51 16.13-1 to 33 51 16.13-7
LANDFILL PIPING
33 51 19.13 VERTICAL LANDFILL GAS EXTRACTION 33 51 19.13-1 to 33 51 19.13-6
WELLS
33 51 23 VERTICAL LANDFILL GAS EXTRACTION 33 51 23-1 to 33 51 23-2
WELLHEADS
33 53 10 HORIZONTAL LANDFILL GAS COLLECTORS 33 53 10-1 to 33 53 10-4
33 53 23 HORIZONTAL LANDFILL GAS COLLECTOR 33 53 23-1 to 33 53 23-2
WELLHEADS
DIVISION 44: POLLUTION AND WASTE CONTROL EQUIPMENT
44 42 53 LANDFILL GAS CONDENSATE SUMP 44 42 53-1 to 44 42 53-3
American Avenue Disposal Site 00 01 15-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 00 01 15
LIST OF DRAWINGS
FRESNO COUNTY
AMERICAN AVENUE DISPOSAL SITE
KERMAN, CALIFORNIA
PHASE III – MODULES 3-8 LFGCCS EXPANSION
SHEET 1 – TITLE SHEET
SHEET 2 – ABBREVIATIONS
SHEET 3 – SITE PLAN/INDEX/SURVEY CONTROL PLAN
SHEET 4 – LFGCCS EXPANSION PLAN
SHEET 5 – LFGCCS EXPANSION PLAN
SHEET 6 – LFGCCS EXPANSION PLAN
SHEET 7 – LANDFILL BASE GRADES WITH PROPOSED WELLS
SHEET 8 – LFGCCS DETAILS
SHEET 9 – LFGCCS DETAILS
SHEET 10 – LFGCCS DETAILS
SHEET 11 – LFGCCS DETAILS
SHEET 12 – LFGCCS DETAILS
SHEET 13 – LFGCCS DETAILS
SHEET 14 – LFGCCS DETAILS
SHEET 15 – LFGCCS DETAILS
SHEET 16 – CONDENSATE PUMP STATION DETAIL
American Avenue Disposal Site 00 73 19-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 00 73 19
HEALTH AND SAFETY CONSIDERATIONS
PART 1 - GENERAL
1.1 Section Includes
A.Preparing project Site Specific Health & Safety Plan and Traffic Control Plan.
B.Implementing project Site Specific Health & Safety Plan and Traffic Control Plan.
1.2 Other
A.The exact nature of materials and wastes disposed of at the landfill is unknown. The
possibility exists of encountering gases and/or other substances during the Work
that may be potentially hazardous to the safety and health of personnel, especially
those working in the vicinity of open excavations and pipes venting gases.
B.The CONTRACTOR is advised that decomposing refuse produces landfill gas which
is approximately 50 percent methane (natural gas) by volume. Landfill gas is
colorless, can be odorless, may contain hydrogen sulfide, toxic or hazardous
material, is combustible, and may contain no oxygen. Landfill gas can also migrate
through several thousand feet of soil adjacent to landfills. The CONTRACTOR is
therefore advised of the need for precautions against fire, explosion and
asphyxiation when working on the landfill and in or near excavations on the project
site.
1.3 Submittals
A.CONTRACTOR shall submit, after Notice of Award but prior to pre-construction
meeting, a Site Specific Health & Safety Plan and Traffic Control Plan to OWNER
(See Section 01 33 00). Acceptance of the plans by the ENGINEER does not release
the CONTRACTOR of liability in the event of an accident or injury, nor does it place
any liability on the OWNER.
B.Submittals may be completed electronically.
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
3.1 Construction
A.CONTRACTOR shall be solely and completely responsible for initiating,
maintaining, and supervising all safety precautions and programs in connection
with the Work. Take all necessary precautions for the safety of, and provide the
necessary protection to prevent injury or loss to all CONTRACTOR'S employees.
American Avenue Disposal Site 00 73 19-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
B.CONTRACTOR shall comply with all applicable California Occupational Safety and
Health Agency (OSHA) regulations. The CONTRACTOR'S Health and Safety Plan
does not supersede or in any way relieve the CONTRACTOR of obligations under
any applicable OSHA regulations including (but not limited to) 29 CFR 1910:
Occupational Safety and Health Standards and 29 CFR 1926: Health and Safety
Regulations for Construction.
C.CONTRACTOR shall be responsible for ensuring that all Subcontractors abide with
the contents of this section.
D.CONTRACTOR shall become familiar with potential hazardous health and safety
conditions and risks associated with working in or near decomposing refuse at a
landfill site and take the applicable precautions for work at the project site.
E.CONTRACTOR shall be solely responsible for determining and providing an
appropriate health and safety program, including monitoring, equipment, plans in
event of problems and/or emergencies, and other related items as needed.
3.2 Site Restrictions
A.Smoking and vaping will not be permitted at the project site unless a smoking area is
designated and approved by OWNER. Smoking is prohibited on the landfill
B.Reflective safety vests, hard hats and steel toed and puncture resistant boots shall be
worn by all personnel during work. Other personal protective equipment will be
worn as necessary.
C.CONTRACTOR shall adhere to the posted speed limit at all times. CONTRACTOR
shall further limit vehicle speeds as necessary for safe operation based on road
conditions and construction traffic.
D.Heavy equipment operating around exposed waste shall be equipped with vertical
exhaust piping and spark arrestors to prevent fire. CONTRACTOR shall maintain a
minimum of one fire extinguisher with a rating of ABC available with each trailer
and construction vehicle.
E.Landfill Equipment will have right-of-way. The CONTRACTOR shall yield when
Landfill Equipment is approaching.
F.Site working hours are Monday through Saturday from 6:00 AM to 6:00 PM.
3.3 Site Specific Health and Safety Program
A.Develop and implement a Health and Safety Program in accordance with all
applicable California Health and Safety regulations, Federal OSHA regulations, 29
CFR 1910 and 29 CFR 1926, and any other applicable federal, state, or local agency
regulations or requirements. If any of these requirements are in conflict, the more
stringent requirement shall apply. The CONTRACTOR’S failure to be thoroughly
familiarized with the aforementioned safety and health provisions shall not relieve
the CONTRACTOR of responsibility for full compliance with the obligations and
requirements set forth herein. The CONTRACTOR'S Health and Safety Plan shall
include as appropriate, but shall not necessarily be limited to, the items required by
OSHA 29 CFR 1910.120:
American Avenue Disposal Site 00 73 19-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
1.Organizational structure
2.Comprehensive work plan
3.Hazard analysis for each site task
4.Employee training
5.Personal protective equipment to be used for each task
6.Medical surveillance
7.Frequency and types of air monitoring, personnel monitoring, and
environmental sampling techniques and instrumentation to be used.
8.Site control measures
9.Decontamination procedures
10.Emergency response plan
11.Confined space entry procedures (if part of scope of work)
12.Spill containment program
13.Cell phone use policy while driving or operating equipment
B.Provide to the OWNER, prior to the start of any field activities, certification that
requirements of this Section have been met. This certification shall include:
1.Documentation of the training required under OSHA 29 CFR 1910.120 for site
personnel and supervisors.
2.Documentation of current first aid and CPR training for at least two employees
per work shift.
3.Documentation of participation of all site personnel in a medical surveillance
program in accordance with OSHA 29 CFR 1910.120.
4.Documentation that all site personnel expected to wear respiratory protection
have been medically examined and approved for wearing such equipment and
have been fit tested in accordance with OSHA regulations.
C.The CONTRACTOR shall maintain a copy of the plan at the site for the duration of
work.
D.If the OWNER observes any of the CONTRACTOR's employees or Subcontractors
engaging in an unsafe act or procedure that may result in serious injury or death to
the person performing the act/procedure, or to any other person, the OWNER shall
have the right, but not the duty, to stop the work until the condition is corrected.
The CONTRACTOR shall be held responsible for any increased costs that result
from this work stoppage.
E.The CONTRACTOR shall be responsible for holding mandatory weekly safety
meetings on the site. The OWNER shall be notified of the time and place for these
meetings, so that they may attend if they desire. Meetings shall reiterate all safety
measures to be taken and shall discuss any violations committed and preventive
measures. The CONTRACTOR shall provide the OWNER with a copy of the
minutes and the attendance upon request.
American Avenue Disposal Site 00 73 19-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
F.The CONTRACTOR shall provide all personnel working on the project with
required orientation and training on the potential hazards and the appropriate use of
safety equipment.
G.The CONTRACTOR shall meet at all times during drilling and excavations,
applicable OSHA health and safety requirements. The CONTRACTOR shall secure
all work areas and close any open holes or excavations when not working by
marking with ribbons and cones, and posting of signs indicating to the public to stay
away due to the existence of deep open excavation.
H.The CONTRACTOR shall provide continuous lower explosive limit (LEL) gas
detection monitoring and oxygen monitoring in enclosed areas prone to gas build-up
or during drilling.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Measurement and Payment
A.Reference Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 11 00-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.1 Project Locations and Access
A.Project Location:
1.The Site (also referred to as Project Site) is the American Avenue Disposal Site
owned and operated by the County of Fresno. The physical address is:
American Avenue Disposal Site
18950 W. American Avenue
Kerman, CA 93630
1.2 Scope of Work
A.General: The Work included in the contract consists of construction of
improvements to the landfill gas collection and control system (LFGCCS). The Work
is more fully detailed in the Construction Drawings and Specifications included
herein.
B.Principal features include:
1.Mobilization and demobilization of equipment, labor, and construction of
temporary facilities.
2.Installation of LFGCCS components, which include but are not limited to the
following:
a.Vertical Landfill Gas Extraction Wells and Wellheads
b.Horizontal Landfill Gas Collectors and Wellheads
c.High density polyethylene (HDPE) landfill gas header and lateral piping
d.Road crossings
e.Miscellaneous fittings
f.Valves
g.Connections to leachate collection and removal system (LCRS)
h.Condensate Sumps
i.Manifolds
j.Bollards
3.Welding of HDPE pipe.
4.Drilling in the waste footprint.
5.Trenching and backfilling both in and out of the waste footprint.
C.The above description of the Work is for general information only and does not limit
American Avenue Disposal Site 01 11 00-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
the responsibility of the CONTRACTOR to accomplish the Work in strict accordance
with the Construction Drawings and Specifications.
D.Environmental Observations: The Work shall be performed in strict accordance with
the applicable requirements of the federal, state, and local agencies having
jurisdiction, and in accordance with the requirements of the Construction Drawings,
General Conditions, Supplementary Conditions, and these Specifications.
1.3 Existing Site Conditions
A.The CONTRACTOR is advised that construction of this project is at a municipal
solid waste landfill and will entail working in, on, and adjacent to buried solid
wastes and refuse. As buried organic material decomposes anaerobically, it
generates landfill gas (LFG). This LFG normally consists of approximately 45
percent carbon dioxide (CO2), 55 percent methane (CH4) and other gases that may
include volatile organic compounds (VOCs), depending on the composition of the
buried materials. Hydrogen sulfide (H2S) and other toxic gases have been
encountered at landfills even though the sites were not classified as hazardous waste
disposal sites.
B.The American Avenue Disposal Site is permitted for the disposal of "nonhazardous
solid waste." Notwithstanding the above, the OWNER cannot guarantee that toxic
or hazardous materials or vapors will not be encountered by the CONTRACTOR
during the construction of this project.
C.The Contractor should review and adhere to all restrictions and implement all
requirements of the American Avenue Disposal Site. Some additional safety items
(e.g. lock out tag out, confined space) are separate programs. American Avenue
Disposal Site will provide copies of available training and operating procedures as
needed for the project.
1.4 Construction Drawings
A.Where "as shown," "as detailed," "as noted," or words of like meaning are used in
these Specifications, it shall be understood that reference is being made to the
Construction Drawings unless otherwise specified.
1.5 Codes and Standards
A.All work to be done and materials and equipment transported, handled, stored or
installed shall be done in strict conformance with the applicable orders, rules and
regulations of the United States Government, the State of California, and with all
other County, City, and District requirements. Nothing contained in these
specifications or shown or noted on the plans shall be construed to permit work not
conforming to these orders, rules, and regulations.
B.When the Construction Drawings and/or Specifications call for material or
construction of a better quality or larger size or capacity than may be required by
applicable codes or standards, the provisions of the Construction Drawings and/or
Specifications shall take precedence over the requirements of the code or standard.
If there is any other conflict between the Construction Drawings and/or
American Avenue Disposal Site 01 11 00-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
Specifications and the requirements of applicable codes and standards, the more
stringent provisions shall govern.
C.See also Section 01 42 00 - References.
1.6 Manufacturers' Specifications and Instructions
A.Unless otherwise indicated or specified, all manufactured materials, products,
processes, equipment, or the like shall be installed or applied in accordance with the
manufacturers' instructions, directions, or specifications. Said installation or
application shall be in accordance with printed instructions furnished by the
manufacturer of the material or equipment concerned for use under conditions
similar to those at the job site. Copies of such instructions shall be furnished to the
ENGINEER and their acceptance thereof obtained before work is begun.
B.Any deviation from the manufacturers' printed recommendations shall be explained
and acknowledged as correct for the circumstances, in writing by the particular
manufacturer. The CONTRACTOR will be held responsible for all installations not
conforming to the manufacturers' recommendations. If any item of material or
equipment is installed not in accordance with the manufacturer's recommendations,
the CONTRACTOR shall make all changes necessary to achieve such compliance.
1.7 Work Quality
A.Shop and field work shall be performed by mechanics and workers skilled and
experienced in the fabrication and installation of the work feature involved. All
Work under this Contract shall be performed in accordance with the standard
practices of the various trades involved and in accordance with the Construction
Drawings, reviewed shop drawings, these Specifications and all applicable codes
and regulations.
B.All Work shall be erected and installed plumb, level, square and true, or true to
indicated angle, and in proper alignment and relationship to the work of other
trades. All finished Work shall be free from defects and damage.
C.The ENGINEER reserves the right to reject any materials and work quality which is
not considered to be up to the general standards of the various trades involved.
Such inferior material or work quality shall be repaired or replaced, as directed, at
no additional cost to the OWNER.
1.8 Field Measurement and Templates
A.CONTRACTOR shall secure all field measurements required for proper and accurate
fabrication and installation of the Work included in this Contract. Exact
measurements are the CONTRACTOR's responsibility. CONTRACTOR shall also
furnish or obtain all templates, patterns, and setting instructions required for the
installation of all Work. All dimensions shall be verified by the CONTRACTOR in
the field.
American Avenue Disposal Site 01 11 00-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
(Not Used)
* * * END OF SECTION * * *
American Avenue Disposal Site 01 20 00-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 20 00
MEASURE AND PAYMENT
PART 1 - GENERAL
1.1 Section Includes
A.General measurement methods
B.General payment requirements.
C.Calculation of quantities.
D.Value of unit prices.
E.Changes and extra work.
F.Rejected materials.
G.Force account work.
H.Specific measurement and payment descriptions for contract bid items.
1.2 References
A.State of California, Department of Transportation, Standard Specifications, 2015
edition, as amended.
1.3 Measurement
A.Performed according to United States Standard measure.
B.Based on actual units installed or neat line dimensions of work completed.
C.CONTRACTOR shall be responsible for measurement for payment, including
surveying. ENGINEER shall have the option of verifying CONTRACTOR’s
measurements.
1.4 Payment
A.In accordance with lump sum, unit prices, or force account rates shown on the Bid
Form.
B.Includes all costs for overhead and profit and for supplying materials, labor,
equipment, and tools, necessary to complete the Work in accordance with the
Standard Specifications, Special Provisions, Technical Specifications, and Project
Drawings.
1.5 Calculation of Quantities
A.Progress Payment Quantities:
1.ENGINEER will compute all quantities of Work performed, or of materials and
equipment delivered to the site for progress payment purposes.
American Avenue Disposal Site 01 20 00-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
B.Final Payment Quantities: ENGINEER will compute all quantities of Work
performed, or of materials and equipment delivered to the site for final payment
purposes.
C.Earthwork quantities: Earthwork (excavating, trenching, backfilling, and placing
earthfill) will be required and is considered to be incidental to the bid item. Separate
calculation of earthwork quantities will not be made. Include all costs related to
earthwork in the appropriate bid item prices.
1.6 Value of Unit Prices
A.The number of units and quantities contained in the Bid Schedule are approximate
only, and final payment will be made for the actual number of units and quantities
incorporated in the work or made necessary to complete the project and measured in
accordance with this Section.
B.In the event that work and materials or equipment are required to be furnished to a
greater or lesser extent than is indicated by the Contract Documents, such work and
materials or equipment will be furnished in greater or lesser quantities.
1.7 Rejected Materials
A.Quantities of material wasted or disposed in a manner not called for in the Technical
Specifications; rejected loads of material, including material rejected after it has been
placed by reasons of the failure of the CONTRACTOR to conform to the provisions
of the Technical Specifications; material not unloaded from the transporting vehicle;
material placed outside the limits indicated by the Drawings or established by the
ENGINEER or material remaining on hand after completion of the Work, will not be
paid for, and such quantities will not be included in the final total quantities.
B.No compensation will be permitted for loading, hauling, and disposing of rejected
material.
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
3.1 Measurement and Payment
A.CONTRACTOR shall submit a force account rate sheet for labor and equipment
utilized on a time and materials (force account) basis under this contract.
1.Provide labor rates, based on California prevailing wage rates that are fully
burdened including profit and represent the full hourly rate that will be invoiced
to the ENGINEER.
2.Provide equipment rental rates, based on Caltrans equipment rental rates that
represent the full hourly rate for each piece of equipment that will be invoiced to
the ENGINEER and includes the cost of the operator, fuel, and profit.
American Avenue Disposal Site 01 20 00-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
PART 4 - MEASUREMENT AND PAYMENT DESCRIPTIONS
4.1 For Contract Base Bid Items
Bid Item 1 – Supplemental Work
1.Supplemental Work is provided to compensate the CONTRACTOR for new and
unforeseen work necessary to construct the project as designed and intended.
Supplemental Work is not for design changes. Supplemental Work will be
classed as extra work in accordance with the provisions of Section 4-1.05
"Changes & Extra Work" of the 2015 Caltrans Standard Specifications. The
amount shown in the Proposal shall be included in each Bidder’s proposal.
Supplemental Work cannot proceed without first going through County
Authorization.
2.The amount shown in the Proposal shall be included in each Bidder's proposal.
This item may be increased, decreased or deleted entirely by OWNER, if the
ENGINEER determines that it is unnecessary. If the item is deleted, no
compensation will be made therefor. No costs shall be incurred pertaining to this
item unless directed by the ENGINEER. This item is excluded from the
adjustment of changed quantities as specified in Standard Specifications Section
9-1.06 “Changed Quantity Payment Adjustments”.
Bid Item 2 – Mobilization/Demobilization
1.Work includes, but is not limited to mobilization and demobilization of all
equipment, materials, and labor; preparing and implementing Health and Safety
Plan and procedures; preparing CONTRACTOR staging and storage areas;
providing temporary facilities and temporary controls (including but not limited
to pollution control, dust control, safety control); protection of all utilities and
features; and any other indirect services necessary or described in Division 1.
2.Basis of Measurement: Measurement for this item shall be by Lump Sum (LS).
No separate measurement will be made.
3.Basis for Payment: Payment for this item will be for all direct and indirect costs
associated with furnishing all labor, materials, equipment, and incidentals
required to prepare for and complete the Work as indicated in the Contract
Documents (Per Pub Cont. Code § 10264).
Bid Item 3 – Traffic Control
1.This bid item includes full compensation for furnishing all labor (including
flagmen), materials (including signs), tools, equipment, and incidentals, and for
performing all work involved in placing, removing, storing, maintaining,
moving to new locations, replacing, and disposing of the components of the
Traffic Control system, and for furnishing and operating the pilot car (including
driver, radios, other equipment, and labor needed), if required, in accordance
with Section 12 of Special Provisions and Standard Specifications.
2.Basis of Measurement: Lump Sum (LS). Separate measurement of Traffic Control
will not be made.
3.Basis for Payment: Payment for this item includes all labor, materials, tools,
equipment, and incidentals to provide Traffic Control.
American Avenue Disposal Site 01 20 00-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
4.Payment during the agreed contract payment period will be based on a weekly
amount as agreed by the ENGINEER, of work performed for that contract
payment period for Traffic Control placed and used on the project, as described
above.
Bid Item 4 – Construction Site Management
1.This bid item includes full compensation for furnishing all labor, materials,
tools, equipment, and incidentals for preparing and implementing a Water Pollution
Control Plan (WPCP), performing all work involved in spill prevention and control,
material management, stockpile management, waste management, non-stormwater
management, dewatering, and identifying, sampling, testing, handling, and disposing
of hazardous waste resulting from construction activities in accordance with Section
13 of the Standard Specifications and the Special Provisions.
2.Basis of Measurement: Lump Sum (LS). Separate measurement of Construction
Site Management will not be made.
3.Basis for Payment: Payment for this item includes all labor, materials, tools,
equipment, and incidentals to provide Construction Site Management.
Bid Item 5 – Grade Checking
1.Layout Work, as necessary, and as shown on Drawings using stakes and
reference marks set by CONTRACTOR
2.Document as-constructed conditions and provide information to ENGINEER
for preparation of record drawings depicting as-constructed conditions.
3.Protect existing above- and below-ground facilities that may be impacted
by Work.
4.Basis of Measurement: Lump Sum (LS). Separate measurement of grade
checking and protection of existing facilities will not be performed.
5.Basis for Payment: Payment for this item includes all labor, equipment and
materials to perform surveying and layout, and to prepare record
drawings.
6.This item may be increased, decreased or deleted entirely by
OWNER, if the ENGINEER determines that it is unnecessary. If the
item is deleted, no compensation will be made therefor. No costs
shall be incurred pertaining to this item unless directed by the
ENGINEER. This item is excluded from the adjustment of changed
quantities as specified in Standard Specifications Section 9-1.06
“Changed Quantity Payment Adjustments”.
Bid Item 6 – Vertical Landfill Gas Well Drilling (Sheets 4, 7, and 8)
1.Furnish all labor, materials, tools, equipment, and incidentals to drill vertical
LFG extraction wells at the locations and depths shown on the Project
Drawings and to dispose of waste generated during drilling.
2.Basis of Measurement: Linear Feet (LF). Based on the total linear feet of
completed vertical LFG well drilling.
3.Basis for Payment: Payment for this item shall be based on the linear feet
American Avenue Disposal Site 01 20 00-5 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
of completed vertical LFG extraction well drilling.
Bid Item 7 –Vertical Landfill Gas Extraction Well Installation and Backfill (Sheets 4,
7, and 8)
1.Furnish all labor, materials, tools, equipment, and incidentals to install single LFG
extraction wells. This bid item includes, but is not limited to, all casing and
perforated pipe, casing centralizer, pipe fittings, end cap, filter media, bentonite
plug, gravel, excavation, hauling, and placement of soil for select soil backfill, and
appurtenances.
2.Basis of Measurement: Linear Feet (LF). Based on the linear feet of complete and
fully functional LFG extraction wells installed.
3.Basis for Payment: Payment for this item is based on the linear feet of complete
and fully functional LFG extraction wells installed.
Bid Item 8 – Horizontal Landfill Gas Well Installation and Backfill (Sheets 5, 6, 8 and
9)
1.Furnish all labor, materials, tools, equipment, and incidentals to install horizontal
LFG extraction wells. This bid item includes, but is not limited to, all perforated
pipe, pipe fittings, filter media, geotextile, bentonite plug, gravel, excavation,
hauling, and placement of soil for select soil backfill, and appurtenances.
2.Basis of Measurement: Linear Feet (LF). Based on the linear feet of complete and
fully functional horizontal LFG extraction wells installed.
3.Basis for Payment: Payment for this item is based on the linear feet of complete
and fully functional single LFG extraction wells installed.
Bid Item 9 – Vertical and Horizontal Landfill Gas Extraction Well Wellhead
Installation and Connection to Lateral (Sheets 8 and 9)
1.Furnish all labor, materials, tools, equipment, and incidentals to install LFG
extraction well wellheads and connect to laterals. This bid item includes, but is
not limited to, all well caps, wellheads, flex hose, hose clamps, piping, fittings,
and appurtenances.
2.Basis of Measurement: Each (EA). Based on the number of complete and fully
functional LFG extraction well wellheads installed and connected to laterals.
3.Basis for Payment: Payment for this item is based on the number of complete
and fully functional LFG extraction well wellheads installed and connected to
laterals.
Bid Item 10 – Landfill Gas Extraction Well, Drill to Refusal and Backfill (Sheet 8)
1.Furnish all labor, materials, tools, equipment, and incidentals to abandon
obstructed LFG extraction well borings in accordance with backfilling
requirements in Technical Specification Section 31 23 33. This bid item includes,
but is not limited to, granular fill material, bentonite plug, and excavation,
hauling, and placement of select soil backfill material.
2.Drilling equipment lost in an obstructed boring is incidental to this bid item.
3.The unit price for this item shall be applicable regardless of the total depth of
obstructed borings abandoned.
American Avenue Disposal Site 01 20 00-6 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
4.Basis of Measurement: Linear Feet (LF). Based on 10 percent on total estimated
drilling depths per the Construction Drawings.
5.Basis for Payment: Payment for this item is based on the linear feet of
obstructed LFG extraction well borings.
6.The amount shown in the Proposal shall be included in each Bidder's proposal.
This item may be increased, decreased or deleted entirely by OWNER, if the
ENGINEER determines that it is unnecessary. If the item is deleted, no
compensation will be made therefor. No costs shall be incurred pertaining to this
item unless directed by the ENGINEER. This item is excluded from the
adjustment of changed quantities as specified in Standard Specifications Section
9-1.06 “Changed Quantity Payment Adjustments”.
Bid Item 11 – Provide and Install 2-inch HDPE SDR-9 Air Supply Pipe (Above Grade
or in Common Trench) and 2-Inch Fittings (Sheets 4, 5, 6, 9, 10, 11, 12, 15, and 16)
1.Furnish all labor, materials, tools, equipment, and incidentals to install all
materials, fittings, utility boxes, valves, guides, supports, and related materials
to provide a complete and fully functional piping system connecting air supply
piping. This bid item includes, but is not limited to, all pipe, pipe fittings,
connections, excavation, placement of soil for select backfill, guides, anchors,
appurtenances, and pipe leak testing.
2.Basis of Measurement: Linear Feet (LF) measured along the pipe centerline,
accounting for pipe snaking lengths to account for pipe thermal changes in
Detail 2, Sheet 15 of the Construction Drawings, including valve lengths, and
other sections that are incident to the installation of the 2-inch diameter HDPE
SDR-9 pipe.
3.Basis for Payment: Payment for this item is based on the linear feet of 2-inch
SDR-9 air supply pipe installed, including pipe fittings and valve lengths.
Bid Item 12 – Provide and Install 2-inch HDPE SDR-11 Condensate Force Main Pipe,
(Above Grade or in Common Trench) and 2-Inch Fittings (Sheets 4, 5, 6, 9, 10, 11, 12,
15, and 16)
1.Furnish all labor, materials, tools, equipment, and incidentals to install all
materials, fittings, utility boxes, valves, guides, supports, and related materials
to provide a complete and fully functional piping system connecting condensate
force main piping. This bid item includes, but is not limited to, all pipe, pipe
fittings, connections, excavation, placement of soil for select backfill, guides,
anchors, appurtenances, and pipe leak testing.
2.Basis of Measurement: Linear Feet (LF) measured along the pipe centerline,
accounting for pipe snaking lengths to account for pipe thermal changes in
Detail 2, Sheet 15 of the Construction Drawings, including valve lengths, and
other sections that are incident to the installation of the2-inch diameter HDPE
SDR-11 pipe.
3.Basis for Payment: Payment for this item is based on the linear feet of 2-inch
SDR-9 condensate force main pipe installed, including pipe fittings and valve
lengths.
American Avenue Disposal Site 01 20 00-7 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
Bid Item 13 – Provide and Install 6-inch HDPE SDR-11 Piping, with Anchors and Guides
(Above Grade) and 6-inch Fittings (Sheets 4, 5, 6, 8, 9, 10, 11, 12, and 14)
1.Furnish all labor, materials, tools, equipment, and incidentals to install all
materials, fittings, guides, supports, and related materials to provide a complete
and fully functional piping system connecting LFG well lateral pipes to sub-
header or header pipe. This bid item includes, but is not limited to, all pipe, pipe
fittings, connections, excavation, placement of soil pipe anchors, guides,
appurtenances, and pipe leak testing.
2.Basis of Measurement: Linear Feet (LF) measured along the pipe centerline,
including for pipe snaking lengths to account for pipe thermal changes in
Detail 2, Sheet 15 of the Construction Drawings, and other sections that are
incident to the installation of the 6-inch diameter HDPE pipe, excluding valve
lengths.
3.Basis for Payment: Payment for this item is based on the linear feet of 6-inch
LFG lateral pipe installed, including pipe fittings.
Bid Item 14 – Provide and Install 6-inch HDPE SDR-11 Piping (Below Grade) and 6-inch
Fittings (Sheets 4, 5, 6, 8, 9, 10, 11, 12, and 14)
4.Furnish all labor, materials, tools, equipment, and incidentals to install all
materials, fittings, utility boxes, and related materials to provide a complete and
fully functional piping system connecting LFG well lateral pipes to sub-header or
header pipe. This bid item includes, but is not limited to, all pipe, pipe fittings,
connections, trenching, excavation, hauling and placing backfill, appurtenances,
and pipe leak testing.
5.Basis of Measurement: Linear Feet (LF) measured along the pipe centerline,
including for pipe snaking lengths to account for pipe thermal changes in
Detail 2, Sheet 15 of the Construction Drawings, and other sections that are
incident to the installation of the 6-inch diameter HDPE pipe, excluding valve
lengths.
6.Basis for Payment: Payment for this item is based on the linear feet of 6-inch
LFG lateral pipe installed, including pipe fittings.
Bid Item 15 – Provide and Install 12-inch HDPE SDR-11 Piping, with Anchors and Guides
(Above Grade) and 12-inch Fittings (Sheets 4, 5, 6, 9, 10, 11, 12, and 14)
1.Furnish all labor, materials, tools, equipment, and incidentals to install all
materials, fittings, guides, supports, and related materials to provide a complete
and fully functional piping system connecting LFG well lateral pipes to sub-
header or header pipe. This bid item includes, but is not limited to, all pipe, pipe
fittings, connections, excavation, placement of soil, guides, anchors,
appurtenances, and pipe leak testing.
2.Basis of Measurement: Linear Feet (LF) measured along the pipe centerline,
accounting for pipe snaking lengths to account for pipe thermal changes in
Detail 2, Sheet 15 of the Construction Drawings, and other sections that are
incident to the installation of the 12-inch diameter HDPE pipe, excluding valve
lengths.
American Avenue Disposal Site 01 20 00-8 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
3.Basis for Payment: Payment for this item is based on the linear feet of 12-inch
LFG lateral pipe installed, including pipe fittings.
Bid Item 16 – Provide and Install 12-inch HDPE SDR-11 Piping (Below Grade) and 12-inch
Fittings (Sheets 4, 5, 6, 9, 10, 11, 12, and 14)
4.Furnish all labor, materials, tools, equipment, and incidentals to install all
materials, fittings, utility boxes, guides, supports, and related materials to
provide a complete and fully functional piping system connecting LFG well
lateral pipes to sub-header or header pipe. This bid item includes, but is not
limited to, all pipe, fittings, pipe fittings, connections, trenching, excavation,
hauling and placing backfill, appurtenances,and pipe leak testing.
5.Basis of Measurement: Linear Feet (LF) measured along the pipe centerline,
accounting for pipe snaking lengths to account for pipe thermal changes in
Detail 2, Sheet 15 of the Construction Drawings, and other sections that are
incident to the installation of the 12-inch diameter HDPE pipe, excluding valve
lengths.
6.Basis for Payment: Payment for this item is based on the linear feet of 12-inch
LFG lateral pipe installed, including pipe fittings.
Bid Item 17 – Provide and Install 18-inch HDPE SDR-11 Piping, with Guides (Above
Grade) and 18-inch Fittings (Sheets 4, 5, 6, 9, 10, 11, 12, 14, and 15)
1.Furnish all labor, materials, tools, equipment, and incidentals to install all
materials, fittings, supports, guides, and related materials to provide a complete
and fully functional header piping system. This bid item includes, but is not
limited to, all pipe, pipe fittings, connections, excavation, placement of soil,
appurtenances, tie-in connections to existing and new headers, guides, anchors,
drainage outlets, soil berm, and pipe leak testing.
2.Basis of Measurement: Measurement for this item shall be by Linear Feet (LF)
along the pipe centerline, accounting for pipe snaking lengths to account for
pipe thermal changes in Detail 2, Sheet 15 of the Construction Drawings, and
other sections that are incident to the installation of the 18-inch diameter HDPE
header pipe, excluding valve lengths.
3.Basis for Payment: Payment for this item is based on the linear feet of 18-inch
LFG header pipe installed, including pipe fittings and valve lengths.
Bid Item 18 – Provide and Install 18-inch HDPE SDR-11 Piping (Below Grade) and
18-inch Fittings (Sheets 4, 5, 6, 9, 10, 11, 12, 14, and 15)
4.Furnish all labor, materials, tools, equipment, and incidentals to install all
materials, fittings, utility boxes, and related materials to provide a complete and
fully functional header piping system. This bid item includes, but is not limited
to, all pipe, pipe fittings, connections, trenching, excavation, hauling and
placing backfill, appurtenances,and pipe leak testing.
American Avenue Disposal Site 01 20 00-9 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
5.Basis of Measurement: Measurement for this item shall be by Linear Feet (LF)
along the pipe centerline, accounting for pipe snaking lengths to account for
pipe thermal changes in Detail 2, Sheet 15 of the Construction Drawings, and
other sections that are incident to the installation of the 18-inch diameter HDPE
header pipe, excluding valve lengths.
6.Basis for Payment: Payment for this item is based on the linear feet of 18-inch
LFG header pipe installed, including pipe fittings.
Bid Item 19 – Provide and Install 6-inch Valves (Sheets 9, 11, 12, and 14)
1.Furnish all labor, materials, tools, equipment, and incidentals to install valves
and related materials to provide a complete and fully functional piping system
connecting LFG well lateral pipes to sub-header or header pipe.
2.Basis of Measurement: Each (EA). Based on the number of complete and fully
functional valves installed.
3.Basis for Payment: Payment for this item includes all labor, materials, tools,
equipment, and incidentals to provide and install 6-inch valves.
Bid Item 20 – Provide and Install 12-inch Valves (Sheet 9)
1.Furnish all labor, materials, tools, equipment, and incidentals to install valves
and related materials to provide a complete and fully functional piping system
connecting LFG well lateral pipes to sub-header or header pipe.
2.Basis of Measurement: Each (EA). Based on the number of complete and fully
functional valves installed.
Basis for Payment: Payment for this item includes all labor, materials, tools,
equipment, and incidentals to provide and install 12-inch valves.
Bid Item 21 – Provide and Install 18-inch Valves (Sheets 8 and 15)
1.Furnish all labor, materials, tools, equipment, and incidentals to install valves
and related materials to provide a complete and fully functional piping system
connecting LFG well lateral pipes to sub-header or header pipe.
2.Basis of Measurement: Each (EA). Based on the number of complete and fully
functional valves installed.
3.Basis for Payment: Payment for this item includes all labor, materials, tools,
equipment, and incidentals to provide and install 18-inch valves.
Bid Item 22 – Provide and Install 12-inch Corrugated Steel Pipe (CSP) and Road
Crossings (Sheets 4 and 10)
1.Furnish all labor, materials, tools, equipment, and incidentals to install 12-inch
diameter CSP and road crossings. This bid item includes, but is not limited to,
all CSP and CSP fittings, excavation, marker tape, hauling and placing select
soil backfill, and appurtenances.
2.Basis of Measurement: Linear Feet (LF) measured along the centerline
of complete CSP and road crossings.
3.Basis for Payment: Payment for this item is based on the linear feet of
CSP and road crossings installed.
American Avenue Disposal Site 01 20 00-10 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
Bid Item 23 – Provide and Install 18-inch CSP and Road Crossings (Sheets 4 and 10)
1.Furnish all labor, materials, tools, equipment, and incidentals to install 18-inch
diameter CSP and road crossings. This bid item includes, but is not limited to,
all CSP and CSP fittings, excavation, marker tape, hauling and placing select
soil backfill, and appurtenances.
2.Basis of Measurement: Linear Feet (LF) measured along the centerline
of complete CSP and road crossings.
3.Basis for Payment: Payment for this item is based on the linear feet of
CSP and road crossings installed.
Bid Item 24 – Connect Existing Leachate Collection and Removal System (LCRS) Riser
10-inch LFG Laterals to 18-inch Header, with Wellhead, Fittings, and Other
Appurtenances (Sheet 13)
1.Furnish all labor, materials, tools, equipment, and incidentals to connect
existing LCRS riser to LFG header. This bid item includes, but is not limited to,
all pipe and pipe fittings, excavation, excavating, hauling, and placing backfill,
tie-in connection to LFG header, wellhead, and appurtenances.
2.Basis of Measurement: Each (EA) Based on the number of complete, fully
functional LCRS riser connection to the LFG header.
3.Basis for Payment: Payment for this item is based on the number of complete,
fully functional existing LCRS connection to the 18-inch LFG header.
Bid Item 25 – Provide and Install New Condensate Sump with Fittings and Other
Appurtenances (Sheets 4, 5, 6, and 16)
1.There will be a total of six (6) Auto Sump 7000-R-18-24DC with VP4 Pneumatic
Pump by Real Environmental Products, LLC.
2.Furnish all labor, materials, tools, equipment, and incidentals to install a
complete and fully functional LFG condensate sump. This bid item includes,
but is not limited to, all pipe and pipe fittings, connections, flanges, force main
valving, sump pump (Viridian pump), excavation, backfill with controlled
density fill, vault box, pipe leak testing, protective bollards, appurtenances
start-up testing, and commissioning.
3.Basis of Measurement: Each (EA) based on the number of complete,
fully functional condensate sumps installed.
4.Basis for Payment: Payment for this item is based on the number of fully
complete and functional condensate sumps installed.
Bid Item 26 – Connect LFG Header Drain to Existing Condensate Sump (Sheets 4 and
11)
1.Furnish all labor, materials, tools, equipment, and incidentals to install a
complete and fully functional LFG header drain and connection to existing
condensate sump. This bid item includes, but is not limited to, LFG header
fittings, all other pipe and pipe fittings, flanges, force main valving, excavation,
American Avenue Disposal Site 01 20 00-11 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
hauling and placing backfill, connections to condensate sump, and
appurtenances.
2.Basis of Measurement: Each (EA) based on the number of fully complete and
functional LFG header drains installed.
3.Basis of Payment: Payment for this item is based on the number of fully complete
and functional LFG header drains installed.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 31 13-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 31 13
PROJECT COORDINATION
PART 1 - GENERAL
1.1 Submittals
1.See Section 01 33 00 Submittal Procedures
1.2 General
A.Include sequencing constraints as specified herein as a part of Project Construction
Schedule.
B.Refer to Caltrans Standard Specifications Section 12, Temporary Traffic Control and
these Special Provisions.
1.3 Work Sequencing/Constraints
A.Include the following work sequences in the Progress Schedule:
1.General: The American Avenue Disposal Site (AADS) is a regional landfill for the
County of Fresno. As such, the landfill needs to be able to operate in full-time
mode whereby the County of Fresno will occupy the premises during the entire
construction period to conduct normal business. CONTRACTOR may conduct
Work from 6:00 a.m. to 6:00 p.m., Monday - Friday. The CONTRACTOR shall
obtain approval of the ENGINEER before working Saturdays. The
CONTRACTOR must schedule and conduct activities to enable the facility to
operate continuously without obstruction, unless otherwise noted and approved.
This includes all access roads, landfill gas system, leachate systems, condensate
systems, and all other landfill-related operations. Two-way access roads may be
reduced to one travel lane but will require traffic control (flaggers, cones, and
other traffic control devices) in accordance to the CONTRACTOR's Traffic
Control Plan (as approved by the ENGINEER). The CONTRACTOR shall be
responsible for providing all necessary traffic control.
B.Existing Landfill Gas System:
1.The CONTRACTOR shall coordinate and schedule all Work affecting the
existing landfill gas collection and control system (GCCS) at the landfill facility.
CONTRACTOR shall include in their Project Construction Schedule (and Traffic
Control Plan) all landfill gas system construction work, testing, switch-over, and
commissioning.
2.Work Responsibilities:
a.The ENGINEER will take responsibility for the following Work:
1)Deactivating and reactivating, and oversight of the active GCCS
components and condensate system.
2)Operating of GCCS valves and other system components.
American Avenue Disposal Site 01 31 13-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
b.The CONTRACTOR shall be responsible for:
1)Coordinating with ENGINEER on all Work, and installing and
commissioning County-furnished equipment.
2)Providing to the ENGINEER the CONTRACTOR's Project Construction
Schedule for installation, connection, and tie-in to the active GCCS. No
active system piping shall be disconnected until after 8:00 a.m.;
reconnected GCCS piping shall be done and in stable operation during
normal facility work hours, unless otherwise approved by ENGINEER.
3)No more than five existing landfill gas collection wells shall be shut down
at any one time. Dual collection wells shall be counted as two wells. All
landfill gas collection wells shut down during the working day shall be
reactivated before the end of the working day.
4)Provide minimum 48 hours written notice to ENGINEER for any Work
required by the ENGINEER's forces or representatives, or any work that
impacts the facility's operations unless otherwise specified in these
Special Provisions.
5)The LFG combustion flare may only be shut down for a total of 96 hours
during the Work. The LFG combustion flare may not be shut down
beyond the end of the work day. The CONTRACTOR shall be responsible
for any fines and/or penalties associated with excess emissions of LFG
and/or Notices of Violation as a result of the CONTRACTOR’s work.
1.4 Facility Operations
A.Continuous operation of the landfill facility is of critical importance. Schedule and
conduct activities to enable existing facilities to operate continuously, unless
otherwise specified.
B.Perform Work continuously during critical connections and changeovers, and as
required to prevent interruption to facility operations. All Work shall be conducted
during normal operating hours for the facility, Monday - Friday. No Work will be
permitted outside of normal operating hours, unless approved in advance and in
writing by ENGINEER.
C.When necessary, plan, design, and provide various temporary services, utilities,
connections, temporary piping and heating, access, and similar items to maintain
continuous operations of the facility.
D.Only landfill personnel are authorized to operate any landfill facilities.
CONTRACTOR is to coordinate with the ENGINEER to disconnect any existing
facilities.
E.Do not close lines, open or close valves, or take other action that could affect the
operation of existing systems, except as specifically required to do Work and after
authorization by ENGINEER. Such authorization will be considered within 48 hours
after receipt of CONTRACTOR's written request, unless otherwise specified in these
Special Provisions.
American Avenue Disposal Site 01 31 13-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
F.Refer to Article Work Sequencing/Constraints. Construct work in phases in order to
minimize impact to facility operations.
G.Process or Facility Shutdown:
1.The following will require shutdown at some time during the Work (limit
downtime):
a.Existing landfill gas collection and control system and associate condensate
pumping and conveyance system.
2.Provide 5 business days advance written request to ENGINEER for approval for
need to shut down a process or facility unless otherwise specified in the Special
Provisions.
3.Power outages will be considered upon 48 hours written request to ENGINEER.
Describe the reason, anticipated length of time, and areas affected by the outage.
Provide temporary provisions for continuous power supply to critical facility
components.
H.Install and maintain bypass facilities and temporary connections required to keep
facility operations on-line. Sequences other than those specified will be considered
upon written request to ENGINEER, provided they afford equivalent continuity of
operations. Flare downtime shall not exceed 96 hours during the Work. The LFG
combustion flare shall not be shut down beyond the end of the workday.
CONTRACTOR shall pay all fines associated with excess air emissions of landfill gas
and/or Notices of Violations (NOVs) as a result of the CONTRACTOR's work.
I.Do not proceed with Work affecting a facility's operation without obtaining
ENGINEER's advance approval of the need for and duration of such Work.
J.Relocation of Existing Facilities:
1.During construction, it is expected that minor relocations of facilities will be
necessary.
2.Provide complete relocation of existing structures and facilities, including piping,
utilities, equipment, structures, electrical conduit wiring, electrical duct bank,
and other necessary items.
3.Use only new materials for relocated facility. Match materials of existing facility,
unless otherwise shown or specified.
4.Perform relocations to minimize downtime of existing facilities.
5.Install new portions of existing facilities in their relocated position prior to
removal of existing facilities, unless otherwise accepted by ENGINEER.
1.5 Adjacent Facilities and Properties
A.Examination:
1.Before Work at Site is started, CONTRACTOR, ENGINEER, and affected utility
purveyors shall make a thorough examination of pre-existing conditions
including existing buildings, structures, and other improvements in vicinity of
Work, as applicable, which could be damaged by construction operations.
American Avenue Disposal Site 01 31 13-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
2.Periodic reexamination shall be jointly performed to include, but not limited to,
cracks in structures, settlement, leakage, and similar conditions.
B.Documentation:
1.Record and submit documentation of observations made on examination
inspections in accordance with Paragraph 1.08 of this Section.
2.Upon receipt, ENGINEER will review, sign, and return one record copy of
documentation to CONTRACTOR to be kept on file in field office.
3.Such documentation shall be used as indisputable evidence in ascertaining
whether and to what extent damage occurred as a result of CONTRACTOR's
operations, and is for the protection of adjacent property, CONTRACTOR, and
ENGINEER.
1.6 Construction Photographs
A.Photographically document all phases of the project including preconstruction,
construction progress, and post-construction.
B.ENGINEER will have the right to select the subject matter and vantage point from
which photographs are to be taken.
C.Preconstruction and Post-Construction:
1.Before Work at Site is started, and again upon issuance of Substantial
Completion, take a minimum of 48 digital photographs of construction areas and
areas adjacent to perimeter of construction areas.
2.Particular emphasis shall be directed to structures both inside and outside the
construction work areas.
3.Format: Digital, minimum resolution of 1152 by 864 pixels and 24 bit.
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
3.1 Cutting, Fitting, and Patching
A.Cut, fit, adjust, or patch Work and work of others, including excavation and backfill
as required, to make Work complete.
B.Obtain prior written authorization of ENGINEER before commencing Work to cut or
otherwise alter:
1.Structural or reinforcing steel, structural column or beam, elevated slab, trusses,
or other structural member.
2.Weather- or moisture-resistant elements.
3.Efficiency, maintenance, or safety of element.
4.Work of others.
American Avenue Disposal Site 01 31 13-5 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
C.Refinish surfaces to provide an even finish.
1.Refinish continuous surfaces to nearest intersection.
2.Refinish entire assemblies.
3.Finish restored surfaces to such planes, shapes, and textures that no transition
between existing work and Work is evident in finished surfaces.
D.Restore existing work, underground facilities, and surfaces that are to remain in
completed Work including concrete-embedded piping, conduit, and other utilities as
specified and as shown.
E.Make restorations with new materials and appropriate methods as specified for new
Work of similar nature; if not specified, use recommended practice of manufacturer
or appropriate trade association.
F.Fit Work airtight to pipes, sleeves, ducts, conduit, and other penetrations through
surfaces and fill voids.
G.Remove specimens of installed Work for testing when requested by ENGINEER.
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 32 23-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 32 23
SURVEYING
PART 1 - GENERAL
1.1 Summary
A.This section includes the requirements for surveying, field engineering, and record
documents.
1.2 CONTRACTOR’s Surveyor
A.CONTRACTOR is required to provide field engineering and surveying services as
required for layout and construction of the project as indicated on the Project
Drawings and specified herein. The CONTRACTOR's surveyor shall:
1.Identify and locate existing features and facilities potentially impacted by the
Work
2.Verify existing facility dimensions, elevations and grades
3.Provide construction stake out and grade control
4.Provide record locations and elevations of all components and foundations for
“as-built” drawings
1.3 Definitions
A.Existing features: existing features in the area of the Work include but are not limited
to the following:
1.Landfill gas wells, laterals, and headers
2.Utilities and other buried piping, conduits and wires
3.Other existing nearby facilities
4.Survey benchmarks
B.Independent Surveyor: an organization independent from the CONTRACTOR.
1.4 CONTRACTOR Submittals
At least 5 days before commencing work, submit the following to County for review:
A.Qualifications of Surveyor: Submit surveyor's name, State license number, and
statement of qualifications (including type and scope of typical survey projects and
client references).
1.5 Monthly Inspections
American Avenue Disposal Site 01 32 23-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
To verify the CONTRACTOR's monthly progress payment requests, CONTRACTOR
shall provide the following items to County
A.Record Documents
B.CONTRACTOR surveyor’s measurements, notes and cut sheets
1.6 Site Conditions
A.Existing Features: The existence and location of features are not guaranteed. County
takes no responsibility, implied or otherwise, for the accuracy of information
provided in the Contract Documents or in County’s record drawings. The
CONTRACTOR is required to field verify all existing features, including topography
or elevations, that may be affected or impacted by the Work.
B.Field Verification: Before beginning site work the CONTRACTOR shall investigate
and verify the existence and location of all underground utilities and features,
including proposed locations of connections to existing facilities. CONTRACTOR
shall verify locations and elevations of all underground facilities in all areas of work
requiring any disturbance below the ground surface.
C.Field Conditions and Measurements: The CONTRACTOR shall base all
measurements, both horizontal and vertical on control benchmark provided by
County. The CONTRACTOR shall be responsible for field verification of all
dimensions and conditions at the job site.
D.Discrepancies: Should the CONTRACTOR discover any discrepancy between actual
conditions and those indicated which prevent following good practice or the intent
of the Drawings and Specifications, the CONTRACTOR shall notify County in
writing and request clarification and instructions on how to proceed. The
CONTRACTOR shall not proceed with the Work until he has received approval
from County.
E.No Additional Payment: No claims shall be made for extra payment or extensions of
Contract completion time if the CONTRACTOR fails to notify County of any
discrepancy, as described in item D above, in writing within 48 hours of discovery.
Under no circumstance shall the CONTRACTOR proceed- with that part of the
Work until he has received approval from County.
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
3.1 Qualifications of Surveyor
The CONTRACTOR shall utilize a State of California licensed land surveyor.
American Avenue Disposal Site 01 32 23-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
3.2 Field Survey Work
A.Control Points: Use control point provided by ENGINEER. If damaged during
execution of his work, the CONTRACTOR shall, at his cost and as soon as possible,
replace lost or destroyed project control points to the same accuracy of the existing
project control points. Base replacements on the original survey control points.
Relate all Work to the current facility elevation datum and coordinate system. The
CONTRACTOR is responsible for all construction layout and staking.
B.Surveyor's Log: The CONTRACTOR or CONTRACTOR’s surveyor shall keep neat
legible notes of all measurements and calculations made while surveying and laying
out the work. The CONTRACTOR or CONTRACTOR’s surveyor shall maintain a
surveyor's log of control and other survey work, and shall make this log available for
reference.
3.3 Tolerances
A.Positive Drainage: Provide positive drainage for all landfill gas piping at the slopes
shown on the Drawings.
3.4 Record Documents
A.General: The CONTRACTOR shall not use the Record Document plan set for field
construction or other markings. The CONTRACTOR shall protect the Record
Document plan set from deterioration and loss in a secure, fire-resistive location;
provide access to Record Documents for ENGINEER’s reference during normal
working hours. The CONTRACTOR shall store Record Documents and samples in
CONTRACTOR's field office apart from documents used for construction. The
CONTRACTOR shall provide files, racks, and secure storage for Record Documents
and samples. Electronic documents shall be backed up by CONTRACTOR at least
once per week.
Recording
1.The CONTRACTOR shall label and file record documents and samples in
accordance with Specification Section number listings in Table of Contents of this
Technical Specification. Label each document "PROJECT RECORD" in neat,
large, printed letters.
2.Preparation of project record documents shall be by CONTRACTOR’s personnel
skilled as a draftsman competent to prepare the required drawings.
3.CONTRACTOR shall record and update daily record information from field
notes, on set of black line prints and these specifications.
4.Construction progress shall be recorded by CONTRACTOR on a daily basis.
5.The CONTRACTOR shall not conceal Work until required information is
recorded.
6.The CONTRACTOR shall record deviations from required lines and levels, and
advise ENGINEER when deviations that exceed indicated or recognized
American Avenue Disposal Site 01 32 23-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
tolerances are detected. On Project Record Drawings, the CONTRACTOR shall
record deviations that are accepted and not corrected.
B.Record Drawings: The CONTRACTOR shall maintain a clean, undamaged set of
black line prints of Project Drawings and Shop Drawings. The CONTRACTOR shall
mark the set to show the actual installation where the installation varies
substantially from the Work as originally shown. The CONTRACTOR shall mark
whichever drawing is most capable of showing conditions fully and accurately;
where Shop Drawings are used, record a cross-reference at the corresponding
location on the Drawings. The CONTRACTOR shall give particular attention to
concealed elements that would be difficult to measure and record at a later date.
The CONTRACTOR shall mark record sets with red erasable pencil, and shall mark
new information that is important to County, but was not shown on Project
Drawings or Shop Drawings. The CONTRACTOR shall note related Change Order
numbers where applicable, organize record drawing sheets into manageable sets,
bind with durable paper cover sheets, and print suitable titles, dates and other
identification on the cover of each set. The CONTRACTOR shall legibly mark each
item to record actual construction, including:
1.Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to survey benchmarks or permanent surface
improvements.
2.Measured locations of cover systems, internal utilities, and appurtenances
concealed in construction, referenced to visible and accessible features of
construction.
3.Field changes (dimensions and detail)
4.Changes or modifications made by the County.
5.Details not on original Drawings.
6.References to related Shop Drawings and modifications.
7.Depths of various elements of the Work in relation to datum.
8.Record Specifications: Maintain one complete copy of the Specifications
including addenda, and one copy of other written construction documents such
as Change Orders and Field Order issued in printed form during construction.
Mark these documents to show substantial variations in actual work performed
in comparison with the text of the Specifications, Change Order, and Field Order.
Give particular attention to substitutions, selection of options and similar
information on elements that are concealed or cannot otherwise be readily
discerned later by direct observation. Note related record drawing information
and product data. Legibly mark up each Section to record:
a.Manufacturer, trade name, catalog number, and supplier of each product and
item of equipment actually installed.
b.Changes made by Change Order or Field Order.
c.Other matters not originally specified.
American Avenue Disposal Site 01 32 23-5 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 33 00-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 33 00
SUBMITTAL PROCEDURES
PART 1 - GENERAL
1.1 Summary
A.This section includes general requirements for preparation and submission of the
following submittals required for the completion of the Work of the Contract:
1.Technical Submittals:
a.Shop Drawings
b.Product and Performance Data
c.Manufacturers’ Instructions
2.General Submittals:
a.Project Construction Schedule
b.Progress Payment Schedule
3.Submittals Not Requiring Approval:
a.CONTRACTOR’s Site Specific Health and Safety Plan
b.CONTRACTOR’s Traffic Control Plan
B.All submittals shall be in English and sequentially numbered.
C.The CONTRACTOR shall submit all submittals to the ENGINEER.
D.All submittals shall be submitted electronically via portable document format ,
except as otherwise stated elsewhere in the Contract, the OWNER, ENGINEER, and
CONTRACTOR may transmit, and shall accept, Project-related correspondence, text,
data, documents, drawings, information, and graphics, including but not limited to
Shop Drawings and other submittals, in electronic media or digital format, either
directly to ENGINEER, or through access to a secure Project website.
1.If the Contract does not establish protocols for electronic or digital transmittals,
then OWNER, ENGINEER, and CONTRACTOR shall jointly develop such
protocols.
2.When transmitting items in electronic media or digital format, the transmitting
party makes no representations as to long term compatibility, usability, or
readability of the items resulting from the recipient’s use of software application
packages, operating systems, or computer hardware differing from those used in
the drafting or transmittal of the items, or from those established in applicable
transmittal protocols.
E.The ENGINEER will clearly label the submittals as follows and return to the
CONTRACTOR:
1.Approved
American Avenue Disposal Site 01 33 00-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
2.Approved as Noted
3.Revise and Resubmit
4.Rejected
5.Information Only
F.When submittals are returned marked with either “Revise and Resubmit” or
“Rejected” the CONTRACTOR shall make such revisions and corrections as required
and resubmit the submittal.
1.2 Related Sections
A.Section 01 45 00 - Quality Control
B.Section 01 78 39 - Project Record Documents
1.3 Technical Submittals
A.Schedule of Technical Submittals:
1.The CONTRACTOR shall submit all Technical Submittals required by this
Section within 20 business days of the Notice of Award.Affected work shall not
start until such submittal has been reviewed and approved. Allow time for
proper review and corrections without work delays.
2. CONTRACTOR shall maintain a sequential list of submittals with the exception
of samples, test samples, and material sources. With each individual submittal,
the CONTRACTOR shall submit a copy of the updated list.
3.Except for shop drawings, allow 15 working days for review of submittals.
4.The Department's authorization of an action submittal does not void any
Contract part.
5.Do not change the scope of work on revised submittals.
B.Shop Drawings:
1.Shop Drawings shall establish the actual detail of all manufactured or fabricated
items, indicate proper relation of adjoining work, and incorporate minor changes
of design or construction to suit actual conditions. Shop drawings shall be
drawn to scale and shall be completely dimensioned.
2.Shop Drawings shall be in black ink only and sequentially numbered.
3.Sheet sizes of shop drawings shall be ANSI B (11 inches x 17 inches) and have a
text of a minimum nominal height of 5/32 inch.
4.Calculation sheets shall be 8.5 inches x 11 inches in size with a minimum font
size of 12.
5.A clear space of 3 in x 3 in shall be provided on each drawing for the
ENGINEER’s review stamp and comments.
6.Shop drawings shall be submitted to the ENGINEER in the form of a clean
drawing in electronic portable document format.
American Avenue Disposal Site 01 33 00-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
7.After the ENGINEER has completed their review of Shop Drawings, they will
return copies to the CONTRACTOR indicating the approval status.
8.The ENGINEER will review and generally return shop drawings within twenty
(20) calendar days of receipt by the ENGINEER.
C.Product and Performance Data:
1.Each copy shall be marked to identify applicable products, models, options,
performance, and other data; manufacturers’ standard data shall be
supplemented to provide information unique to the work.
D.Manufacturers’ Instructions: The CONTRACTOR shall submit manufacturers’
printed instructions for delivery, storage, shelf life, assembly, installation, adjusting,
and finishing.
E.Certificates of Compliance:
1.The CONTRACTOR shall submit certificates of compliance for the certain
materials and products as specified below in lieu of providing samples. Submit
certificates required for demonstrating proof of compliance of materials with
specification requirements in duplicate with each lot of materials delivered to the
Work. The lot so certified shall be clearly identified by the certificate.
Certificates shall be signed by an authorized representative of the producer or
manufacturer, and shall state that the material complies in all respects with the
requirements of the Contract Documents. In the case of multiple shipments, each
shipment shall be accompanied by a certificate of compliance.
2.The certificate of compliance shall be accompanied by a certified copy of test
results or shall state that such test results are on file with the producer or
manufacturer and shall be furnished to the ENGINEER on request. The
certificate shall give the information specified for samples in Paragraph C above,
the name and address of the organization performing the tests, the date of the
tests, and the quantity of material shipped.
3.Materials used on the basis of a certificate of compliance may be sampled and
tested at any time. The fact that material is used on the basis of a certificate of
compliance shall not relieve the CONTRACTOR of responsibility for
incorporating material in the Work that conforms to the requirements of the
contract, and any such material not conforming to such requirements will be
subject to rejection, whether in place or not.
4.The ENGINEER reserves the right to refuse to permit the use of certain materials
on the basis of a certificate of compliance.
5.Materials and products requiring certificates of compliance:
a.High Density Polyethylene (HDPE) Pipe
b.Corrugated Steel Piping (CSP)
1.4 General Submittals
A.Project Construction Schedule:
American Avenue Disposal Site 01 33 00-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
1.Project Construction Schedule and Material and Equipment Procurement shall be
prepared by the CONTRACTOR and submitted within 5 days of receiving the
Notice of Award. CONTRACTOR shall submit the Project Construction Schedule
for approval, and issue the approved Project Construction Schedule prior to the
preconstruction conference.
2.Format: The Project Construction Schedule shall consist of the following items,
each compatible with the other and developed from the same basis:
a.Schedule: Gantt/Bar Chart, or Critical Path Method (CPM).
b.Critical Milestone Dates as listed below.
1)Start/complete technical submittals.
2)Start/complete procurement of materials and equipment.
3)Start/complete mobilization.
4)Start/complete installation of the landfill gas extraction wells and collectors.
5)Start/complete installation of landfill gas header and lateral pipe systems.
6)Start/complete installation of the wellheads.
7)Start/complete final inspection.
8)Start/complete demobilization.
9)Submittal of Record Drawings
3.The CONTRACTOR may generate the Schedule manually or by using a
computer. The Schedule shall include all significant items of Work.
4.The CONTRACTOR shall incorporate the ENGINEER’s comments into revisions
of the Project Construction Schedule adjust the resources as required, and
resubmit the schedule to the ENGINEER for approval along with a summary of
the changes.
5.The CONTRACTOR shall submit a monthly updated schedule that includes the
status of work completed to date and the work yet to be performed as planned.
Which may include changes to updated schedules that do not alter a critical path
or extend the scheduled completion date compared to the current schedule.
B.Equipment List and Labor Rates:
1.The CONTRACTOR shall submit Equipment List and Labor Rates Schedules for
use in conjunction with any Force Account Work done on a time and material
basis, which shall be used to determine compensation to the CONTRACTOR.
2.The schedule shall include all equipment and personnel that the CONTRACTOR
expects to use on this project. It shall also include any other equipment and
personnel that the CONTRACTOR has available that may be used on the Project.
3.The rates shall include all costs and constitute full payment to the
CONTRACTOR for use of operated equipment and personnel. This list shall be
submitted with the bid.
1.5 Submittals Not Requiring Approval
American Avenue Disposal Site 01 33 00-5 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
A.The CONTRACTOR shall furnish the following submittals for information only.
These submittals will not be approved and returned to the CONTRACTOR unless
the plan conflicts with the normal operation of the Landfill.
1.The CONTRACTOR, for presentation and discussion at the pre-construction
meeting, shall prepare a preliminary Site Specific Health and Safety Plan and
Traffic Control Plan. The CONTRACTOR’s Safety Monitor shall be named and
be present at the pre-construction meeting. Although the Site Specific Health
and Safety Plan and Traffic Control Plan will not be formally approved, the
ENGINEER will require a copy of each Plan.
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
(Not Used)
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 45 00-1 January 2021
Phase III – Modules 3-8 LFGGCCS Expansion Contract Number: 20-18-SW
SECTION 01 45 00
QUALITY CONTROL
PART 1 - GENERAL
1.1 Summary
A.Section Includes:
1.Acceptance testing by the ENGINEER;
2.Control testing by the CONTRACTOR; and
3.Certificates of compliance.
1.2 Source of Materials
A.The CONTRACTOR shall notify the ENGINEER in writing of the sources from
which he proposes to obtain material requiring approval, certification, or testing.
Such notification shall be made as soon as possible after award of Contract but no
later than 15 days after receipt of the Notice to Proceed.
1.3 Acceptance Testing
A.Acceptance testing shall be defined as the testing of materials prior to or during their
use in the Work. Acceptance testing may include, but not necessarily be limited to,
in place soil testing and other tests as specified in the various sections of the
Specifications to ensure compliance with the Contract Documents. The ENGINEER
shall perform acceptance testing of materials and workmanship, unless otherwise
specified, in accordance with the Specifications and submit copies of the results to
the CONTRACTOR. The CONTRACTOR reserves the right to perform additional
testing at any time to determine conformance with the Contract Documents.
Additional testing to confirm ENGINEER acceptance testing results will be
performed at no cost to the OWNER.
B.Acceptance testing by the ENGINEER is not a replacement for control testing
conducted by the CONTRACTOR or a manufacturer producing materials for the
CONTRACTOR. Control testing will be performed at the expense of the
CONTRACTOR.
1.4 Control Testing
A.Control testing shall be defined as the testing of materials prior to their delivery
from a manufacturer, or during construction, including, but not necessarily limited
to laboratory soil tests, manufacturer material testing, and other tests as specified in
the various sections of the Specifications to ensure compliance. The CONTRACTOR
shall assume full responsibility for control testing. Control testing shall be at the
expense of the CONTRACTOR and shall be performed by an independent testing
firm.
American Avenue Disposal Site 01 45 00-2 January 2021
Phase III – Modules 3-8 LFGGCCS Expansion Contract Number: 20-18-SW
B.The CONTRACTOR shall submit the name, address, and qualifications, together with
the scope of proposed services, of the proposed testing firm(s) to the ENGINEER for
approval at least 15 days prior to the scheduled commencement of any Work
involving such testing. Should the CONTRACTOR desire to use more than one firm
for control testing, the required information shall be submitted for each proposed firm
as specified herein.
1.5 Test Reports
A.Within five (5) days after completion of control testing performed by or for the
CONTRACTOR, the test results shall be submitted to the ENGINEER, in writing.
Test reports shall be identified with the name and address of the organization
performing the test, and the date of the tests.
1.6 Certificates of Compliance
A.The CONTRACTOR may use certificates of compliance for certain materials and
products in lieu of the specified sampling and testing procedures. Any certificates
required for demonstrating proof of compliance of materials with specification
requirements shall be submitted in duplicate with each lot of material delivered to
the Site. The lot so certified shall be clearly identified by the certificate. Certificates
shall be signed by an authorized representative of the producer or manufacturer and
shall state that the material complies in all respects with the Contract requirements.
In the case of multiple shipments, a certificate of compliance shall accompany each
shipment.
B.The certificate of compliance shall be accompanied by a certified copy of test results
or shall state that such test results are on file with the producer or manufacturer and
shall be furnished to the ENGINEER on request. The certificate shall give the name
and address of the organization performing the tests, the date of the tests, and the
quantity of material shipped.
C.Materials used on the basis of a certificate of compliance may be sampled and tested
at any time. Reliance on a certificate of compliance shall not relieve the
CONTRACTOR of responsibility for incorporating material in the Work which
conforms to the requirements of the Contract and any such material not conforming
to such requirements will be subject to rejection, whether in place or not.
D.The ENGINEER reserves the right to refuse to permit the use of certain materials on
the basis of a certificate of compliance.
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
(Not Used)
American Avenue Disposal Site 01 45 00-3 January 2021
Phase III – Modules 3-8 LFGGCCS Expansion Contract Number: 20-18-SW
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 45 23.13-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 45 23.13
TESTING PIPING SYSTEM
PART 1 - GENERAL
1.1 Summary
A.This section covers all labor, equipment, and materials necessary to pressure test the
landfill gas piping.
1.2 Submittals
A.Pipe pressure test results.
1.3 Related sections
A.33 51 16.13 - High Density Polyethylene (HDPE) Landfill Piping.
PART 2 - PRODUCTS
2.1 Provisions
A.The CONTRACTOR shall provide compressed air flanges, caps, bulkheads and
monitoring apparatus as necessary to complete the pressure test.
2.2 Testing Equipment
A.The CONTRACTOR shall provide all equipment required for this testing procedure.
B.Testing Equipment shall include, but may not be limited to:
1.Polyethylene flange adapter with steel blind flange.
2.Temperature gauge (32ºF to 200ºF) tapped and threaded into blind flange.
3.Pressure gauge (0 to 15 psi) ASME Standard B40.1 Grade 2A (accuracy of ±0.5%
of full scale) with minor graduation marks no greater than 0.10 psi.
4.Inlet valve to facilitate compressed air hose.
5.Valve to release pipe pressure at test completion.
6.Polyethylene reducers to be used to adapt test flange to size of pipe being tested.
7.Air compressor shall provide adequate air supply for testing. CONTRACTOR
may not use site air supply lines for testing.
8.Pressurizing equipment shall include a regulator set to avoid over-pressurizing
and damaging otherwise acceptable pipe.
C.Provide verification and results of gauge calibration prior to (less than 60 days) and
after Project completion.
American Avenue Disposal Site 01 45 23.13-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
PART 3 - EXECUTION
3.1 Preparation
A.Commence test procedures when the following conditions have been met.
1.Pipe section to be tested is clean and free of dirt, sand, or other foreign material.
2.Plug pipe outlets with test plugs. Brace each plug securely to prevent blowouts.
Use concrete if necessary.
3.Add compressed air slowly.
4.Pressurizing equipment shall include regulator set to avoid over-pressurizing
and damaging an otherwise acceptable section of pipe.
B.Provide necessary pipe connections between the section of line being tested and the
compressed air supply, together with test pressure equipment, meters, pressure
gauge, and other equipment, materials, and facilities necessary to perform the
specified tests.
C.Furnish and install bulkheads, flanges, valves, bracing, blocking or other temporary
sectionalizing devices that may be required.
D.Remove temporary sectionalizing devices after tests have been completed.
3.2 Testing
A.ENGINEER shall be given notification two business days prior to test.
B.Appropriate safety precautions must be in-place.
C.Testing shall not be performed on Friday.
D.Pipe Test Segments:
1.Butt-fusion weld pipe segments.
2.Less than 2,000 feet in length.
3.Blind flange with test apparatus on one end and fused cap or blind flange
assembly on opposite end.
E.Environment:
1.Bury test segment or lay test segment on ground surface and allow it to reach
ambient temperature before test.
2.Perform test during period when pipe segment will be out of direct sunlight to
minimize pressure changes as a result of temperature fluctuations.
F.Test:
1.Apply test pressure of 10 psig to test segment.
2.Observe test pressure for 1-hour.
3.Mathematically correct pressure drop for temperature change.
4.Temperature corrected pressure drop over 1-hour period should not exceed 10%.
American Avenue Disposal Site 01 45 23.13-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
G.Test Failure
1.Perform the following when pipe segment fails test.
a.Check entire length of pipe and fusion welds for cracks, pinholes,
perforations or other possible leakage points.
b.Check blocked risers and capped ends for leakage and check gaskets at blind
flanges.
c.Verify leaks by applying a soapy water solution and observe for bubble
formation.
2.Repair pipe and fused joint leaks by cutting out leak areas and re-fusing suitable
segments.
3.After the leaks are repaired, retest the pipe after the 8 hour relaxation period.
3.3 Test Reporting
A.Each test shall be reported in writing, on Attachment 1 included with this section.
B.Include following information if failure occurs:
1.Location of failure segment.
2.Nature of leaks.
3.Details of repairs performed.
4.Retest results.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Contract Price
A.Pipe pressure testing shall be considered incidental to the contract price for Landfill
Gas Pipe.
***END OF SECTION***
American Avenue Disposal Site 01 56 37-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 56 37
STORAGE AND PROTECTION OF MATERIAL
PART 1 - GENERAL
1.1 Summary
A.Store and protect materials in accordance with Manufacturer's recommendations
and requirements of Specifications.
B.The CONTRACTOR shall make all arrangements and provisions necessary for the
storage of materials and equipment. All excavated materials, construction
equipment, and materials and equipment to be incorporated into the Work shall be
placed so as not to injure any part of the Work or existing facilities and so that free
access can be had at all times to all parts of the Work and to all public utility
installations in the vicinity of the Work. Materials and equipment shall be kept
neatly and compactly stored in locations that will cause a minimum of
inconvenience to other CONTRACTORs, public travel, adjoining authorities, tenants
and occupants. Arrange storage in a manner to provide easy access for inspection.
C.Areas available on the construction-site for storage of material and equipment shall
be approved by ENGINEER. Storage sheds and/or trailers shall be located within
the property at locations designated by ENGINEER during the pre-construction
meeting.
D.Hazardous Materials: CONTRACTOR shall handle and/or store flammable or
hazardous materials in accordance with all applicable Federal, State and local
regulations. CONTRACTOR shall store flammable or hazardous materials in
locations designated by ENGINEER authorized personnel.
E.Materials and equipment which are to become the property of County shall be
stored to facilitate their inspection and ensure preservation of the quality and fitness
of the work, including proper prevention against damage by freezing and moisture.
They shall be placed inside storage areas unless otherwise acceptable to ENGINEER.
F.Private property, landscape areas, shall not be used for storage purposes without
written permission of ENGINEER or other person in possession or control of such
premises.
G. The CONTRACTOR shall be fully responsible for loss or damage to stored materials
and equipment.
H.Do not open manufacturers’ containers or packaging until time of installation unless
recommended by the manufacturer or otherwise specified. CONTRACTOR shall
cover and protect all open containers or packages of materials that are not being
used.
I.Do not store products in structures being constructed unless approved in writing by
ENGINEER.
American Avenue Disposal Site 01 56 37-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
1.2 Uncovered Storage
A.The following types of materials may be stored out-of-doors without cover:
1.Piping
2.Concrete reinforcement steel
3.Precast concrete items
4.Castings
B.Store the above materials on wood blocking so there is no contact with the ground.
C.Cover all openings to prevent entry by animals, water, or foreign objects during
storage.
1.3 Covered Storage
A.The following types of materials may be stored out-of-doors with weather-protective
covers:
1.Large mechanical equipment packages.
2.Building materials sensitive to moisture (e.g. bentonite).
B.Tie down covers with rope and slope to prevent accumulation of water on covers.
Maintain covers to provide continuous protection from damage. Seal all openings to
prevent entry by animals, water, or foreign objects during storage.
C.Store roll materials on wood blocking in a manner to prevent damage to roll ends.
D.Store sack materials on wood blocking to prevent contact with run-off or standing
water.
1.4 Fully Protected Storage
A.Store all products not named above in temporary buildings or trailers that have a
sealed floor, a roof, and fully closed walls on all sides.
B.Provide heating or cooling for storage spaces for materials that would be damaged
by extreme ambient temperatures.
C.Protect mechanical and electrical equipment from contact with dust, dirt and
moisture.
1.5 Maintenance of Storage
A.Maintain periodic system of inspection of stored products on scheduled basis to
assure that:
1.State of storage facilities is adequate to provide required conditions.
2.Required environmental conditions are maintained on continuing basis.
3.Products exposed to elements are not adversely affected.
American Avenue Disposal Site 01 56 37-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
1.6 Protection After Installation
A.Provide protection of installed products to prevent entry by foreign objects or
damage from subsequent operations. Remove protection when no longer needed,
prior to completion of work.
B.Control traffic to prevent damage to equipment, materials, and surfaces.
1.7 Security
A.County assumes no responsibility for security of the CONTRACTOR's trailers,
sheds, materials or equipment on the property at any time.
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
(Not Used)
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 60 00-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 Summary
A.Section Includes: General requirements for materials and equipment including
handling, transportation, and storage thereof.
1.2 Related Sections
A.Section 01 45 00 (Quality Control)
1.3 Quality of Materials
A.Materials and equipment provided shall be new, except as may be indicated in the
Specifications or the Construction Drawings.
B.The materials and equipment shall be manufactured, handled, transported, stored,
and used in accordance with the requirements of the manufacturer and to ensure
completed work meets the requirements of the Contract Documents.
1.4 Handling and Transportation
A.Handling:
1.Avoid bending, scraping, or overstressing materials and equipment. Protect
projecting parts by blocking with wood, by providing bracing, or by other
approved methods.
2.Materials and equipment shall be protected from soiling and moisture by
wrapping or by other approved means.
3.Small parts of equipment and accessories shall be packaged in containers such as
boxes, crates, or barrels to avoid dispersal and loss. Firmly secure an itemized
list and description of contents to each such container.
B.Loading, transporting, unloading, and storage of all materials and equipment shall
be conducted such that they are kept clean and free from damage.
1.5 Storage and Protection
A.Provide sheltered, weather-tight or heated weather-tight storage as required for
materials and equipment subject to weather damage.
B.Provide blockage, platforms or skids for materials and equipment subject to damage
by contact with ground.
C.Store packaged materials in their original unbroken package or container.
D.Protect materials and equipment from damage during warehousing operations.
American Avenue Disposal Site 01 60 00-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
PART 2 - PRODUCTS
2.1 Sole Source Products
A.The following sole source items have been approved for the Work. Substitutions will not be
allowed.
1.2-inch QED Vertical wellhead, Model ORP215M 6-inch
2.2-inch QED Horizontal wellhead, Model ORP215MHL 6-inch
3.QED Vertical Orifice Plate Kit, Model 40640
4.QED Horizontal Orifice Plate Kit, Model 40690
5.QED Stabilizer™ well cap, Model GWC62
6.2-inch QED Solarguard™ flex hose (100-foot roll), Model 40946
7.QED high strength stainless steel hose band kit for Solarguard™ Flex Hose, Model
40979
8.Real Environmental Products Auto Sump 7000-I-24/36-DC with Viridian VP4-BL
submersible pump
9.Real Environmental Products Infa-just pipe supports/anchors 6000 Series
10.6-inch by 2-inch Fernco Flexseal coupling, Model 1056-62
11.2-inch Fernco Flexseal coupling, Model 1056-215
PART 3 - EXECUTION
(Not Used)
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 75 16-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 75 16
START-UP PROCEDURES
PART 1 - GENERAL
1.1 Summary
A.This section describes the Start-Up and Demonstration of the landfill gas system
components after full completion of system construction. Unless otherwise
stipulated, the CONTRACTOR shall notify the ENGINEER of the pending
completion of construction and readiness for commencement of the Start-Up and
Demonstration Period.
1.2 Definitions
A.Start-Up Demonstration and Period shall be conducted for two (2) consecutive days
during which the ENGINEER and CONTRACTOR operate all facility systems and
prove functional integrity of those systems by virtue of experiencing no operational
failures within the designated demonstration time interval.
B.Post Demonstration Period shall be the period of time after successful completion of
the Start-Up and Demonstration Period, but before final acceptance of the Project
during which the CONTRACTOR completes all punch list items and Project close-
out procedures.
1.3 Landfill Gas Collection and Control System (LFGCCS)
A.Except those elements which are specifically excluded elsewhere, the LFGCCS shall
include:
1.Vertical Landfill Gas Extraction Wells
2.Horizontal Landfill Gas Collectors
3.Landfill Gas Header and Lateral Piping
4.Condensate Sumps
5.Leachate Collection and Removal System
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
3.1 Start-Up and Demonstration Period
A.The Start-Up and Demonstration Period is intended to demonstrate the reliability
and performance of equipment under full operational conditions. The ENGINEER
reserves the right to simulate operational variables including, but not necessarily
American Avenue Disposal Site 01 75 16-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
limited to equipment failures and routine maintenance scenarios, etc. to verify the
operational integrity of automatic and manual control systems and alternate
operating modes.
B.Ensure Work is complete before start-up of any unit or system.
C.The OWNER will provide qualified personnel for operation of the landfill gas
system components.
D.The Start-Up and Demonstration Period will be performed with the entire landfill
gas system operational and will not be allowed to be tested on a system-by-system
basis.
E.The OWNER shall provide all labor, supervision, chemicals, equipment, vehicles or
any other items necessary to operate and demonstrate the operation of the landfill
gas system components.
F.The CONTRACTOR and his SUBCONTRACTORS shall be onsite during the entire
Start-Up and Demonstration period to address any system problems that are found
during initial operation. Problems that may be encountered include, but are not
limited to leaks in pipes, equipment malfunctions, etc.
G.Length of Start-Up and Demonstration Period shall be 48 hours of continuous
operation with no malfunctions.
3.2 Post Demonstration Period
A.If the facility and all systems are substantially complete as defined in the Standard
Specifications, the OWNER will assume operation after the successful completion of
the Start-Up and Demonstration Period. If the facility and all systems are not
substantially complete, the CONTRACTOR will finalize construction and the system
will be retested.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Contract Price
A.Startup and Demonstration shall be considered incidental to the contract.
* * * END OF SECTION * * *
American Avenue Disposal Site 01 78 39-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 Summary
A.This section includes preparation, maintenance, completion, and submission of all
project record drawings, specifications, and related documents.
B.The requirements specified herein are in addition to any requirements for record
documents specified elsewhere in these Specifications.
1.2 Maintenance of Record Documents
A.The CONTRACTOR shall maintain at the job site one copy of the following Project
Documents for record purposes:
1.Construction Drawings
2.Specifications
3.Change Orders
4.ENGINEER's Field Orders
5.Reviewed Shop Drawings
6.Clarifications or Explanatory Drawings and Specifications
7.Inspection Reports
8.Laboratory Test Records
9.Field Test Records
1.3 Record Drawings
A.Construction Drawings:
1.The CONTRACTOR shall maintain "as-built" drawings of all work and
subcontracts, continuously as the job progresses. A separate set of prints, for this
purpose only, shall be kept at the job site at all times.
2.All deviations from the drawings, exact locations of permanent property markers
or monuments, all utilities and services, mechanical and electrical lines, details,
and other work shall be finally incorporated on this reproducible set.
3.During the course of construction, actual locations to scale shall be identified on
the Record Drawings for all runs of mechanical and electrical work, including all
site utilities and services, installed underground, in walls, or otherwise
concealed. Deviations from the Construction Drawings shall be shown in detail.
All main alignments, whether piping, conduit, ductwork, or drain lines shall be
located, in addition, by dimension and elevation.
American Avenue Disposal Site 01 78 39-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
4.No work shall be permanently concealed by the CONTRACTOR until the
required information has been recorded on the record drawing and verified by
the ENGINEER.
5.CONTRACTOR shall provide as-built drawings and necessary correction to the
as-builts as deemed necessary by the ENGINEER in electronic portable
document format within 40 working days after construction completion.
CONTRACTOR will be subject to $100 per day for each and every calendar day's
delay in submitting these documents in excess of the number of working days
prescribed above.
6.The ENGINEER/OWNER will provide one copy of the final Record Drawings to
the CONTRACTOR for record keeping purposes.
PART 2 - PRODUCTS
(Not Used)
PART 3 - EXECUTION
(Not Used)
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 23 09 13-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 23 09 13
VALVES AND VALVE BOXES
PART 1 - GENERAL
1.1 Summary
A.The CONTRACTOR shall furnish valves (including nuts and bolts), valve boxes,
other materials, all labor, tools, supervision, transportation, equipment and
incidentals necessary to install valves and valve boxes of the type and size and at the
locations shown on the Construction Drawings and as needed for a complete and
proper operation.
B.The work shall be carried out in accordance with these Specifications and with the
Construction Drawings.
1.2 Related Sections
1.Section 31 23 33 – Trenching and Backfilling
2.Section 33 51 16.13 - High Density Polyethylene (HDPE) Landfill Piping
3.Section 33 51 23 – Landfill Gas Extraction Wellheads
4.Section 33 53 23 – Horizontal Landfill Gas Extraction Wellheads
5.Section 44 42 53 – Landfill Gas Condensate Sump
1.3 Submittals
A.Product Data: Before shipping, the CONTRACTOR shall submit
1.Materials list of items proposed to be provided under this Section.
2.Manufacturer's Specifications, catalog cuts, and other data needed to prove
compliance with the specified requirements.
3.Manufacturer's recommended installation procedures which, when approved by
the ENGINEER, will become the basis for accepting or rejecting actual
installation procedures used on the Work.
B.If materials proposed to be provided under this Section are shipped prior to
ENGINEER’s conditional approval or approval, it will be at the CONTRACTOR’s
risk.
1.4 Warranty
A.The CONTRACTOR shall assign to the OWNER the warranties of the manufacturers
of any of the valves used.
PART 2 - PRODUCTS
American Avenue Disposal Site 23 09 13-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
2.1 General
A.All valves shall be complete with all necessary operators, actuators, 2-inch square
nut, worm and gear operators, wrenches, and other accessories or appurtenances,
which are required for the proper completion of work, included under this Section.
B.Valves shall be suitable for the intended service. Renewable parts, including discs,
packing, and seats, shall be of types recommended by valve manufacturer for
intended service, but not of lower quality than specified herein.
C.Valves and operators shall be suitable for the exposure they are subjected to,
enclosed in valve chamber or exposed, as applicable.
D.All valves shall have the name of the manufacturer and sizes cast on the body or
bonnet or shown on a permanently attached plate in raised letters.
E.For the purpose of designating the type and grade of valve desired, a manufacturer's
name is given in the following specifications. Valves of equal quality by other
manufacturers will be acceptable.
2.2 Butterfly Valves
A.Unless otherwise specified, butterfly valves used in the landfill gas collection system
shall be lug-style, gear assisted, ductile-iron body with flat-faced flanged ends with
Type 316 stainless steel disk and stem with spacers for proper valve operation, Viton
seal and seat, and position indicator, rated for 350 psi.
B.All bolting for valves installed above grade shall be Type 316 stainless steel.
C.Unless specified otherwise on the Construction Drawings, below grade valves shall
have a gear operator and 2-inch square nut.
D.Unless specified otherwise on the Construction Drawings, above grade valves shall
have a gear operator and handwheel.
E.All valves and gear operators shall be right hand close.
2.3 Ball Valves
A.Ball valves shall have Type 316 stainless steel body and ball with glass-filled PTFE
seats and PTFE seals unless specified otherwise in the Construction Drawings.
Valves shall be rated for 1,000 psi at 200° F maximum pressure, 28.95 inches Hg
vacuum, and a temperature range of o to 450° F.
B.Valve connections shall be NPT female at the sizes shown unless specified otherwise
on the Construction Drawings.
C.Unless specified otherwise on the Construction Drawings, valves under 6-inches will
have a 2-inch square nut.
2.4 Check Valves
A.Check valves shall be swing check type, flanged ends, ethylene propylene diene
monomer (EPDM) seals, and spring-assist closure, rated at 150 psi, by Asahi, or
equal. Any metal components shall be Type 316 stainless steel.
American Avenue Disposal Site 23 09 13-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
2.5 Valve Boxes
A.Valve boxes shall be Jensen W-2436 series precast concrete with vault spring assisted
access lid, of the size and type shown on the Construction Drawings, or approved
equal. Boxes shall be stackable for extra depth, as needed. Valve boxes and lids shall
be HS-20 traffic rated.
B.The lid for header control valve boxes shall be hinged, spring assisted, double- door,
HS-20 rated and set to allow operation of below-grade valves from the ground
surface using a valve key.
C.Vault box penetrations shall be cleanly cored and sealed with a rubber boot as
manufactured by Kor-N-Seal, or equal.
2.6 Accessories
A.Tagging: Provide 1 ½-inch diameter heavy brass or stainless steel tag attached with
No. 16 solid brass or stainless steel jack chain for each valve bearing the valve tag
number. Get tag numbers from the ENGINEER.
B.T-Handle Operating Rod (below-grade service): Provide an 8-foot long steel
operating rod.
PART 3 - EXECUTION
3.1 Preparation
A.Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of the
Work. Notify the ENGINEER of such conditions and proposed corrective actions
before correcting unsatisfactory conditions. Do not proceed until unsatisfactory
conditions are corrected.
B.Adjoining pipe, couplings and fittings shall be cleaned of all foreign material such as
dirt, grease, oil, or moisture prior to valve installation.
3.2 Valve Installation
A.Valves of the size and type shown on the Construction Drawings shall be set plumb
and installed at the locations indicated on the Construction Drawings. Valves shall
be installed in accordance with manufacturer's recommended installation
procedures and with the details shown on the Construction Drawings.
B.Valves shall be installed such that they are supported properly in their respective
positions, free from distortion and strain. Valves shall be installed such that their
weight is not borne by blowers and equipment that are not designed to support the
weight of the valve.
C.Valves shall be carefully inspected during installation; they shall be opened wide
and then tightly closed and the various nuts and bolts shall be tested for tightness.
Special care shall be taken to prevent any foreign matter from becoming lodged in
the valve seat. Check and adjust all valves for smooth operation.
American Avenue Disposal Site 23 09 13-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
D.Clean iron flanges by wire brushing before installing flanged valves. Clean flange
bolts and nuts by wire brushing, lubricate threads with oil or graphite, and tighten
nuts uniformly and progressively. Clean threaded joints by wire brushing or
swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before
installing threaded valves. Joints shall be airtight.
E.Install valves with the operating stem in either horizontal or vertical position. When
possible, all butterfly valves shall be installed so that the disk rotates on the vertical
axis. Below grade butterfly valves without gear operator shall be installed with their
axis in the vertical direction.
F.The inside diameter of HDPE pipe flange adapters may be smaller than the diameter
of the disk on a butterfly valve. If the inside diameter of the flange adapter interferes
with full operation of the disk, the CONTRACTOR shall at his option install 2-inch
HDPE valve spacers on both sides of the valves or may remove by machining excess
material from the ID of the HDPE flange adapter.
G.Locate and arrange valves to allow sufficient clearance around the valve operator for
proper operation and to provide complete adjustment between fully open to fully
closed position.
H.Install where shown on the Construction Drawings.
I.Locate valves for easy accessibility and maintenance.
J.Install valves in closed position.
3.3 Valve Box Installation
A.Valve boxes of the size and type shown on the Construction Drawings shall be set
plumb and installed at the locations indicated on the Construction Drawings. Valve
boxes shall be installed in accordance with manufacturer's recommended installation
procedures and with the details shown on the Construction Drawings.
B.Trenching and backfilling shall conform to the requirements of Section 31 23 16.
3.4 Testing
A.Valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall
show no visible leakage under test. Joints that show signs of leakage shall be
repaired prior to final acceptance. If there are any special parts of control systems or
operators that might be damaged by the pipeline test, they shall be properly
protected. The CONTRACTOR will be held responsible for any damage caused by
the testing.
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 31 22 00-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 31 22 00
GRADING
PART 1 - GENERAL
1.1 Summary
A.Provide all rough and finish grading as necessary to complete the Project.
1.2 Related Sections
A.Section 31 23 16 - Excavation
B.Section 31 23 26 - Structural Fill
C.Section 31 23 33 - Trenching and Backfilling
1.3 Description
A.Work in this section includes the rough and finish grading of the following areas:
1.Landfill access roads disturbed as part of the Work.
2.Landfill surfaces disturbed as part of the Work.
3.Landfill surfaces along the header and/or lateral lines to provide a minimum
slope as indicated in the Construction Drawings.
PART 2 - PRODUCTS
2.1 General
A.Provide all materials as shown on the Construction Drawings, as specified herein,
and as needed for a complete and proper installation.
2.2 Topsoil
A.Provide topsoil that is free from waste, rocks greater than 1-inch, rubble, and other
deleterious material that shall be used for finish grading of the landfill surface and
other non-driving areas as shown on the Construction Drawings.
PART 3 - EXECUTION
3.1 General
A.The CONTRACTOR shall take necessary precautions to protect underground
utilities, and especially any utilities whose original cover may be temporarily
removed as part of construction.
American Avenue Disposal Site 31 22 00-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
B.The CONTRACTOR shall grade to the lines and grades shown on the Construction
Drawings and as staked in the field. Excess material shall be stockpiled at the
locations as identified by the ENGINEER.
C.The CONTRACTOR is responsible for securing, purchasing, hauling, and placement
of fill material to complete the grading as specified on the Construction Drawings
and in these Specifications.
3.2 Surface Conditions
A.Examine the areas and conditions under which Work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of the
Project. Do not proceed until unsatisfactory conditions are corrected.
3.3 Finish Elevations and Lines
A.Comply with finish elevations and lines as described in the Construction Drawings.
3.4 Procedures
A.Protection of Existing Utilities:
1.Unless shown to be abandoned or removed, protect utility lines and other pipes
shown on the Construction Drawings or otherwise made known to the
CONTRACTOR prior to excavating. CONTRACTOR is required to perform all
utility clearances, including interviewing on-site personnel to inquire about
existing utilities in areas of proposed excavations. If a utility is damaged by the
CONTRACTOR, the utility shall be repaired or replaced at no additional cost to
the OWNER.
2.If utility lines are encountered that are not shown on the Construction Drawings
or otherwise made known to the CONTRACTOR, promptly take necessary steps
to assure that service is not interrupted.
3.If service is interrupted as a result of work under this Section, ENGINEER shall
be notified, and CONTRACTOR shall immediately restore service by repairing
the damaged utility.
4.If existing utilities are found to interfere with the facilities being constructed
under this Section, immediately notify the ENGINEER and request their
instructions.
5.Do not proceed with permanent relocation of the work until written instructions
are received from the ENGINEER.
6.Exposed utilities shall be properly supported at all times if undermined.
B.Protection of Persons and Property:
1.Barricade open holes and depressions occurring as part of the Project, and post
warning lights on property adjacent to or with public access.
2.Operate warning lights during hours from dusk to dawn each day and as
otherwise required.
American Avenue Disposal Site 31 22 00-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
3.Protect structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, washout, and other hazards
created by operations under this Section.
C.Dewatering:
1.Remove all water, including rainwater, encountered during work to an approved
location by pumps, drains, and other approved methods.
a.Water that contacts waste shall be considered leachate and shall be disposed
of at the working face of the landfill, or to the existing leachate management
system.
2.Keep site construction area free from water.
3.Handling and disposal of water shall comply with all stormwater and erosion
and sedimentation control permits.
D.Use means necessary to prevent dust from becoming a nuisance to the public, to
neighbors and to other work being performed on or near the site.
E.Maintain access to adjacent areas at all times.
3.5 Access Road Grading
A.Access roads disturbed as part of construction shall be graded to the original grades
shown on the Construction Drawings.
B.Structural fill shall be placed under the road surface as shown on the Construction
Drawings and as specified in Section 31 23 26 - Structural Fill.
3.6 Vegetated Surface Grading
A.Vegetated areas including the landfill surface and any other areas disturbed as part
of the Work shall be graded as follows:
1.Place a minimum of 6 inches of topsoil conforming to the requirements of this
Section to the grades shown on the Construction Drawings and in the field.
2.Topsoil shall be free from clods and large objects.
3.7 Maintenance
A.Protection of newly graded areas:
1.Protect newly graded areas from traffic and erosion, and keep free from trash
and weeds.
2.Repair and reestablish grades in settled, eroded, and rutted areas to the specified
tolerances.
B.Where completed graded areas are disturbed by subsequent construction operations
or adverse weather, scarify the surface, and reshape as necessary to comply with the
Specifications.
American Avenue Disposal Site 31 22 00-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
3.8 Field Quality Control
A.The CONTRACOTR shall test areas receiving compacted crushed aggregate material
using a nuclear density moisture gauge in accordance with ASTM D 6938 and
submit results to the ENGINEER.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Grading
A.Grading shall be considered incidental to the Bid Items for piping.
* * * END OF SECTION * * *
American Avenue Disposal Site 31 23 16-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 31 23 16
EXCAVATION
PART 1 - GENERAL
1.1 Summary
A.The CONTRACTOR shall excavate to the lines and grades shown on the plans and
as staked by the CONTRACTOR in the field.
1.2 Related Sections
A.Section 31 23 26 - Structural Fill
B.Section 31 23 33 - Trenching and Backfilling
1.3 Description
A.Work in this section includes but is not necessarily limited to the following items:
1.Excavation inside the limits of waste.
2.Excavation outside the limits of waste.
PART 2 - PRODUCTS
2.1 General
A.Provide all materials as shown on the Construction Drawings, as specified herein,
and as needed for a complete and proper installation.
2.2 Other Materials
A.Provide other materials, not specifically described but required for a complete and
proper installation, as selected by the CONTRACTOR and approved by the OWNER
and ENGINEER.
PART 3 - EXECUTION
3.1 General
A.The CONTRACTOR shall excavate the areas shown on the Construction Drawings.
B.The CONTRACTOR shall take necessary precautions to protect underground
utilities, and especially any utilities whose original cover may be temporarily
removed as part of construction.
C.The CONTRACTOR shall excavate to the lines and grades shown on the
Construction Drawings. Excavated material shall be stockpiled at the locations
shown on the Construction Drawings. Before commencing any fill or compaction
American Avenue Disposal Site 31 23 16-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
operations, each excavation shall be observed and approved by the ENGINEER. The
cost of filling inadvertent over-excavation shall be borne by the CONTRACTOR.
D.Surplus excavated materials unsatisfactory for backfill shall be disposed of at the
landfill working face.
E.The CONTRACTOR is responsible for securing, purchasing, hauling and placement
of fill material meeting the requirements of the Specifications.
3.2 Surface Conditions
A.Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of the
work. Do not proceed until unsatisfactory conditions are corrected.
3.3 Finish Elevations and Lines
A.Comply with finish elevations and lines as described in the Construction Drawings.
3.4 Procedures
A.Protection of existing utilities:
1.Unless shown to be abandoned or removed, protect utility lines and other pipes
shown on the Construction Drawings or otherwise made known to the
CONTRACTOR prior to excavating. CONTRACTOR is required to perform all
utility clearances, including interviewing on-site personnel to inquire about
existing utilities in areas of proposed excavations If a utility is damaged by the
CONTRACTOR, the utility shall be repaired or replaced at no additional cost to
the OWNER.
2.If utility lines are encountered that are not shown on the Construction Drawings
or otherwise made known to the CONTRACTOR, promptly take necessary steps
to assure that service is not interrupted.
3.If service is interrupted as a result of work under this Section, ENGINEER shall
be notified, and CONTRACTOR shall immediately restore service by repairing
the damaged utility.
4.If existing utilities are found to interfere with the facilities being constructed
under this Contract, immediately notify ENGINEER and request their
instructions. Maintain a minimum 12-inch horizontal and vertical separation
from existing utilities and the facilities being constructed under this Contract.
5.Do not proceed with permanent relocation of the Work until written instructions
are received from the ENGINEER.
6.Exposed utilities shall be properly supported at all times if undermined.
American Avenue Disposal Site 31 23 16-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
B.Protection of Persons and Property:
1.Protect structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, washout, and other hazards
created by operations under this Section.
2.Excavations shall be clearly marked if left open overnight. The CONTRACTOR
shall supply barricades, warning lights, fencing or other OSHA approved
devices to clearly mark and delineate open excavations.
C.Protection of Geomembrane Liner
1.The CONTRACTOR shall exercise caution when excavating near the
geomembrane liner system. Areas of the landfill with a geomembrane liner
system in place are shown on the Construction Drawings.
2.If during excavation the CONTRACTOR penetrates the geomembrane liner,
work shall cease immediately, and the CONTRACTOR shall notify the
ENGINEER.
3.The damage to the geomembrane liner system will be assessed by the
ENGINEER to determine the extent of the repairs that will be necessary.
4.The CONTRACTOR will be responsible for the cost of all repairs and
documentation of repairs required if the geomembrane liner is penetrated by the
CONTRACTOR.
D.Dewatering:
1.Remove all water, including rainwater, encountered during work to an approved
location by pumps, drains, and other approved methods.
a.Water that contacts waste shall be considered leachate and shall be disposed
of at the working face of the landfill, or to the existing leachate management
system.
2.Handling and disposal of water shall comply with all stormwater and erosion
and sedimentation control permits.
E.Use means necessary to prevent dust becoming a nuisance to the public, to
neighbors and to other work being performed on or near the site. Use of wet sprays
is recommended to minimize fugitive dust emissions.
F.CONTRACTOR shall be responsible for ensuring that fugitive litter resulting from
construction is collected before the end of each construction day. Use of wet sprays is
recommended to minimize fugitive litter.
G.Maintain access to adjacent areas at all times.
3.5 Excavation
A.Perform excavations of every type of material encountered within the limits of the
Project to the lines, grades, and dimensions indicated on the Construction Drawings
and specified herein.
B.Satisfactory excavated materials shall be transported to and placed in stockpiles or
fill areas within the limits of the Project identified by the OWNER.
American Avenue Disposal Site 31 23 16-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
C.If unsatisfactory materials are encountered above or at the design depth of the
excavation, excavate the unsatisfactory materials to three (3) feet below the design
depth and replace with compacted fill meeting the requirements of the
Specifications.
D.Excavate in a manner and sequence that will provide proper drainage at all times.
The CONTRACTOR shall provide dewatering equipment if necessary.
E.Dispose of unsatisfactory excavated material at the landfill working face, and
surplus satisfactory excavated material, away from the work area as identified by the
OWNER.
F.Any waste excavated shall be disposed of at the working face of the landfill at no
cost to the CONTRACTOR. Exposed waste not delivered to the working face prior to
closure shall be covered either with 6 inches of earthen material or by fire retardant
tarpaulins that are secured to prevent being carried off by heavy winds.
G.Unauthorized Excavation:
1.Unauthorized excavation consists of removal of materials beyond indicated
subgrade elevations or dimensions as shown on the Construction Drawings.
2.Backfill and compact unauthorized excavations as specified for authorized
excavations.
H.Stability of Excavations:
1.Sides of excavations shall be cut back in accordance with 29 CFR 1910 OSHA
standards.
2.Shore and brace excavations where slope cut-backs are not practical because of
space restrictions or stability of the materials being excavated.
3.Maintain sides and slopes of excavations in a safe condition until completion of
backfilling.
I.Shoring and Bracing:
1.Provide all labor and materials for shoring and bracing as may be necessary for
safety of personnel, protection of work, and compliance with requirements of
governmental agencies having jurisdiction.
2.Maintain shoring and bracing in excavations regardless of the time period
excavations will be open.
3.Remove shoring and bracing as excavation progresses.
3.6 Field Quality Control
A.Secure the ENGINEER's observation and approval of subgrade before subsequent
construction is permitted thereon.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Excavation
American Avenue Disposal Site 31 23 16-5 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
A. Excavation shall be considered incidental to the Bid Items for piping.
* * * END OF SECTION * * *
American Avenue Disposal 31 23 26-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 31 23 26
STRUCTURAL FILL
PART 1 - GENERAL
1.1 Summary
A.CONTRACTOR shall place and compact structural fill in the locations shown on the
Construction Drawings.
1.2 Related Sections
A.Section 31 23 16 - Excavation
B.Section 31 23 33 - Trenching and Backfilling
1.3 Description
A.Work in this section includes but is not necessarily limited to the following items:
1.Placement of structural fill in the access roads and access road crossing.
PART 2 - PRODUCTS
2.1 General
A.Provide all materials as shown on the Construction Drawings, as specified herein,
and as needed for a complete and proper installation.
2.2 Structural Fill Materials
A.CONTRACTOR shall provide sand, a mixture of sand and gravel, crushed gravel,
crushed stone, crushed concrete, or other fragmented mineral material free from
organic matter, waste, boulders and other deleterious material for use as Structural
Fill or as specified in the Construction Drawings
2.3 Other Materials
A.Provide other materials, not specifically described but required for a complete and
proper installation, as selected by the CONTRACTOR and approved by the OWNER
and ENGINEER.
American Avenue Disposal 31 23 26-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
PART 3 - EXECUTION
3.1 General
A.The areas shown on the Construction Drawings that require compacted structural fill
shall be excavated in accordance with Section 31 23 16 - Excavation, backfilled and
compacted.
B.The CONTRACTOR shall take necessary precautions to protect underground
utilities, and especially any utilities whose original cover may be temporarily
removed as part of construction.
C.The CONTRACTOR is responsible for securing, purchasing, hauling and placement
of fill material meeting the requirements of the Specifications.
3.2 Surface Conditions
A.Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.3 Finish Elevations and Lines
A.Comply with finish elevations and lines as described in the Construction Drawings.
3.4 Procedures
A.Protection of Existing Utilities:
1.Unless shown to be abandoned or removed, protect utility lines and other pipes
shown on the Construction Drawings or otherwise made known to the
CONTRACTOR prior to excavating. CONTRACTOR is required to perform all
utility clearances, including interviewing on-site personnel to inquire about
existing utilities in areas of proposed excavations. If a utility is damaged by the
CONTRACTOR, the utility shall be repaired or replaced at no additional cost to
the OWNER.
2.If utility lines are encountered that are not shown on the Construction Drawings
or otherwise made known to the CONTRACTOR, promptly take necessary steps
to assure that service is not interrupted.
3.If service is interrupted as a result of work under this Section, ENGINEER shall
be notified, and CONTRACTOR shall immediately restore service by repairing
the damaged utility.
4.If existing utilities are found to interfere with the facilities being constructed
under this Contract, immediately notify the OWNER and ENGINEER and
request their instructions. Maintain a minimum 12-inch horizontal and vertical
separation from existing utilities and the facilities being constructed under this
contract.
5.Do not proceed with permanent relocation of the work until written instructions
are received from the OWNER/ENGINEER.
American Avenue Disposal 31 23 26-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
6.Exposed utilities shall be properly supported at all times if undermined.
B.Protection of Persons and Property:
1.Protect structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, washout, and other hazards
created by operations under this Section.
C.Dewatering:
1.Remove all water, including rainwater, encountered during work to an approved
location by pumps, drains, and other approved methods.
a.Water that contacts waste shall be considered leachate and shall be disposed
of at the working face of the landfill, or in the existing leachate management
system.
2.Handling and disposal of water shall comply with all stormwater and erosion
and sedimentation control permits.
D.Use means necessary to prevent dust becoming a nuisance to the public, to
neighbors and to other work being performed on or near the site.
E.Maintain access to adjacent areas at all times.
3.5 Structural Fill Placement
A.Structural fill shall be placed at all road crossings, over buried piping, and around
condensate sumps, as otherwise indicated on the Construction Drawings.
B.Ground Surface Preparation:
1.Remove vegetation, debris, unsatisfactory soil materials, obstructions, and
deleterious matter from ground surface prior to placement of structural fill.
C.Structural Fill Placement and Compaction:
1.Place backfill and fill materials in lifts not more than 8 inches in loose thickness.
2.Compact structural fill using suitable mechanical equipment until no noticeable
deformation is observed.
3.Do not place backfill or fill material on surfaces that are muddy, frozen, or
containing frost or ice.
4.Place backfill and fill materials evenly adjacent to structures to required
elevations.
5.Hydraulic compaction utilizing water to consolidate soils shall not be allowed.
3.6 Maintenance
A.Protection of Structural Fill Areas:
1.Protect structural fill areas from traffic and erosion, and keep free from trash and
weeds.
2.Repair and reestablish grades in settled, eroded, and rutted areas to the specified
tolerances.
American Avenue Disposal 31 23 26-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
B.Where completed compacted areas are disturbed by subsequent construction
operations or adverse weather, scarify the surface, reshape, and compact to the
required density prior to further construction.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Structural Fill
A.Structural fill placement and compaction shall be considered incidental to the
associated Bid Items.
* * * END OF SECTION * * *
American Avenue Disposal Site 31 23 33-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 31 23 33
TRENCHING AND BACKFILLING
PART 1 - GENERAL
1.1 Summary
A.The CONTRACTOR shall provide all trenching and backfilling of trenches necessary
to complete the Work specified herein.
1.2 Related Sections
A.Section 31 23 16 - Excavation
B.Section 31 23 26 - Structural Fill
1.3 Description
A.Work in this Section includes, but is not necessarily limited to the following:
1.Trenching in active waste disposal area and areas with intermediate cover.
2.Trenching across and within access roads.
PART 2 - PRODUCTS
2.1 General
A.Provide all materials as shown on the Construction Drawings, as specified herein,
and as needed for a complete and proper installation.
2.2 Trench Backfill Materials
A.Trenches located in active waste disposal area and areas with intermediate cover:
1.The CONTRACTOR shall backfill trenches in waste with cover soils obtained as
a result of initial trench excavation and as detailed on the Construction
Drawings.
B.Trenches located in access roads and other areas outside of the limits of waste:
1.The CONTRACTOR shall backfill trenches with pipe bedding material and clean
soil fill as detailed on the Construction Drawings.
American Avenue Disposal Site 31 23 33-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
2.Stockpile shall be sand clear of organic matter and meeting the following
gradation:
U.S. Sieve Size Range of Percent Passing
No. 4 95 to 100
No. 16 60 to 95
No. 50 0 to 50
No. 100 0 to 20
No. 200 0 to 5
a.The CONTRACTOR shall supply the ENGINEER with laboratory testing
results demonstrating that the pipe bedding meets the requirements of this
Section.
b.The CONTRACTOR shall bear all costs associated with securing the material
and providing the sampling and testing required to demonstrate compliance
with this section.
2.3 Other Materials
A.Provide other materials, not specifically described but required for a complete and
proper installation, as selected by the CONTRACTOR and approved by the
ENGINEER.
PART 3 - EXECUTION
3.1 General
A.The CONTRACTOR shall provide trenching at all locations shown on the
Construction Drawings for landfill gas piping and associated structures.
B.The CONTRACTOR shall take necessary precautions to protect underground
utilities, and especially any utilities whose original cover may be temporarily
removed as part of construction.
C.The CONTRACTOR shall excavate trenches to the lines and grades shown on the
Construction Drawings. Excavated material shall be stockpiled at the locations
identified by the ENGINEER. Before commencing any fill or compaction operations,
each excavation shall be observed and approved by the ENGINEER. The cost of
filling inadvertent over-excavation shall be borne by the CONTRACTOR.
D.Surplus excavated materials unsatisfactory for backfill shall be disposed of at the
landfill working face at no cost to the CONTRACTOR. Exposed waste not delivered
to the working face prior to closure shall be covered either with 6 inches of earthen
material or by fire retardant tarpaulins that are secured to prevent being carried off
by heavy winds.
E.The CONTRACTOR is responsible for securing, purchasing, hauling and placement
of fill material meeting the requirements of the Specifications.
American Avenue Disposal Site 31 23 33-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
3.2 Surface Conditions
A.Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.3 Finish Elevations and Lines
A.Comply with finish elevations and lines as described in the Construction Drawings.
3.4 Procedures
A.Protection of Existing Utilities:
1.Unless shown to be abandoned or removed, protect utility lines and other pipes
shown on the Construction Drawings or otherwise made known to the
CONTRACTOR prior to excavating. CONTRACTOR is required to perform all
utility clearances, including interviewing on-site personnel to inquire about
existing utilities in areas of proposed excavations. If a utility is damaged by the
CONTRACTOR, the utility shall be repaired or replaced at no additional cost to
the OWNER.
2.If utility lines are encountered that are not shown on the Construction Drawings
or otherwise made known to the CONTRACTOR, promptly take necessary steps
to assure that service is not interrupted.
3.If service is interrupted as a result of work under this Section, ENGINEER shall
be notified, and CONTRACTOR shall immediately restore service by repairing
the damaged utility.
4.If existing utilities are found to interfere with the facilities being constructed
under this Contract, immediately notify ENGINEER and request their
instructions. Maintain a minimum 12-inch horizontal and vertical separation
from existing utilities and the facilities being constructed under this Contract.
5.Do not proceed with permanent relocation of the work until written instructions
are received from the ENGINEER.
6.Exposed utilities shall be properly supported at all times if undermined.
B.Protection of Persons and Property:
1.Protect structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, washout, and other hazards
created by operations under this Section.
2.Trenches shall be clearly marked if left open overnight. The CONTRACTOR
shall supply barricades, warning lights, fencing or other OSHA approved
devices to clearly mark and delineate open excavations.
C.Protection of Geomembrane Liner
1.The CONTRACTOR shall exercise caution when excavating near the
geomembrane liner system. Areas of the landfill with a geomembrane liner
system in place are shown on the Construction Drawings.
American Avenue Disposal Site 31 23 33-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
2.If during excavation the CONTRACTOR penetrates the geomembrane liner,
work shall cease immediately and the CONTRACTOR shall notify the
ENGINEER.
3.The damage to the geomembrane liner system will be assessed by the
ENGINEER to determine the extent of the repairs that will be necessary.
4.The CONTRACTOR will be responsible for the cost of all repairs required if the
geomembrane liner is penetrated by the CONTRACTOR.
D.Dewatering:
1.Remove all water, including rainwater, encountered during work to an approved
location by pumps, drains, and other approved methods.
a.Water that contacts waste shall be considered leachate and shall be disposed
of at the working face of the landfill, or in the existing leachate management
system.
2.Handling and disposal of water shall comply with all stormwater and erosion
and sedimentation control permits.
E.Use means necessary to prevent dust becoming a nuisance to the public, to
neighbors and to other work being performed on or near the site. Use of wet sprays
is recommended to minimize fugitive dust emissions.
F.CONTRACTOR shall be responsible for ensuring that fugitive litter resulting from
construction is collected before the end of each construction day. Use of wet sprays is
recommended to minimize fugitive litter.
G.Maintain access to adjacent areas at all times.
3.5 Trenching
A.Perform trenching of every type of material encountered within the limits of the
Work to the lines, grades, and dimensions indicated on the Construction Drawings
and specified herein.
B.Satisfactory excavated materials shall be transported to, and placed in stockpiles or
fill areas within the limits of the Work as identified by the ENGINEER.
C.If unsatisfactory materials are encountered above or at the design depth of the
trench, excavate the unsatisfactory materials to three (3) feet below the design depth
and replace with compacted structural fill meeting the requirements of the
specifications.
D.Trench in a manner and sequence that will provide proper drainage at all times. The
CONTRACTOR shall provide dewatering equipment if necessary.
E.Dispose of unsatisfactory excavated material, and surplus satisfactory excavated
material, away from the work area as shown on Construction Drawings.
F.Waste shall be disposed of at the working face of the landfill.
G.Unauthorized Excavation:
American Avenue Disposal Site 31 23 33-5 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
1.Unauthorized excavation consists of removal of materials beyond indicated
subgrade elevations or dimensions as shown on the Construction Drawings.
2.Backfill and compact unauthorized excavations as specified for authorized
excavations.
H.Trenching Safety:
1.Trenching shall be completed in accordance with 29 CFR 1910 OSHA
regulations.
2.Trench boxes, shoring and bracing shall be placed in trenches in accordance with
29 CFR 1910 if personnel are to enter the trench or if the trench is susceptible to
cave in.
3.Maintain sides and slopes of excavations in a safe condition until completion of
backfilling.
I.Shoring and Bracing:
1.Provide all labor and materials for shoring and bracing as may be necessary for
safety of personnel, protection of work, and compliance with requirements of
governmental agencies having jurisdiction.
2.Maintain shoring and bracing in trenches regardless of the time period
excavations will be open.
3.Remove shoring and bracing as trenching progresses.
3.6 Backfilling
A.Backfilling shall be completed in accordance with the location of the trench as shown
on the Construction Drawings.
B.Pipe bedding outside of the limits of waste shall be compacted until no noticeable
deformation is observed.
C.Backfill in dual containment areas shall be completed in accordance with these
Specifications and placed in the areas shown on the Construction Drawings.
D.Conduct air monitoring to confirm lack of surface emissions after completion of
backfill. If emissions are detected, rework cover soils and cover system and
recomplete air monitoring until passing per the project documents.
3.7 Field Quality Control
A.The ENGINEER shall observe all trenching as part of the Work.
B.Backfill shall not be placed in trenches until the ENGINEER has observed the
placement of the piping and verified that the line and grade have been met.
American Avenue Disposal Site 31 23 33-6 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
C.The ENGINEER shall observe and document air monitoring results following
completion of backfill.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Trenching and Backfilling
A.Trenching and Backfilling shall be considered incidental to the Bid Items for piping.
* * * END OF SECTION * * *
American Avenue Disposal Site 33 42 13-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 33 42 13
CORRUGATED STEEL PIPE
PART 1 - GENERAL
1.1 Summary
A.The CONTRACTOR shall furnish all labor, materials, tools, supervision,
transportation, equipment and incidentals necessary to install corrugated steel pipe
as specified herein, as shown on the Construction Drawings and as needed for
complete and properly functioning culverts and pipe sleeves, all with necessary
fittings.
B.The work shall be carried out in accordance with these Specifications and with the
Construction Drawings.
1.2 Related Sections
A.Section 31 23 33 – Trenching and Backfilling
Section 33 51 16.13 – High Density Polyethylene (HDPE) Landfill Piping
1.3 Submittals
A.In accordance with Section 01 33 00, the CONTRACTOR shall submit, prior to
shipping, manufacturer's specifications stating that the piping meets or exceeds the
requirements presented in this Specification and as shown on the Construction
Drawings.
B.If materials proposed to be provided under this Section are shipped prior to
ENGINEER’s conditional approval or approval, it will be at the CONTRACTOR’s
risk.
PART 2 - PRODUCTS
A.Corrugated steel pipe shall have dimensions and thicknesses that are nominal and
must comply with AASHTO M 36 for corrugated steel pipe and AASHTO M 196 for
corrugated aluminum pipe. The nominal sheet thickness for corrugated metal pipe
must be equal to or greater than the nominal thickness described. Lapped
longitudinal seams of riveted pipe arches must be placed in the top arch and must be
staggered so as to alternate on each side of the center of the top arch at least 3 inches.
B.Where coating, lining, or paving is shown, pipes must be protected with bituminous
coating or bituminous lining, or have the invert paved with one or more of the
following materials:
1.Bituminous coating
2.Polymeric sheet coating
3.Bituminous lining
American Avenue Disposal Site 33 42 13-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
4.Bituminous invert paving
C.Coupling bands for corrugated steel pipe must comply with AASHTO M 36.
Coupling bands for corrugated aluminum pipe must comply with AASHTO M 196.
If channel or wing channel coupling bands are used, the interior bend radii of the
pipe flange and the channel must be at least the thickness of the metal of which they
are formed. Joints for siphons must consist of connections made with coupling bands
shown for positive joints. Do not use universal coupling bands. Joints for siphons
and joints for pipes shown as watertight must be watertight under pressure and all
conditions of expansion, contraction, and settlement, and must comply with section
61-2.01D(1)(a) for water tightness.
D.Corrugated steel pipe shall be galvanized and a minimum of 16 gauge, or as shown
on the Construction Drawings.
PART 3 - EXECUTION
A.Trench excavation, bedding and backfill shall comply with Section 31 23 33 of these
Specifications.
B.Lay helical corrugated pipe in a trench with separate sections spaced not more than
1-1/2 inches apart and then firmly jointed together with corrugations in alignment.
C.Corrugations or projections on the coupler must properly engage the corrugations of
the pipe section before bolts are tightened.
D.Wherever pipes are connected to inlet and outlet structures, place the ends of the
pipes flush or cut them off flush with the structure face.
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 33 51 16.13-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 33 51 16.13
HIGH DENSITY POLYETHYLENE (HDPE) LANDFILL PIPING
PART 1 - GENERAL
1.1 Summary
A.This Section includes material and installation specifications for high density
polyethylene (HDPE) pipe and fittings.
1.2 References
A.American Society for Testing and Materials (ASTM):
1.ASTM D-638-95 - Test Method for Tensile Properties of Plastics.
2.ASTM D-790-86 - Test Method for Flexural Properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials.
3.ASTM D-1238-88 - Test Method for Flow Rates of Thermoplastic by Extrusion
Plastometer.
4.ASTM D-1248-84 - Specification for Polyethylene Plastics Molding and Extrusion
Materials.
5.ASTM D-1505-85 - Test Method for Density of Plastics by Density-Gradient
Technique.
6.ASTM D-1693-70 - Test Method for Environmental Stress - Cracking of Ethylene
Plastics.
7.ASTM D-2122-88 - Test Method of Determining Dimensions of Thermoplastic
Pipe and Fittings.
8.ASTM D-2513-95(c) - Specification for Thermoplastic Gas Pressure Pipe, Tubing,
and Fittings.
9.ASTM D-2837-88 Test Method for Obtaining Hydrostatic Design Basis for
Thermoplastic Pipe Materials.
10.ASTM D-3261-88 - Specification for Butt Heat Fusion Polyethylene (PE) Plastic
Fittings for Polyethylene (PE) Plastic Pipe and Tubing.
11.ASTM D-3350-84 - Polyethylene Plastic Pipe and Fittings Material.
12.ASTM F-1055-95 - Electrofusion Type Polyethylene Fittings.
1.3 Related Sections
A.Section 01 45 23.13 - Testing Piping Systems
B.Section 33 51 19.13 – Vertical Landfill Gas Wells
C.Section 33 51 23 - Landfill Gas Extraction Wellheads
D.Section 33 53 10 – Horizontal Landfill Gas Collectors
American Avenue Disposal Site 33 51 16.13-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
1.4 Submittals
A.Provide manufacturing test specification data listing resin type, cell classification,
stock density, melt flow, flexural modulus, tensile strength, and coloration.
B.Include results of tests with shipment of materials, with two (2) additional copies of
test results furnished to ENGINEER.
1.5 Quality Assurance
A.Source Quality Control:
1.If Manufacturer’s test data is inadequate or unavailable, ENGINEER reserves the
right to reject or require additional tests to satisfy material requirements. Costs
of these tests shall be borne by CONTRACTOR.
B.Work shall comply with appropriate codes and standards of organizations for
handling, fusion, and underground installation of low pressure polyethylene pipe,
including but not limited to:
1.AGA
2.ANSI
3.ASME
4.ASTM
5.PPI
1.6 Deliveries, Storage, and Handling
A.Pipe Storage:
1.Store or stack pipe to prevent damage from marring, crushing, or puncture.
Limit maximum stacking height to six (6) feet or manufacturer’s maximum
recommended height, whichever is less.
2.Store in accordance with manufacturer’s recommendations.
B.Pipe handling:
1.Protect pipe from excessive heat or harmful chemicals.
PART 2 - PRODUCTS
2.1 Physical Properties of HDPE Pipe Resin
A.Density: ASTM D-1505, not less than 0.941 - 0.955 gm/cu cm.
B.Melt Flow: ASTM D-1238 - Condition E, not greater than 0.15.
C.Flexural Modulus: ASTM D-790, 110,000 to less than 160,000 psi.
D.Tensile Strength at Yield: ASTM D-638, 3,000 to less than 3,500 psi.
E.Environmental Stress Crack Resistance (ESCR): ASTM D-1693 - Condition C, shall
be in excess of 5,000 hrs with zero failure.
American Avenue Disposal Site 33 51 16.13-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
F.Hydrostatic Design Basis: ASTM D-2837, 1600 psi at 23ºC.
2.2 HDPE Pipe
A.High performance, high molecular weight, high density polyethylene pipe (type PE
3408 resin).
1.ASTM D-1248 (Type III, Class C, Category 5, P34).
2.ASTM D-3350, minimum cell classification value 345434C.
3.Standard dimension ratio: See Drawings.
4.Marking: Intervals of 5 ft or less
a.Manufacturer’s name or trademark.
b.Nominal pipe size.
c.Type of plastic resin (i.e., PE 3408).
d.Standard dimension ratio (i.e., SDR-17).
e.ASTM D-2513.
f.Extrusion date, period of manufacture or lot, or batch number.
B.Dimensions:
1.Conform to standard dimensions and tolerances of ASTM D-2513.
2.3 HDPE Fittings
A.Fittings from polyethylene compound having cell classification equal to or exceeding
compound used in pipe to insure compatibility of polyethylene resins.
B.Polyethylene fittings shall be molded for sizes 12-inch and smaller and shall be
fabricated from polyethylene pipe for sizes 14-inch and larger by means of thermal
butt-fusion. Extrusion welds on fittings will not be allowed. The ends of the
fabricated fittings shall not be trimmed to match the pipe section to which they are
going to be joined. All polyethylene fittings shall have the same or higher pressure
rating as the pipe when installed in accordance with the latest technical
specifications.
C.Joints
1.Joints shall be thermal butt-fusion, except where connecting to unions, valves,
and equipment with connections that may require future disassembly.
2.No mechanical couplings shall be used unless shown on the Drawings.
3.Extrusion welds will not be allowed.
D.Flange Connections:
1.150-lb carbon steel or convoluted epoxy coated ductile iron backup rings for
flanged connections as recommended by manufacturer.
2.Type 316 stainless steel hex head nuts and bolts, and accompanying flat washers.
3.Viton full-face flange gaskets.
American Avenue Disposal Site 33 51 16.13-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
4.Flanges and bolt patterns consistent with ANSI B16.5/AWWA C207/ASTM
A536, as recommended by manufacturer.
E.Dimensions of fittings conform to standard dimensions and tolerances according to
ASTM D-3261.
F.Markings:
1.Manufacturer’s name or trademark.
2.Nominal size.
3.Type of plastic resin (i.e. PE 3408).
4.Standard dimension ratio (i.e., SDR-17).
5.ASTM D-2513.
6.Extrusion date, lot number, or batch number.
G.Pressure rating of fittings shall be equal to or greater than pressure rating of pipe.
H.Branch saddle connections are strictly prohibited unless specified by the
Construction Drawings or approved by the ENGINEER.
PART 3 - EXECUTION
3.1 Field Quality Control
A.Pipe may be rejected for failure to conform to Specifications, or for:
1.Fractures or cracks passing through pipe wall, except single crack not exceeding
two (2) inches in length at either end of pipe which could be cut off and
discarded. Pipes within one shipment will be rejected if defects exist in more
than 5 percent of shipment or delivery.
2.Cracks sufficient to impair strength, durability, or serviceability of pipe.
3.Defects indicating improper proportioning, mixing, and molding.
4.Damaged ends, where such damage would prevent making satisfactory joints.
B.Acceptance of fittings, stubs, or other specifically fabricated pipe sections shall be
based on visual observation by the ENGINEER at the Project site and documentation
that they conform to these Specifications.
3.2 Installation
A.General:
1.Perform trenching and backfilling in accordance with Section 31 23 33 Trenching
and Backfilling.
2.Pipes and fittings shall be carefully lowered into trench to limit stress to pipes,
fittings, and joints.
American Avenue Disposal Site 33 51 16.13-5 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
3.Pipe and fittings shall be installed so that there will be no deviation at the joints
and so that inverts present a smooth surface. Pipe and fittings that do not fit
together to form a tight fitting joint are not permitted.
4.Pipes shall be installed at the locations and to the required lines and grades
shown in the Construction Drawings and provided in these Specifications, using
an approved method of control. The ENGINEER has the authority to order the
removal or relaying of pipe laid contrary to the specifications, her/his
instructions, or during her/his absence.
5.Excavations shall be maintained free of water during the progress of the work.
No pipes shall be laid in water nor shall there be any joints made up in water.
All slides or cave-ins of the trenches or cuts shall be remedied to the satisfaction
of the ENGINEER.
6.Cleanliness of installed pipe and fitting interiors shall be maintained throughout
the Work. Cap pipe sections longer than single joint on both ends during
placement, except during fusing operations.
7.All adjustments to the line and grade of pipe laid on earth foundation shall be
done by scraping away or placing compacted fill under the barrel of the pipe,
and not by blocking or wedging the pipe. In all cases, the trench under the joint
shall be excavated to permit an even bearing surface for the barrel of the pipe.
8.Fittings shall be installed as required and in accordance with the Construction
Drawings and Specifications. The installation of fittings after the pipeline has
been laid will not be permitted without written approval from the ENGINEER.
In such cases, complete details pertaining to the proposed type of fittings and the
installation procedure shall be submitted by the CONTRACTOR to the
ENGINEER for review before approval will be considered.
9.Approval by the ENGINEER is required prior to changing the location of any of
the Project due to field conditions. Changes in pipe sizes are prohibited without
a written consent from the ENGINEER.
10.All installed pipe shall form completely connected systems, including
connections to valves and appurtenances specified in other sections, to result in a
satisfactorily operating installation.
B.Heat Fusion of HDPE Piping:
1.HDPE pipe shall be joined by butt fusion methods, having a uniform and
monolithic pipe interior according to the fusion joining procedures as instructed
by the manufacturer, except within the structures, as shown in the Construction
Drawings.
2.Each individual performing fusion joining shall have at least one (1) year of
experience and provide current certification in the use of the fusion procedure.
3.Join pipe sections at ground level to a maximum length of 400 feet, or a length
recommended by the manufacturer such that maximum allowable stress, when
pulling the pipe into position alongside the trench, is not exceeded. Use
appropriate materials and equipment, as recommended by the HDPE pipe
American Avenue Disposal Site 33 51 16.13-6 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
manufacturer, when pulling butt fused pipe sections alongside the trench to
prevent pipe damage.
4.For summertime installations it may be necessary to provide a slightly longer
length of HDPE pipe when connections are to be made between two fixed points
or structures to compensate for contraction of the pipe in a cooler trench bottom.
The additional pipe length requirements shall be in accordance with the HDPE
pipe manufacturer's instructions.
5.For cleaning pipe ends, solutions such as detergents and solvents, when
required, shall be used in accordance with manufacturer’s recommendations.
6.Do not bend pipe to greater degree than minimum radius recommended by
manufacturer for type and grade.
7.Do not subject pipe to strains that will overstress or buckle pipe or impose
excessive stress on joints.
8.Before butt fusing pipe, each length shall be observed for presence of dirt, sand,
mud, shavings, and other debris or animals. Remove all materials from the
inside of the pipe.
9.At end of each working day, cover open ends of fused pipe. Cap to prevent
entry by animals or debris.
10.Use compatible fusion techniques when polyethylene pipes of different melt
indexes are fused together. Refer to manufacturer’s specifications for compatible
fusion.
C.Flange Joining:
1.Use on flanged pipe connection sections.
2.Connect slip-on backup flanges with nuts and bolts.
3.Butt fuse flange adapters to pipe.
4.Observe the following precautions when connecting flanged joints.
a.Align flanges or flange/valve connections to provide a tight seal. Viton full-
face gaskets are required for flange/valve connections.
b.Place U.S. Standard round washers as may be required on some flanges per
manufacturer’s recommendations. Bolts shall be lubricated in accordance
with manufacturer’s recommendations.
c.Tighten flange bolts in sequence and in accordance with manufacturer’s
recommendations. CAUTION: Do not over-torque the bolts.
CONTRACTOR shall be required to use a torque wrench to secure flanged
connections.
5.Pull bolt down by degrees to uniform torque in accordance with manufacturer’s
recommendations.
D.Pipe Placement:
American Avenue Disposal Site 33 51 16.13-7 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
1.Grade control equipment shall accurately maintain design grades and slopes
during installation of pipe. Slope may not vary by more than 0.1 percent from
the design slope.
2.Maximum lengths of fused pipe to be handled as one section shall be placed
according to manufacturer’s recommendations as to pipe size, pipe SDR, and
topography so as to not cause excessive gouging or surface abrasion, but not to
exceed 400 feet.
3.Notify ENGINEER prior to installing pipe into trench and allow time for
ENGINEER’s observation.
a.Correct irregularities found during inspection.
4.Complete connections within trench whenever possible to prevent overstressed
connections.
5.Allow pipe sufficient time to adjust to trench temperature prior to any testing,
segment connections, or backfilling activity.
6.Install reducers adjacent to laterals or tees.
7.Place in trench by allowing at least 12 inches per 100 feet for thermal contraction
and expansion.
8.Install above ground piping in snaking alignment per Construction Drawings.
9.Coordinate construction of header lines near access roads with OWNER to limit
interruptions to normal landfill operations.
3.3 Pipe Testing
A.Test pipe sections in accordance with Section 01 45 23.13 - Testing Piping Systems.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Contract Price
A.All HDPE piping shall be paid for on the installed linear foot basis. Refer to Section
01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 33 51 19.13-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 33 51 19.13
VERTICAL LANDFILL GAS EXTRACTION WELLS
PART 1 - GENERAL
1.1 Summary
A. This section includes drilling and installation of Vertical Landfill Gas Extraction
Wells.
1.2 Related Sections include but are not necessarily limited to:
A. Section 33 51 16.13 - High Density Polyethylene (HDPE) Piping
B. Section 33 51 23 - Landfill Gas Extraction Wellheads
1.3 Quality Assurance
A. Vertical Landfill Gas Extraction Well CONTRACTOR Qualifications:
1. CONTRACTOR, or its site foreman, shall have had previous experience with the
installation of similar vertical landfill gas extraction wells.
2. Well driller must possess a C-57 Well Drilling License, valid in the State of
California.
3. CONTRACTOR shall prepare final vertical landfill gas extraction well drilling
logs and construction diagrams, and they shall be signed by a person of
responsible charge. Field supervision of drilling, logging and installation
activities shall be performed by trained, experienced personnel.
1.4 Vertical Landfill Gas Extraction Well Submittals
A. CONTRACTOR shall submit one copy of the following Landfill Gas (LFG)
Collection Well Data on a weekly basis, and upon completion of drilling.
1. CONTRACTOR will provide copies of proposed detailed LFG Well installation
procedures and material submittals for review and approval by the ENGINEER
prior to initiation of well construction.
2. Daily drilling report: During the drilling of the well, maintain daily drilling
report that includes at a minimum, but not limited to:
a. Date;
b. Location;
c. Boring identification number;
d. Weather conditions;
e. Daily activities;
f. Equipment used;
American Avenue Disposal Site 33 51 19.13-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
g. Drilling crew;
h. Time (rig time, down time, stand-by, etc.);
i. Footage drilled;
j. Materials used;
k. Well construction (materials used, type, quantity, etc.);
l. Air monitoring conducted and results; and
m. Relevant notations and verification of activities.
3. LFG Well Log: During the drilling of the well the CONTRACTOR will complete
a well log report that includes at a minimum, but not limited to:
a. Logger's Name;
b. Date Begun;
c. Date Completed;
d. Location;
e. Boring identification number;
f. Weather conditions;
g. Equipment used;
h. Drilling crew;
i. Time (time to depth, down time, stand-by, etc.);
j. Footage (total depth, well depth);
k. General descriptions of strata encountered;
l. Depth and thickness of intermediate covers/soil layers;
m. General soils descriptions, estimates of moisture content, notation of wet or
saturated zones; and
n. Relevant notations and verification of activities.
4. LFG Well Installation Log: Upon completion of the well the CONTRACTOR will
complete a well installation report that includes at a minimum, but not limited
to:
a. Installer's Name;
b. Date Begun;
c. Date Completed;
d. Location;
e. Boring identification number;
f. Equipment used;
g. Installation crew;
h. Time (time to depth, down time, stand-by, etc.);
American Avenue Disposal Site 33 51 19.13-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
i. Footage (total depth, well depth);
j. Well construction materials used (materials used, type, dimensions, quantity,
etc.);
k. Size and depth of pipe;
l. Length of perforated and solid casing;
m. Depth and type of gravel pack;
n. Depth and thickness of bentonite seal(s);
o. Depth and thickness of backfill materials(s);
p. Type and thickness of surface seal,
q. Casing elevation;
r. Air monitoring conducted and results; and
s. Relevant notations and verification of activities.
5. CONTRACTOR will provide copies of Driller's Reports, LFG Well Logs, and
LFG Well Installation Logs for review and approval by the ENGINEER upon
well construction.
6. ENGINEER will review and confirm all CONTRACTOR submitted reports.
PART 2 - PRODUCTS
2.1 Materials
A. Materials and equipment to fabricate and install LFG recovery wells shall be as listed
below:
1. Well casing and fittings shall be 6-inch HDPE SDR-11 factory drilled 1/2-inch
diameter perforated well casing with a 6-inch HDPE SDR-11 end cap. Solid pipe
shall be installed to the depths shown on the Construction Drawings.
CONTRACTOR shall supply temporary SCH 40 PVC end cap with lag screws or
approved equal on top of the solid pipe in accordance with the Construction
Drawings and Specifications.
2. Well casing will be equipped with Energyneering Solutions well centralizer or
approved equal every 20 feet
3. Gravel shall be a well sorted washed and clean of fines 1"-2" river rock.
4. Bentonite seal(s) shall be per the Construction Drawings using Baroid Benseal
and CETCO Insta-Vis Plus Polyment or approved equals.
a. CONTRACTOR shall assume an application rate of eight (8) 50 pound bags
of bentonite chips per foot.
b. Bentonite seals shall be hydrated at a minimum rate of 25 gallons of water
per foot of bentonite.
American Avenue Disposal Site 33 51 19.13-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
5. Soil shall be of a fine material that has good compaction characteristics and shall
conform to cover materials on-site or as designated in the Construction
Drawings, and as approved by the OWNER or ENGINEER.
B. Vertical Landfill Gas Extraction Well Design:
1. The CONTRACTOR shall install the vertical landfill gas extraction wells at the
locations noted on the Construction Drawings and/or where staked in the field,
or as approved by the OWNER or ENGINEER.
2. The Vertical Landfill Gas Extraction Well boring will be as noted in the
drawings. The drilled boring shall extend to a depth of no more than 15 feet of
the bottom of refuse unless otherwise noted on the Construction Drawings. The
CONTRACTOR shall be responsible for determining the final well depth with
the ENGINEER based upon the available information at the time of drilling. In
no instance will well bores be advanced and/or completed into the liner system
of the landfill. Wells shall be constructed in accordance with the details shown
on the Construction Drawings and as noted in the Specifications.
PART 3 - EXECUTION
3.1 Installation
A. Vertical Landfill Gas Extraction Wells:
1. CONTRACTOR shall fabricate the well casings in accordance with the
Construction Drawings and Specifications. The well casing shall be perforated in
accordance with the Construction Drawings. Well casings shall be capped at the
surface connection prior to installation of the wellhead to prevent gas from
escaping and to prevent backfill material from entering the pipe.
2. No pressure tests are required for the Vertical Landfill Gas Extraction Well
casings.
3. CONTRACTOR shall drill the Vertical Landfill Gas Extraction Well bores using
an appropriate drilling unit capable of boring to the depths and diameters
indicated in the Construction Drawings and Specifications. Drilling methods
using liquids are prohibited. CONTRACTOR shall not perform any drilling until
the ENGINEER has verified the location and elevation.
4. The Vertical Landfill Gas Extraction Well boring will be as noted in the
Construction Drawings. The drilled boring shall extend to a depth within 15 feet
of the bottom of the refuse unless otherwise noted on the Construction
Drawings. In no case shall the borings be advanced through the bottom of refuse
of landfill liner system. Should the liner system be encountered during drilling,
all drilling operations on that well shall cease and the ENGINEER shall be
immediately notified. Final casing depths shall be adjusted at the completion of
drilling to accommodate any deviation from specified depths.
5. A steel safety grate or similar barrier shall be placed over the borehole at all
times that drilling activities are not taking place. At no time are open well
borings to be left uncovered and/or unattended.
American Avenue Disposal Site 33 51 19.13-5 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
6. Well casings shall be set and the annular space backfilled in accordance with
Construction Drawings. Well casings shall be installed immediately after
completion of the holes by lifting the casing with the drill rig cable hoist, in
sections if required, and lower the casing into the hole. The casing shall be
suspended at the surface and centered in the boring at all times during
backfilling. Initial gravel backfilling operations shall be completed while the
well casing is suspended at a minimum of one foot above the bottom of the hole.
When the pipe is "supported" by the gravel in the hole, then the drill rig can be
moved to the next location. Wells shall be completely backfilled with the
designated amounts and levels of gravel, soil and bentonite. The bentonite shall
be allowed to hydrate thoroughly prior to addition of clean backfill. Placement of
backfill material in the boring shall be done in a manner to limit bridging of
backfill in the borehole.
7. No well boring shall remain unfinished at the end of the workday. At no time
are open well borings to be left uncovered and/or unattended.
8. All refuse removed from drilling operations must be removed and disposed of at
the landfill working face at no cost to the CONTRACTOR. Litter that is blown
away from the work area is the responsibility of the CONTRACTOR.
9. CONTRACTOR shall be responsible for any grading, leveling, towing and/or
restoration that may be necessary for movement of the drill rig on the landfill
property.
10. CONTRACTOR shall conduct air monitoring to confirm lack of surface
emissions after completion of each well. If emissions are detected, rework cover
soils and cover system and recomplete air monitoring until passing per the
project documents.
B. Any settlement shall be backfilled within 3 weeks after placement of backfill from
the level of the subsidence to 6 inches above existing grade with the appropriate
cover materials.
C. If there is a drilling obstruction encountered in the landfill that, despite the best
reasonable efforts of the CONTRACTOR, cannot be penetrated, the CONTRACTOR
shall request relief from the ENGINEER from completion of the well. If an
obstruction is encountered, the following tasks may be completed depending on the
depth encountered.
1. The hole shall be abandoned. The CONTRACTOR shall backfill the well to the
predrilled condition. The CONTRACTOR shall be compensated for the drilling
and backfilling of the well, but not its completion.
2. The well shall be accepted at the obstructed depth. The well shall be completed
at this new depth. Compensation shall be for the modified footage of the well.
PART 4 - MEASUREMENT AND PAYMENT
A. Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 33 51 23-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 33 51 23
VERTICAL LANDFILL GAS EXTRACTION WELLHEADS
PART 1 - GENERAL
1.1 Summary
A.This section includes the installation of Vertical Landfill Gas Extraction Wellheads.
1.2 Related Sections include but are not necessarily limited to:
A.Section 33 51 16.13 - High Density Polyethylene (HDPE) Piping
B.Section 33 51 19.13 – Vertical Landfill Gas Extraction Wells.
PART 2 - PRODUCTS
2.1 Materials
A.Materials and Equipment to fabricate and install Vertical Landfill Gas Extraction
Wellheads shall be as listed below and as shown on the Construction Drawings:
1.2-inch Vertical Wellhead Assembly (QED Environmental Systems, Model
ORP215M).
2.2-inch hose (Solarguard Flex Hose), 100-foot roll (Model 40946).
3.6-inch by 2-inch QED well cap (Model GWC62).
4.6-inch by 2-inch Fernco flexseal coupling (Model 1056-62).
5.2-inch Fernco flexseal coupling (Model 1056-215).
6.QED High Strength stainless steel hose clamps for Solarguard Flex Hose, Flex
Hose band kit (Model 40979).
7.1/8-inch flow, ¼-inch National pipe Thread (NPT) quick disconnect tubes.
8.QED Orifice plate kit (Model 40640).
PART 3 - EXECUTION
3.1 Installation
A.Landfill Gas Extraction Wellheads:
1.Remove temporary cap from previously installed collectors.
2.Install 6-inch by 2-inch Fernco Flexseal coupling or approved equal.
3.Install wellhead according to Manufacturer’s Specifications.
4.Install 2-inch hose using stainless steel clamps.
5.Install HDPE reducing fittings to connect well to lateral riser.
American Avenue Disposal Site 33 51 23-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
6.The wellhead shall be installed at a manageable elevation (approximately four
feet above existing grade) to support maintenance and monitoring operations.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Contract Price
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 33 53 10-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 33 53 10
HORIZONTAL LANDFILL GAS COLLECTORS
PART 1 - GENERAL
1.1 Summary
A.This section includes trenching and installation of Horizontal Landfill Gas
Collectors.
1.2 Related Sections include but are not necessarily limited to:
A.Section 31 23 16 – Excavation
B.Section 31 23 33 – Trenching and Backfilling
C.Section 33 51 16.13 - High Density Polyethylene (HDPE) Piping
D.Section 33 53 23 – Horizontal Landfill Gas Collector Wellheads
1.3 Quality Assurance
A.Horizontal Landfill Gas Collector CONTRACTOR Qualifications:
1.CONTRACTOR, or its site foreman, shall have had previous experience with the
installation of similar horizontal landfill gas collectors.
1.4 Horizontal Landfill Gas Collector Submittals
A.CONTRACTOR shall submit one copy of the following Landfill Gas (LFG) Collector
Data on a weekly basis, and upon completion of each of the horizontal collectors.
1.Horizontal LFG Collector Log: During the trenching of the horizontal collector
the CONTRACTOR will complete a collector trenching report that includes at a
minimum, but not limited to:
a.Date Begun;
b.Date Completed;
c.Location;
d.Collector identification number;
e.Weather conditions;
f.Equipment used;
g.Footage (total length, width, and depth);
h.General descriptions of strata encountered;
i.Depth and thickness of intermediate covers/soil layers;
j.General soils descriptions, estimates of moisture content, notation of wet or
saturated zones;
American Avenue Disposal Site 33 53 10-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
k.Horizontal collector construction (materials used, type, etc.);
l.Length of perforated and solid casing;
m.Backfill materials placement (type, depth, thicknesses, etc.);
n.Air monitoring conducted and results; and
o.Relevant notations and record of activities.
2.CONTRACTOR will provide copies of Horizontal LFG Collector Log for review
and approval by the OWNER or ENGINEER upon collector construction.
3.ENGINEER will review and confirm all CONTRACTOR submitted reports.
PART 2 - PRODUCTS
2.1 Materials
A.Materials and equipment to fabricate and install LFG recovery collectors shall be as
listed below:
1.Well casing shall consist of both 6-inch HDPE SDR-11 factory drilled ½-inch
diameter perforated pipe and 6-inch HDPE SDR-11 solid pipe as shown on the
Construction Drawings Piping shall be installed to the depths shown on the
Construction Drawings. CONTRACTOR shall install a horizontal stub out with a
6-inch PVC blind flange in accordance with the Construction Drawings and
Specifications.
2.Gravel shall be a well sorted non-calcareous 3/4-inch crushed rock or gravel.
3.Bentonite seal(s) shall be per the Construction Drawings using Baroid Benseal
and CETCO Insta-Vis Plus polymer or approved equal.
a.CONTRACTOR shall assume an application rate of eight (8) 50 pound bags of
bentonite chips per foot.
b.Bentonite seals shall be hydrated at a minimum rate of 25 gallons of water per
foot of bentonite.
4.Soil shall be of a fine material that has good compaction characteristics and shall
conform to cover materials on-site or as designated in the Construction
Drawings, and as approved by ENGINEER.
5.A 16-ounce SY non-woven geotextile shall be per the Construction Drawings cut
into the length of the rock plus bentonite.
B.Horizontal Landfill Gas Collector Design:
1.The CONTRACTOR shall install the horizontal landfill gas collectors at the
locations noted on the Construction Drawings and/or where staked in the field,
or as approved by the ENGINEER.
2.The Horizontal Landfill Gas Collector trench will be as noted in the drawings.
Collectors shall be constructed in accordance with the details shown on the
Construction Drawings and as noted in the Specifications.
American Avenue Disposal Site 33 53 10-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
PART 3 - EXECUTION
3.1 Installation
A.Horizontal Landfill Gas Collectors:
1.CONTRACTOR shall fabricate the well casings in accordance with the
Construction Drawings and Specifications. The well casing shall be perforated in
accordance with the Details and Specifications. Well casings shall be capped at
the surface connection prior to installation of the wellhead to prevent gas from
escaping and to prevent backfill material from entering the pipe.
2.No pressure tests are required for the Horizontal Landfill Gas Collector casings.
3.CONTRACTOR shall excavate the Horizontal Landfill Gas Collector trenches
using an appropriate excavating unit capable of excavating to the lengths and
widths indicated in the Construction Drawings and Specifications.
CONTRACTOR shall not perform any excavating unless the ENGINEER has
verified the location and elevation.
4.The Horizontal Landfill Gas Collector trench will be as noted in the Construction
Drawings. Excavate to the lines and grades shown on the drawings.
5.At no time are open collector trenches to be left uncovered and/or unattended.
6.Well casings shall be set and the annular space backfilled in accordance with
Construction Drawings and Specifications. Well casings shall be installed
immediately after completion of the trench by lifting the casing with the
excavator, in sections if required, and lower the casing into the trench. The
casing shall be placed onto the bed of gravel and centered in the trench at all
times during backfilling. Collector trenches shall be completely backfilled with
the designated amounts and levels of gravel, soil and bentonite. The bentonite
shall be allowed to hydrate thoroughly prior to addition of clean backfill.
Placement of backfill material in the trench shall be done in a manner to limit
bridging of backfill in the trench.
7.No collector trench shall remain unfinished at the end of the workday. At no
time are open collector trenches to be left uncovered and/or unattended.
8.All refuse removed from excavating operations must be removed and disposed
of at the landfill working face at no cost to the CONTRACTOR. Litter that is
blown away from the work area is the responsibility of the CONTRACTOR.
9.CONTRACTOR shall conduct air monitoring to confirm lack of surface
emissions after completion of each collector. If emissions are detected, rework
cover soils and cover system and recomplete air monitoring until passing per the
project documents.
B.Any settlement shall be backfilled within 3 weeks after placement of backfill from
the level of the subsidence to 6 inches above existing grade with the appropriate
cover materials.
American Avenue Disposal Site 33 53 10-4 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
PART 4 - MEASUREMENT AND PAYMENT
A.Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 33 53 23-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 33 53 23
HORIZONTAL LANDFILL GAS COLLECTOR WELLHEADS
PART 1 - GENERAL
1.1 Summary
A.This section includes the installation of Horizontal Landfill Gas Collector Wellheads.
1.2 Related Sections include but are not necessarily limited to:
A.Section 33 51 16.13 - High Density Polyethylene (HDPE) Piping
B.Section 33 53 10 – Horizontal Landfill Gas Collectors
PART 2 - PRODUCTS
2.1 Materials
A.Materials and Equipment to fabricate and install QED Horizontal Landfill Gas
Collector Wellheads shall be as listed below and as shown on the Construction
Drawings:
1.2-inch Horizontal Wellhead Assembly (QED Environmental Systems, Model
ORP215MHL).
2.2-inch hose (Solarguard Flex Hose), 100-foot roll (Model 40946).
3.6-inch to 4-inch HDPE SDR-11 concentric reducer fitting.
4.4-inch to 2-inch HDPE SDR-11 concentric reducer fitting.
5.2-inch Fernco flexseal coupling (Model 1056-215).
6.QED High strength stainless steel hose bands for Solarguard Flex Hose (Model
40979).
7.1/8-inch flow 1/4-inch National Pipe Thread (NPT) quick-disconnect tube
coupling.
8.QED Orifice plate kit (Model 40690)
PART 3 - EXECUTION
3.1 Installation
A.Horizontal Landfill Gas Collector Wellheads:
1.Assemble wellhead as shown on the Construction Drawings.
2.Remove temporary cap from previously installed horizontal collector.
3.Install the 6-inch to 4-inch and 4-inch to 2-inch reducer fittings.
American Avenue Disposal Site 33 53 23-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
4.Connect the orifice plate end of the wellhead to the reducer fittings on the
horizontal collector with the 2-inch Fernco adapter fitting.
5.Install 2-inch hose using stainless steel clamps on the end of the wellhead to be
connected to the lateral.
6.The wellhead shall be installed at the ground surface elevation to support
maintenance and monitoring operations.
PART 4 - MEASUREMENT AND PAYMENT
4.1 Contract Price
A.Horizontal Landfill Gas Collector Wellheads will be paid by the total quantity
installed and shall include all items described in the specification and shown on the
Construction Drawings. Refer to Section 01 20 00.
* * * END OF SECTION * * *
American Avenue Disposal Site 44 42 53-1 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
SECTION 44 42 53
LANDFILL GAS CONDENSATE SUMP
PART 1 - GENERAL
1.1 Summary
A. The CONTRACTOR shall furnish all labor, materials, tools, supervision,
transportation, equipment and incidentals necessary to install a condensate liquid
sump and automatic electrical pump system as shown on the Construction Drawings
and as needed for a complete and proper operation.
B. The work shall be carried out in accordance with these Specifications and with the
Construction Drawings.
1.2 Related Sections
A. Section 31 23 33 – Trenching and Backfilling
B. Section 33 51 16.13 – High Density Polyethylene (HDPE) Landfill Piping
1.3 Submittal
A. Product Data: The CONTRACTOR shall submit
1. Materials list of items proposed to be provided under this Section.
2. Manufacturer's specifications, catalog cuts, and other data needed to prove
compliance with the specified requirements.
3. Manufacturer’s pressure test results.
4. Manufacturer's recommended installation procedures which, when approved by
the ENGINEER, will become the basis for accepting or rejecting actual
installation procedures used on the Work.
5. Manufacturer's operations and maintenance guidelines including startup
procedures.
B. If materials proposed to be provided under this Section are shipped prior to
ENGINEER’s conditional approval or approval, it will be at the CONTRACTOR’s
risk.
PART 2 - PRODUCTS
2.1 Condensate Sump
A. The landfill gas condensate sump shall be a Real Environmental Products 7000-I-
24/36 DC Auto-Sump with a Viridian America VP4-BL submersible pneumatic
pump.
B. The landfill gas condensate sump shall be a 24-inch diameter condensate liquid
American Avenue Disposal Site 44 42 53-2 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
sump. The sump shall be a welded single walled, liquid and gas tight assembly
constructed from high-density polyethylene (HDPE) pipe, SDR-17. The sump shall
have a 36-inch diameter HDPE pipe, SDR-17 secondary containment. Thicker HDPE
wall thicknesses are acceptable.
C. The sump shall be designed to withstand vacuum of 80 Inches of Water Column and
be pressure tested by the manufacturer prior to delivery.
D. The sump shall have a 6-inch deep solids settling area. The sump shall include an
isolation well through which the pump will be installed for solids separation.
E. The sump shall drain correctly and continuously maintain a clear LFG header under
a header vacuum application of 80 inches water column (in. w.c.).
2.2 Vault
A. All operating components of the condensate pump and control assembly shall be
located in a concrete vault with spring-assisted cover.
B. Service connections, including the liquid discharge, and pressure balance line, shall
be stainless steel hydraulic quick connects and shall be bulkhead mounted through a
standard quick release cap on top of the sump, and through a common wall of the
vault.
2.3 Connections
A. The sump shall have the following connection sizes and types:
B. The condensate discharge line and header equalization pipe inside the sump shall be
constructed of SDR-11 HDPE.
C. The condensate discharge line and header equalization pipe inside the sump shall
include Type 316 stainless steel or HDPE isolation valves.
D. The condensate discharge line shall include a stainless steel Type 304 check valve to
prevent liquid back flow to the sump.
2.4 Liquid Pump
A. An integral, pneumatic submersible pump (Viridian America VP4-BL) shall be
Service Size
Connection
Furnished
Supplied
Connection
Condensate Discharge ¾ inch FNPT
Air Inlet ½ inch FNPT
Balance Line ½ inch FNPT
American Avenue Disposal Site 44 42 53-3 January 2021
Phase III – Modules 3-8 LFGCCS Expansion Contract Number: 20-18-SW
included as part of the landfill gas condensate sump and shall be used to transfer
LFG condensate from the sump.
B. Provide only equipment that is new, and of the type and quality specified.
C. The pump shall be rated for service in harsh and explosive environments.
PART 3 - EXECUTION
3.1 Source Quality Control
A. Bubble test pump at 10 pounds per square inch (psi) for 30 minutes in a tank
operated by control panel.
3.2 Installation
A. Landfill gas condensate sump shall be installed by a qualified trained installer in
accordance with the manufacturer’s recommendations.
3.3 Warranty
A. Sump pump, control panel and accessories installed as a complete system shall be
warranted for a period of 30 months from date of manufacturer.
B. Manufacturer to submit warranty with any required “as built shop drawings” and
Operation and Maintenance Manuals.
PART 4 - MEASUREMENT AND PAYMENT
A. Refer to Section 01 20 00.
* * * END OF SECTION * * *
Contract Number 20-18-SW
Project Details
■San Joaquin Valley
-AIR POLLUTION CONTROL DISTRICT
Facility# C-3115
AMERICAN AVENUE LANDFILL
2220 TULARE ST, 6TH FLOOR
ATTN: RESOURCES MANAGER
FRESNO, CA 93721
� HEALTHY Al R LIVING'"
Notice of Permit Issuance
The enclosed permit unit requirements authorize the operation of the equipment
as described. These permit unit requirements supersede any and all previous
permits for the specified equipment.* Please insert these documents into the
Facility Permit to Operate, and post copies on or near the equipment as required
by District Rule 2010.
Please contact any of our Small Business Assistance (SBA) staff at the numbers
below if you have any questions:
Modesto:
Fresno:
Bakersfield:
(209)557-6446
(559)230-5888
(661)392-5665
*Failure to comply with the permit unit requirements may result in enforcement action.
Northern Region
4800 Enterprise Way
Modesto, CA 95356,8718
Tel: 12091 557•6400 FAX: (2091 557-6475
Seyed Sadredin
Executive □irectorJAir Pollution Control Officer
Central Region (Main Office)
1990 E. Gattysburu Avenue
Fresno, CA 93726-0244
Tel: (559) 230-6000 FAX: (5591230-6061
www. valleyai1 .01g www.healthyairliving.com
Southern Region
34946 Flyover Court
Bakersfield, CA 93308-9725
Tel: 661-392-550 □ FAX: 661-392-5585
II San Joaquin Valley
-AIR POLLUTION CONTROL DISTRICT -��HEALTHY Al R LIVING N
Permit to Operate
FACILITY: C-3115
LEGAL OWNER OR OPERATOR:
MAILING ADDRESS:
FACILITY LOCATION:
FACILITY DESCRIPTION:
EXPIRATION DATE: 07/31/2021
AMERICAN AVENUE LANDFILL
2220 TULARE ST, 6TH FLOOR
ATTN: RESOURCES MANAGER
FRESNO, CA 93721
18950 W AMERICAN AVE
KERMAN.CA
LANDFILL (EG SOURCE)
The Facility's Permit to Operate may include Facility-wide Requirements as well as requirements that
apply to specific permit units.
This Permit to Operate remains valid through the permit expiration date listed above, subject to
payment of annual permit fees and compliance with permit conditions and all applicable local, state,
and federal regulations. This permit is valid only at the location specified above, and becomes void
upon any transfer of ownership or location. Any modification of the equipment or operation, as defined
in District Rule 2201, will require prior District approval. This permit shall be posted as prescribed in
District Rule 2010.
Seyed Sadredin Arnaud Marjollet
Executive Director/ APCO Director of Permit Services
Jun 23 20115 10 41A>.1 -LCM'ELES
Central Regional Office • 1990 E. Gettysburg Ave. • Fresno, CA 93726 • (559) 230-5900 • Fax (559) 230-6061
San Joaquin Valley
Air Pollution Control District
FACILITY: C-3115-0-3 EXPIRATION DATE: 07/31/2021
FACILITY-WIDE REQUIREMENTS
l.The owner or operator shall notify the District of any breakdown condition as soon as reasonably possible, but no later
than one hour after its detection, unless the owner or operator demonstrates to the District's satisfaction that the longer
reporting period was necessary. [District Rule 1100] Federally Enforceable Through Title V Penn it
2.The District shall be notified in writing within ten days following the correction of any breakdown condition .. The
breakdown notification shall include a description of the equipment malfunction or failure, the date and cause of the
initial failure, the estimated emissions in excess of those allowed, and the methods utilized to restore normal
operations. [District Rule 1100] Federally Enforceable Through Title V Permit
3.The owner or operator of any stationary source operation that emits more than 25 tons per year of nitrogen oxides or
reactive organic compounds, shall provide the District annually with a written statement in such fonn and at such time
as the District prescribes, showing actual emissions of nitrogen oxides and reactive organic compounds from that
source. [District Rule 1160] Federally Enforceable Through Title V Permit
4.Any person building, altering or replacing any operation, article, machine, equipment, or other contrivance, the use of
which may cause the issuance of air contaminants or the use of which may eliminate, reduce, or control the issuance of
air contaminants, shall first obtain an Authority to Construct (A TC) from the District unless exempted by District Rule
2020 ( 12/20/07). [District Rules 20 l O and 2020] Federally Enforceable Through Title V Penn it
5.The permittee must comply with all conditions of the pennit including pennit revisions originated by the District. All
terms and conditions of a permit that are required pursuant to the Clean Air Act (CAA), including provisions to limit
potential to emit, are enforceable by the EPA and Citizens under the CAA. Any permit noncompliance constitutes a
violation of the CAA and the District Rules and Regulations, and is grounds for enforcement action, for pennit
termination, revocation, reopening and reissuance, or modification; or for denial of a permit renewal application.
[District Rules 2070, 2080 and 2520] Federally Enforceable Through Title V Permit
6.A Permit to Operate or an Authority to Construct shall not be transferred unless a new application is filed with and
approved by the District. [District Rule 2031] Federally Enforceable Through Title V Permit
7.Every application for a permit required under Rule 2010 (12/17/92) (Permits Required) shall be filed in a manner and
form prescribed by the District. [District Rule 2040] Federally Enforceable Through Title V Permit
8.The operator shall maintain records of required monitoring that include: 1) the date, place, and time of sampling or
measurement; 2) the date(s) analyses were performed; 3) the company or entity that performed the analysis; 4) the
analytical techniques or methods used; 5) the results of such analysis; and 6) the operating conditions at the time of
sampling or measurement. [District Rule 2520] Federally Enforceable Through Title V Permit
9.The operator shall retain records of all required monitoring data and support information for a period of at least 5 years
from the date of the monitoring sample, measurement, or report. Support information includes copies of all reports
required by the permit and, for continuous monitoring instrumentation, all calibration and maintenance records and all
original strip-chart recordings. [District Rule 2520] Federally Enforceable Through Title V Permit
l 0. The operator shall submit reports of any required monitoring at least every six months unless a different frequency is
required by an applicable requirement. All instances of deviations from permit requirements must be clearly identified
in such reports. [District Rule 2520] Federally Enforceable Through Title V Permit
FACILITY-WIDE REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate. Any amendments to these Facility-wide Requirements that affect specific
Permit Units may constitute modification of those Permit Units.
Facility Name: AMERICAN AVENUE LANDFILL Location: 18950 W AMERICAN AVE.KERMAN, CA
C-3115-0-3 Jun 23 2016 10 41AM-LONE.LES
Facility-wide Requirements for C-3115-0-3 (continued) Page 2 of 4
11. Deviations from permit conditions must be promptly reported, including deviations attributable to upset conditions, as
defined in the permit. For the purpose of this condition, promptly means as soon as reasonably possible, but no later
than 10 days after detection. The report shall include the probable cause of such deviations, and any corrective actions
or preventive measures taken. All required reports must be certified by a responsible official consistent with section
10.0 of District Rule 2520( 6/21/0 I). [District Rules 2520 and II 00] Federally Enforceable Through Title V Permit
12. If for any reason a permit requirement or condition is being challenged for its constitutionality or validity by a court of
competent jurisdiction, the outcome of such challenge shall not affect or invalidate the remainder of the conditions or
requirements in that permit. [District Rule 2520] Federally Enforceable Through Title V Permit
13. It shall not be a defense for a permittee in an enforcement action that it would have been necessary to halt or reduce the
permitted activity in order to maintain compliance with the conditions of the permit. [District Rule 2520] Federally
Enforceable Through Title V Permit
I4. The permit may be modified, revoked, reopened and reissued, or terminated for cause. The filing of a request by the
permittee for a permit modification, revocation and reissuance, or termination, or a notification of planned changes or
anticipated noncompliance does not stay any permit condition. [District Rule 2520] Federally Enforceable Through
Title V Permit
15. The permit does not convey any property rights of any sort, or any exclusive privilege. [District Rule 2520] Federally
Enforceable Through Title V Permit
16. The Permittee shall furnish to the District, within a reasonable time, any information that the District may request in
writing to determine whether cause exists for modifying, revoking and reissuing, or terminating the permit or to
determine compliance with the permit. Upon request, the permittee shall also furnish to the District copies of records
required to be kept by the permit or, for information claimed to be confidential, the permittee may furnish such records
directly to EPA along with a claim of confidentiality. [District Rule 2520] Federally Enforceable Through Title V
Permit
17. The permittee shall pay annual permit fees and other applicable fees as prescribed in Regulation III of the District
Rules and Regulations. [District Rule 2520] Federally Enforceable Through Title V Permit
18. Upon presentation of appropriate credentials, a permittee shall allow an authorized representative of the District to
enter the permittee's premises where a permitted source is located or emissions related activity is conducted, or where
records must be kept under condition of the permit. [District Rule 2520] Federally Enforceable Through Title V Permit
19. Upon presentation of appropriate credentials, a permittee shall allow an authorized representative of the District to
have access to and copy, at reasonable times, any records that must be kept under the conditions of the permit. [District
Rule 2520] Federally Enforceable Through Title V Permit
20. Upon presentation of appropriate credentials, a permittee shall allow an authorized representative of the District to
inspect at reasonable times any facilities, equipment, practices, or operations regulated or required under the permit.
[District Rule 2520] Federally Enforceable Through Title V Permit
21. Upon presentation of appropriate credentials, a permittee shall allow an authorized representative of the District to
sample or monitor, at reasonable times, substances or parameters for the purpose of assuring compliance with the
permit or applicable requirements. [District Rule 2520] Federally Enforceable Through Title V Permit
22. No air contaminants shall be discharged into the atmosphere from any source operation (as defined in District Rule
1 020) for a period or periods aggregating more than 3 minutes in any one hour which is as dark or darker than
Ringelmann # 1 or equivalent to 20% opacity and greater, unless specifically exempted by District Rule 4101 (2/ 17 /OS),
by using EPA method 9. If the equipment or operation is subject to a more stringent visible emission standard as
prescribed in a permit condition, the more stringent visible emission limit shall supersede this condition. [District Rule
4101] Federally Enforceable Through Title V Permit
FACILITY-WIDE REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE,KERMAN, CA
C-3115-Q-3 · Jun 23 2016 10 41AM-LOWELES
Facility-wide Requirements for C-3115-0-3 (continued) Page 3 of 4
23. No person shall supply, sell, solicit or apply any architectural coating, except specialty coatings, that contains more
than 250 grams of VOC per liter of coating (less water and exempt compounds, and excluding any colorant added to
tint bases), or manufacture, blend, or repackage such coating with more than 250 grams ofVOC per liter (less water
and exempt compounds, and excluding any colorant added to tint bases) for use within the District, unless exempted
under section 4.0 of District Rule 4601 (Amended 12117 /09). [District Rule 4601] Federally Enforceable Through Title
V Permit
24. No person shall apply, sell, solicit, or offer for sale any specialty architectural coating listed in the Table of Standards
(District Rule 4601, Table 1 (12/17/09)), nor manufacture, blend, or repackage such coating for use within the District,
which contains VOCs (less water and exempt compounds, excluding any colorant added to tint bases) in excess of the
specified limits listed in Table 1 of Rule 4601 (12/17/09), unless exempted under section 4.0 of District Rule 4601
(Amended 12/17/09). [District Rule 4601] Federally Enforceable Through Title V Permit
25. All VOC-containing materials shall be stored in closed containers when not in use. In use includes, but is not limited
to: being accessed, filled, emptied, maintained or repaired, unless exempted under section 4.0 of District Rule 4601
(Amended 12/17/09). [District Rule 4601] Federally Enforceable Through Title V Permit
26. A person shall not use VOCs for the cleanup of spray equipment unless equipment for collection of the cleaning
compounds and minimizing its evaporation to the atmosphere is used, unless exempted under section 4.0 of District
Rule 4601 (Amended 12117/09). [District Rule 4601] Federally Enforceable Through Title V Permit
27. The permittee shall comply with all the Labeling and Test Methods requirements outlined in Rule 460 I sections 6.1
and 6.2 (12117/09), unless exempted under section 4.0 of District Rule 4601 (Amended 12/17/09). [District Rule 4601]
Federally Enforceable Through Title V Permit
28. With each report or document submitted under a permit requirement or a request for information by the District or
EPA, the permittee shall include a certification of truth, accuracy, and completeness by a responsible official. [District
Rule 2520] Federally Enforceable Through Title V Permit
29. If the permittee performs maintenance on, or services, repairs, or disposes of appliances, the permittee shall comply
with the standards for Recycling and Emissions Reduction pursuant to 40 CFR Part 82, Subpart F. [40 CFR 82 Subpart
F] Federally Enforceable Through Title V Permit
30. If the permittee performs service on motor vehicles when this service involves the ozone-depleting refrigerant in the
motor vehicle air conditioner (MV AC), the permittee shall comply with the standards for Servicing of Motor Vehicle
Air Conditioners pursuant to all the applicable requirements as specified in 40 CFR Part 82, Subpart B. [ 40 CFR Part
82, Subpart B] Federally Enforceable Through Title V Permit
31. Disturbances of soil related to any construction, demolition, excavation, extraction, or other earthmoving activities
shall comply with the requirements for fugitive dust control in District Rule 8021 unless specifically exempted under
Section 4.0 of Rule 8021 (8/19/04) or Rule 8011 (8/19/04). [District Rule 8021 and 8011] Federally Enforceable
Through Title V Permit
32. Outdoor handling, storage and transport of any bulk material which emits dust shall comply with the requirements of
District Rule 8031, unless specifically exempted under Section 4.0 of Rule 8031 (8/19/04) or Rule 8011 (8/19/04).
[District Rule 8031 and 8011] Federally Enforceable Through Title V Permit
33. An owner/operator shall prevent or cleanup any carryout or trackout in accordance with the requirements of District
Rule 8041 Section 5.0, unless specifically exempted under Section 4.0 of Rule 8041 (8/19/04) or Rule 8011 (8119/04).
[District Rule 8041 and 8011] Federally Enforceable Through Title V Permit
34. Whenever open areas are disturbed or vehicles are used in open areas, the facility shall comply with the requirements
of Section 5.0 of District Rule 8051, unless specifically exempted under Section 4.0 of Rule 8051 (8119/04) or Rule
8011 (8/19/04) [District Rule 8051 and 8011] Federally Enforceable Through Title V Permit
35. Any paved road or unpaved road shall comply with the requirements of District Rule 8061 unless specifically
exempted under Section 4.0 of Rule 8061 (8/19/04) or Rule 8011 (8/19/04). [District Rule 8061 and 8011] Federally
Enforceable Through Title V Permit
FACILITY-WIDE REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 WAMERICAN AVE,KERMAN, CA
C·311S.O.J: Jun23 2018 10:41AM-LONELES
Facility-wide Requirements for C-3115-0-3 (continued) Page 4 of 4
36. Any unpaved vehicle/equipment area that anticipates more than 75 vehicle trips per day shall comply with the
requirements of Section 5.1.1 of District Rule 8071. Any unpaved vehicle/equipment area that anticipates more than
100 vehicle trips per day shall comply with the requirements of Section 5 .1.2 of District Rule 8071. All sources shall
comply with the requirements of Section 5.0 of District Rule 8071 unless specifically exempted under Section 4.0 of
Rule 8071 (9/16/04) or Rule 8011 (8/19/04). [District Rule 8071 and 8011] Federally Enforceable Through Title V
Permit
37. Any owner or operator of a demolition or renovation activity, as defined in 40 CFR 61.141, shall comply with the
applicable inspection, notification, removal, and disposal procedures for asbestos containing materials as specified in
40 CFR 61.145 (Standard for Demolition and Renovation). [ 40 CFR 61 Subpart M] Federally Enforceable Through
Title V Permit
38. The permittee shall submit certifications of compliance with the terms and standards contained in Title V permits,
including emission limits, standards and work practices, to the District and the EPA annually (or more frequently as
specified in an applicable requirement or as specified by the District). The certification shall include the identification
of each permit term or condition, the compliance status, whether compliance was continuous or intermittent, the
methods used for determining the compliance status, and any other facts required by the District to determine the
compliance status of the source. [District Rule 2520] Federally Enforceable Through Title V Permit
39. Any Title V permittee shall submit an application permit renewal to the District at least six months, but not greater
than 18 months, prior to the Title V permit expiration date. [District Rule 2520] Federally Enforceable Through Title V
Permit
40. When a term is not defined in a Title V permit condition, the definition in the rule cited as the origin and authority for
the condition in a Title V permit shall apply. [District Rule 2520] Federally Enforceable Through Title V Permit
41. The reporting periods for the Report of Required Monitoring and the Compliance Certification Report begin July 1 of
every year, unless alternative dates are approved by the District Compliance Division. These reports are due within 30
days after the end of the reporting period. [District Rule 2520] Federally Enforceable Through Title V Permit
42. No air contaminant shall be released into the atmosphere which causes a public nuisance. [District Rule 41 02]
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE,KERMAN, CA
C-311>0-3: Jun 23 2016 1~.41AM-LCPNELES
San Joaquin Valley
Air Pollution Control District
PERMIT UNIT: C-3115-2-14 EXPIRATION DATE: 07/31/2021
EQUIPMENT DESCRIPTION:
44.4 MILLION CUBIC YARD CAPACITY (367 ACRES) MUNICIPAL SOLID WASTE LANDFILL WITH A LANDFILL GAS COLLECTION AND CONTROL SYSTEM, INCLUDING COLLECTION WELLS, PIPING, VACUUM PUMP/BLOWER,
CONDENSATE TRAPS AND A 3,150 GALLON CONDENSATE STORAGE TANK, CONTROLLED BY ONE 51
MMBTU/HR AND ONE 99 MMBTU/HR ENCLOSED GROUND FLARE USING AN LPG PILOT
PERMIT UNIT REQUIREMENTS
1.Annual amount of soil used for covering shall not exceed 5,920,933 cubic yards of soil, and PM 10 emissions shall not
exceed 0.008 lb PM IO/ton of soil (using a soil density of3,240 lbs/cubic yard of soil). Permittee shall keep annual
records of the amount of soil used for covering. [District Rule 2201] Federally Enforceable Through Title V Permit
2.All equipment shall be maintained in good operating condition and shall be operated in a manner to minimize
emissions of air contaminants into the atmosphere. [District Rule 2201 and 40 CFR Part 60.752(b)(2)(iii)(B)(2) and
(b)(2)(iv), and 62.14353(b)] Federally Enforceable Through Title V Permit
3.All equipment shall be constructed, calibrated, maintained and operated according to the specifications and plans
contained in the permit application except as otherwise specified herein. [District Rule 2201 and 40 CFR 60.755(d),
60.756(b), 62.14354(b) and 40 CFR part 64] Federally Enforceable Through Title V Permit
4.No air contaminant shall be discharged from the flare into the atmosphere for a period or periods aggregating more
than five minutes in any two hours which is as dark as, or darker than, Ringelmann 1/4 or 5% opacity. [ 40 CFR
60. l 8(c)(l)] Federally Enforceable Through Title V Permit
5.Particulate matter emissions from any combustion source shall not exceed 0.1 grains/dscf ( calculated to 12% carbon
dioxide). [District Rule 4301] Federally Enforceable Through Title V Permit
6.Landfill gas condensate can be injected into the enclosed flares. [District Rule 220 I] Federally Enforceable Through
Title V Permit
7.The enclosed flares shall be equipped with automatic dampers, an automatic shutdown device, and a flame arrester.
[District Rule 220 I and 17 CCR 95464] Federally Enforceable Through Title V Permit
8.VOC emissions from this landfill operation controlled with the 51 MMBtu/hr and 99 MMBtu/hr enclosed flares shall
not exceed 804.3 lb/day (includes landfill fugitive, flare landfill gas, flare pilot, and flare condensate emissions).
[District Rule 2201] Federally Enforceable Through Title V Permit
9.The enclosed flares shall either reduce VOC by 98 weight percent or reduce the outlet VOC concentration to less than
20 parts per million by volume, dry basis as methane at 3 percent oxygen. [District Rules 220 I and 4102, and 40 CFR
60.752(b)(2)(iii)(B) and 62.14353(b)] Federally Enforceable Through Title V Permit
10.The methane destruction efficiency for the enclosed flares shall be at least 99% by weight. [ 17 CCR 95464]
11.The landfill gas consumption rate for the 51 MMBtu/hr enclosed flare shall not exceed 51 MMBtu/hr. Heat input shall
be calculated daily using landfill gas flow into the flare ( cubic feet per minute) and the annually tested landfill gas heat
content (Btu/cubic foot). [District Rule 220 I] Federally Enforceable Through Title V Permit
PERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL Location: 1 B950 W AMERICAN AVE.KERMAN, CA
C-3115-2-14 Jun 23 2015 10 41AM - LOWELES
Permit Unit Requirements for C-3115-2-14 (continued) Page 2 of 9
12. The landfill gas consumption rate for the 99 MMBtu/hr enclosed flare shall not exceed 99 MMBtulhr. Heat input shall
be calculated daily using landfill gas flow into the flare (cubic feet per minute) and the annually tested landfill gas heat
content (Btu/cubic foot). [District Rule 2201] Federally Enforceable Through Title V Permit
13. Emissions from the 51 MMBtu/hr enclosed flare shall not exceed any of the following limits: 0.05 lb-NOx!MMBtu;
0.0178 lb-SOx!MMBtu ( 46.9 ppmv of H2S in fuel); 0.2 lb-CO/MMBtu; or 0.008 lb-PM I 0/MMBtu. [District Rule
2201] Federally Enforceable Through Title V Permit
14. Emissions from the 99 MMBtu/hr enclosed flare shall not exceed any ofthe following limits: 0.057lb-NOx!MMBtu;
0.0 I78 lb-SOx!MMBtu ( 46.9 ppmv of H2S in fuel); 0.110 lb-CO/MMBtu; or 0.008 lb-PM I 0/MMBtu. [District Rule
2201] Federally Enforceable Through Title V Permit
15. Landfill design capacity shall not exceed 44.4 million cubic yards, or 367 acres, of solid waste. Annual amount of
refuse received shall not exceed I ,300,000 ton/year. [District Rule 2201] Federally Enforceable Through Title V
Permit
16. The enclosed flares shall be equipped with an LPG fired pilot. [40 CFR 60.18(c)(2) and (t)(2)] Federally Enforceable
Through Title V Permit
17. Emissions from the flare LPG-fired pilot shall not exceed any of the following limits: 0.15 lb-NOx/MMBtu, 0.0164 lb-
SOx!MMBtu, 0.0044 lb-PMlO/MMBtu, 0.021 lb-CO/MMBtu, or 0.0055 lb-VOC/MMBtu. [District Rule 2201]
Federally Enforceable Through Title V Permit
18. Source sampling to determine the compliance status of an emissions source shall be witnessed or authorized by District
personnel. [District Rule I 08I] Federally Enforceable Through Title V Permit
19. The District must be notified 30 days prior to any compliance source test, and a source test plan must be submitted for
approval 15 days prior to testing. The results of each source test shall be submitted to the District within 60 days after
testing. [District Rule I 081] Federally Enforceable Through Title V Permit
20. Source testing to demonstrate compliance with VOC, NOx, and CO emission limits and VOC control efficiency
requirements shall be conducted at least once every 12 months for each flare. [District Rule 2201] Federally
Enforceable Through Title V Permit
2I. Source testing for NOx shall be conducted using EPA Test Method 7E or CARB Method I 00. [District Rule 1 08I]
Federally Enforceable Through Title V Permit
22. Source testing for CO shall be conducted using EPA Test Method 10 or lOB, CARB Methods 1-5 with IO or CARB
Test Method 100. [District Rule 1081] Federally Enforceable Through Title V Permit
23. Gas com busted in the flares shall be tested for H2S content on a quarterly basis using Draeger tubes. If compliance is
shown for two consecutive quarters, the testing frequency may be changed to annual. Quarterly testing shall resume if
any annual test shows noncompliance. [District Rule 1081] Federally Enforceable Through Title V Permit
24. VOC emissions shall be measured by US EPA Test Method I8, 25, 25A, or 25C. [District Rule 1 08I and 40 CFR
60.754(d) and 62.14354(b)] Federally Enforceable Through Title V Permit
25. The enclosed flares shall be equipped with a temperature indicator and recorder which measures and records the
operating temperature. The temperature indicator and recorder must operate continuously. [40 CFR 60.756(b)(I) and
62.14354(b)] Federally Enforceable Through Title V Permit
26. The enclosed flare control devices shall be operated within the parameter ranges established during the initial or most
recent performance test. [40 CFR 60.752(b)(2)(iii)(B)(2) and 62.14353(b) and I7 CCR 95464] Federally Enforceable
Through Title V Permit
PERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
location: 18950 WAMERICAN AVE,KERMAN, CA
C-311&.2-14 · Jun23 201810:41AM-LOWELES
Permit Unit Requirements for C-3115-2-14 (continued) Page 3 of 9
27. Except during periods of startup, shutdown, and malfunction, the permittee shall continuously monitor and record
combustion chamber temperature. The enclosed flare average combustion temperature, for all 3-hour periods of
operation, shall not drop more than 28 degrees C below the average combustion temperature, during the most recent
performance test at which compliance with 60. 752(b )(2)(iii)(B)(2) was determined. Upon detecting any temperature
excursion lower than 28 degree C (50 degree F) below the source test average combustion temperature, averaged over
a 3-hour period, the permittee shall investigate the excursion and take corrective action to minimize excessive
emissions and prevent recurrence of the excursion as expeditiously as practicable. Duration of startup, shutdown, or
malfunction shall not exceed 5 days for collection systems and shall not exceed I hour for control devices where free
venting of landfill gas occurs. [40 CFR 60.758(c)(l)(i), 60.755(e), 62.14354(b), and 40 CFR part 64] Federally
Enforceable Through Title V Permit
28. The owner or operator shall measure the gauge pressure in the gas collection header at each individual interior well on
a monthly basis as provided in 60.755(a)(3). If a positive pressure exists, action shall be initiated to correct the
exceedance within 5 calendar days. If negative pressure cannot be achieved without excess air infiltration within 15
calendar days of the first measurement, the gas collection system shall be expanded to correct the exceedance within
120 days of the initial measurement of positive pressure. Any attempted corrective measure shall not cause
exceedances of other operational or performance standards. An alternative time line for correcting the exceedance may
be submitted to the Administrator for approval. [40 CFR 60.755(a)(3), 60.756(a)(l), and 62.14354(b)] Federally
Enforceable Through Title V Permit
29. The owner or operator shall monitor each interior well monthly for temperature and oxygen as provided in 60.753(c).
If a well exceeds one of these operating parameters, action shall be initiated to correct the exceedance within 5
calendar days. If correction of the exceedance cannot be achieved within 15 calendar days of the first measurement,
the gas collection system shall be expanded to correct the exceedance within 120 days of the initial exceedance. Any
attempted corrective measure shall not cause exceedances of other operational or performance standards. An
alternative timeline for correcting the exceedance may be submitted to the Administrator for approval. [40 CFR
60.753(c), 60.755(a)(3) and (a)(5), 60.756(a)(2) and (a)(3), and 62.I4354(b)] Federally Enforceable Through Title V
Permit
30. The operator shall record quarterly the surface emission tests including test time, weather conditions, precipitation
records, areas sampled, calibration records, and test results. Corrective action shall be taken if required in accordance
to 40 CFR 60.755(c). [District Rule 220I, 40 CFR 60.755(c}, 60.756(t), and 62.14354(b)] Federally Enforceable
Through Title V Permit
31. Permittee shall maintain continuous records of flare combustion temperature and volumetric gas flow rate. Permittee
shall record and test the net heating value of landfill gas being combusted at least annually using ASTM D I826 or D
1945 in conjunction with ASTM D 3588 for gaseous fuels. [District Rule 220I and 40 CFR 60.756(b), 60.758(b)(2)(i),
(c)(2) and (b)(2)(i), and 62.I4354(b)] Federally Enforceable Through Title V Permit
32. Permittee shall keep, for the life of the collection system, an up-to-date, readily accessible plot map showing each
existing and planned collector in the system and providing a unique identification location label for each collector. [40
CFR 60.758(d) and 60.34(c)] Federally Enforceable Through Title V Permit
33. The operator shall record emission control device source tests including VOC destruction/treatment efficiency and
emissions of CO, NOx, and SOx, in pounds per MMBtu heat input. [District Rule I 081] Federally Enforceable
Through Title V Permit
34. Records of the weight of materials received (tons) of Class 11/111 waste material shall be maintained. [District Rule
220 I] Federally Enforceable Through Title V Permit
35. This operating permit may be cancelled upon District approval when the landfill is closed, is not otherwise subject to
the requirements of 40 CFR part 70 or part 71, and if the landfill meets the conditions for control system removal
specified in 40 CFR 60.752(b)(2)(v). [40 CFR 62.I4352(t)] Federally Enforceable Through Title V Permit
PERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE, KERMAN, CA
C-3115-2·14: Jun 23 2016 10:41AM-LOM:LES
Permit Unit Requirements for C-3115-2-14 (continued} Page 4 of 9 36.An active collection system shall be designed to handle the maximum expected gas flow rate from the entire area ofthe landfill that warrants control over the intended use period of the gas control or treatment system equipment, collectgas from each area, cell, or group of cells in the landfill in which the initial solid waste has been placed for a period of5 years or more if active; or 2 years or more if closed or at final grade, collect gas at a sufficient extraction rate, and bedesigned to minimize off-site migration of subsurface gas. [40 CFR 60.752(b)(2)(ii)(A) and 62.14353(b)] FederallyEnforceable Through Title V Permit37.If the landfill is permanently closed, a closure notification shall be submitted to the APCO within 30 days of wastedisposal cessation. A permanent closure must take place in accordance with 40 CFR 258.60. If a closure report hasbeen submitted, no additional waste may be placed in the landfill without filing a notification of modification to theAPCO, pursuant to 40 CFR 60.7(a)(4). [40 CFR 60.752(b)(l)(ii)(B), 60.757(d), and 62.14354(b)] FederallyEnforceable Through Title V Permit38.For approval of collection and control systems that include any alternatives to the operational standards, test methods,procedures, compliance measures, monitoring, recordkeeping or reporting provisions, owner or operator must followthe procedures in 40 CFR 60.752(b)(2). If alternatives have already been approved under 40 CFR Part 62 subpartGGG, these alternatives can be used to comply with 40 CFR 63 subpart AAAA, except that all affected sources mustcomply with the startup, shutdown, and malfunction (SSM) requirements in subpart A of 40 CFR 63 as specified inTable 1 of 40 CFR 63 subpart AAAA and all affected sources must submit compliance reports every 6 months asspecified in 40 CFR 63.1980(a) and (b), including information on all deviations that occurred during the 6 monthreporting period. Deviations for continuous emission monitors or numerical continuous parameter monitors must bedetermined using a 3 hour monitoring block average. [40 CFR 60.752(b)(2) and 63. l 955(c)] Federally EnforceableThrough Title V Permit39.Permittee shall operate the landfill gas collection system with negative pressure at each wellhead except under thefollowing conditions: ( 1) A fire or increased well temperature. The owner or operator shall record instances whenpositive pressure occurs in efforts to avoid a fire. These records shall be submitted with the annual reports assprovided in 60.757(t)(l); (2) At a wellhead within the immediate vicinity of filling; (3) Use of a geomembrane orsynthetic cover. The owner or operator shall develop acceptable pressure limits in the design plan; (4) Adecommissioned well. A well may experience a static positive pressure after shut down to accommodate for decliningflows. All design changes shall be approved by the APCO. [40 CFR 60.753(b) and 62.14354(b) and 17 CCR 95464,!& CCR 95468] Federally Enforceable Through Title V Permit40.Permittee shall operate the collection system so that the methane concentration is less than 500 parts per million abovebackground at the surface of the landfill. To determine if this level is exceeded, the owner or operator shall conductsurface testing around the perimeter of the collection area and along a pattern that traverses the landfill at 30 meterintervals and where visual observations indicate elevated concentrations of landfill gas, such as distressed vegetationand cracks or seeps in the cover. The owner or operator may establish an alternative traversing pattern that ensuresequivalent coverage. A surface monitoring design plan shall be developed that includes a topographical map with themonitoring route and the rationale for any site-specific deviations from the 30 meter intervals. Areas with steep slopesor other dangerous areas may be excluded from the surface testing. [40 CFR 60.753(d), 60.755(c)(l) and 62.14354(b)]Federally Enforceable Through Title V Permit41.Compliance with the surface methane operational standard shall be demonstrated using the procedures outlined in 40CFR 60.755(c) within 180 days of installation and startup of the collection and control system and quarterly thereafter.[40 CFR 60.753(d), 60.755(c), 62.14354(b), and 60.8] Federally Enforceable Through Title V Permit42.Permittee shall operate the enclosed flares at all times when the collected gas is routed to it. [40 CFR 60.753(t) and62.14354(b)] Federally Enforceable Through Title V Permit43.Permittee shall operate the landfill gas collection system such that gas is collected from each area, cell, or group ofcells in the MSW landfill in which solid waste has been in place for: ( 1) five years or more if active; or (2) two yearsor more if closed or at final grade. [40 CFR 60.753(a) and 62.14354(b)] Federally Enforceable Through Title V PermitPERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL Location: 18950 WAMERICAN AVE.KERMAN, CA
C-3115-2-14: Jun 23 201610:41AM-LOWELES
Permit Unit Requirements for C-3115-2-14 (continued) Page 5 of 9
44. Permittee shall operate each interior wellhead in the collection system with a landfill gas temperature less than 55 C
and with oxygen level less than 5 percent except under the following conditions: (I) A fire or increased well
temperature; or (2) at a wellhead within the immediate vicinity of filling. The owner or operator may establish a
higher operating temperature or oxygen value at a particular well. A higher operating value demonstration shall show
supporting data that the elevated parameter does not cause fires or significantly inhibit anaerobic decompositions by
killing methanogens. [40 CFR 60.753(c) and 62.14354(b)] Federally Enforceable Through Title V Permit
45. The collection system shall be operated so that the methane concentration is less than 500 parts per million above
background at the surface of the landfill, and such that all collected gases are sent to a control system designed and
operated in compliance with 60.752(b)(2)(iii). In the event the collection or control system is inoperable, the gas mover
system shall be shut down and all valves in the collection and control system contributing to venting of the gas to the
atmosphere shall be closed within 1 hour. [40 CFR 60.753(d), (e), 60.755(c), and 62.14354(b)] Federally Enforceable
Through Title V Permit
46. If monitoring demonstrates that the operational requirements are not met, corrective action shall be taken as specified
in 40 CFR 60.755(a)(3-5) or (c). [40 CFR 60.753(g) and 62.14354(b)] Federally Enforceable Through Title V Permit
47. For each interior wellhead, unless an alternative test method is established as allowed by 60.752(b)(2)(i) of this
subpart, the oxygen shall be determined by a Landtec GEM gas meter or equal, in accordance with the equipment
requirements set forth in 40 CFR 60.753 for field measurement of temperature and oxygen or an oxygen meter using
Method 3A or 3C except that: (i) The span shall be set so that the regulatory limit is between 20 and 50 percent of the
span; (ii) A data recorder is not required; (iii) Only two calibration gases are required, a zero and span, and ambient air
may be used as the span; (iv) A calibration error check is not required; (v) The allowable sample bias, zero drift, and
calibration drift are +-1 0 percent. [40 CFR 60.753(c)(2) and 62.14354(b)] Federally Enforceable Through Title V
Permit
48. Surface emission monitoring shall be performed in accordance with section 4.3 .1 of Method 21 of appendix A, except
that the probe inlet shall be placed within 5 to 10 centimeters of the ground. Monitoring shall be performed during
typical meteorological conditions. Any reading of 500 parts per million or more above background at any location
shall be recorded as a monitored exceedance and the actions specified in 40 CFR 60.755(c)(4)(i-v) shall be taken. As
long as the specified actions are taken, the exceedance is not a violation of the operational requirements of 60. 753( d).
[40 CFR 60.755(c)(3), (4) and 62.14354(b)] Federally Enforceable Through Title V Permit
49. Permittee shall calculate the NMOC emission rate for purposes of determining when the collection and control system
can be removed as provided in 40 CFR 60.752(b)(2)(v) by using the equation found in 40 CFR 60.754(b). [40 CFR
60.754(b) and 62.I4354(b)] Federally Enforceable Through Title V Permit
50. For the performance test required in 60.752(b)(2)(iii)(B), Method 25, 25C, or Method I8 of Appendix A must be used
to determine compliance with the 98 weight percent efficiency or the 20 ppmv outlet concentration level, unless
another method to demonstrate compliance has been approved by the APCO as provided by 60.752(b)(2)(i)(B).
Method 3 or 3A shall be used to determine oxygen for correcting the NMOC concentration as hexane to 3 percent. In
cases where the outlet concentration is less than 50 ppm NMOC as carbon (8 ppm NMOC as hexane}, Method 25A
should be used in place of Method 25. If using Method I8 of appendix A, the minimum list of compounds to be tested
shall be those published in the most recent Compilation of Air Pollutant Emission Factors (AP-42). The following
equation shall be used to calculate efficiency: (NMOCin-NMOCout)/NMOCin. The District must be notified at least
30 days prior to any compliance source test, and a source test plan must be submitted for approval at least I5 days
prior to testing. [District Rule I 081 and 40 CFR 60. 754( d) and 62.I4354(b )] Federally Enforceable Through Title V
Permit
51. Each owner or operator shall place each well or design component as specified in the approved design plan as provided
in 40 CFR 60.752(b)(2)(i). Each well shall be installed no later than 60 days after the date on which the initial solid
waste has been in place for a period of: I) 5 years or more if active or 2) 2 years or more if closed or at final grade. [ 40
CFR 60.755(b) and 62.14354(b)] Federally Enforceable Through Title V Permit
52. For the purposes of calculating the maximum expected gas generation flow rate from the landfill to determine
compliance with 60.752(b)(2)(ii)(A){l), one ofthe equations in Section 60.755(a)(l)(i) or (ii) or (iii) shall be used. [40
CFR 60.755(a)(I) and 62.I4354(b)] Federally Enforceable Through Title V Permit
PERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE,KERMAN, CA
C.3115-:Z-14: Jun 23 20161041AM-LONELES
Permit Unit Requirements for C-3115-2-14 (continued) Page 6 of 9
53. For the purposes of determining sufficient density of gas collectors for compliance with 60.752(b)(2)(ii)(A)(2), the
owner or operator shall design a system of vertical wells, horizontal collectors, or other collection devices, satisfactory
to the APCO, capable of controlling and extracting gas from all portions of the landfill sufficient to meet all
operational and performance standards. [40 CFR 60.755(a)(2) and 62.14354(b)] Federally Enforceable Through Title
V Permit
54. Owners or operators are not required to expand the system as required in paragraph 60.755(a)(3) during the first 180
days after gas collection system startup. [40 CFR 60.755(a)(4) and 62.14354(b)] Federally Enforceable Through Title
V Permit
55. The provisions of this subpart apply at all times, except during periods of start-up, shutdown, or malfunction, provided
that the duration of start-up, shutdown, or malfunction shall not exceed 5 days for collection systems and shall not
exceed 1 hour for treatment or control devices. [40 CFR 60.755(e) and 62.14354(b)] Federally Enforceable Through
Title V Permit
56. Surface monitoring shall be performed on a quarterly basis using an organic vapor analyzer, flame ionization detector,
or other portable monitor meeting the specifications provided in 40 CFR 60.755(d). [40 CFR 60.755(c)(l) and
62.14354(b)] Federally Enforceable Through Title V Permit
57. When performing surface monitoring, the background concentration shall be determined by moving the probe inlet
upwind and downwind outside the boundary of the landfill at a distance of at least 30 meters from the perimeter wells.
[40 CFR 60.755(c)(2) and 62.14354(b)] Federally Enforceable Through Title V Permit
58. Permittee shall implement a program to monitor for cover integrity and implement cover repairs as necessary on a
monthly basis. [40 CFR 60.755(c)(5) and 40 CFR 62.14354(b)] Federally Enforceable Through Title V Permit
59. The portable analyzer shall meet the instrument specifications of Method 21, section 3 (except that "methane" shall
replace all references to VOC). The calibration gas shall be methane, diluted to a nominal concentration of 500 parts
per million in air. To meet the performance evaluation requirements of Method 21, section 3.1.3, the instrument
evaluation procedures of Method 21, section 4.4 shall be used. The calibration procedures provided in Method 21,
section 4.2 shall be followed immediately before commencing a surface monitoring survey. The provisions of this
condition apply at all times, except during periods of start-up, shutdown, or malfunction which shall not exceed 5 days
for collections systems and shall not exceed 1 hour for treatment or control devices. [40 CFR 60.755(d), (e) and
62.14354(b)] Federally Enforceable Through Title V Permit
60. Each wellhead shall have a sampling port and a thermometer, other temperature-measuring device, or an access port
for temperature measurements. [40 CFR 60.756(a)] Federally Enforceable Through Title V Permit
61. The enclosed flares shall be equipped with a temperature monitoring device equipped with a continuous recorder and
having a minimum accuracy of +-1 percent of the temperature being measured expressed in degrees Celsius or+-0.5
degrees Celsius, whichever is greater. The temperature indicator and recorder must operate continuously. [District
Rule 2201 and 40 CFR 60.756(b)(1) and 62.14354(b) and 40 CFR part 64] Federally Enforceable Through Title V
Permit
62. The owner/operator shall install, calibrate, maintain, and operate a meter with a continuous recording device that
measures and records the landfill gas flow rate into the flare at least once every 15 minutes. This meter shall also be
capable of measuring the landfill gas flow rate that might bypass the flare in the event of equipment malfunction or
maintenance. [40 CFR 60.754(b)(l), 60.756(b)(2) and 62.14354(b)] Federally Enforceable Through Title V Permit
63. When performing surface monitoring, any closed landfill that has no monitored exceedances of the operational
standard in three consecutive quarterly monitoring periods may skip to annual monitoring. Any methane reading of
500 ppm or more above background detected during the annual monitoring returns the frequency for that landfill to
quarterly monitoring. [40 CFR 60.756(f) and 62.14354(b)] Federally Enforceable Through Title V Permit
64. The operator shall monitor and record maintenance-related and other control system downtimes and individual well
shutdowns. Exceedances defined under 60.758(c) shall be reported once every 180 days. [District Rule 4102 and 40
CFR 60.757{f), (g)(4) and 60.758(c) and (e), and 62.14354(b)] Federally Enforceable Through Title V Permit
PERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE,KERMAN, CA
C-3115-2·14: Jun 23 2016 10:41AM-LCJIIVELES
Permit Unit Requirements for C-3115-2-14 (continued) Page 7 of 9
65. Except as provided in 60.752(b)(2)(i)(B), each owner or operator of a controlled landfill shall keep up-to-date, readily
accessible records for the life of the control equipment of the data listed in paragraphs 60.758(b)(I) through (b)(4) as
measured during the initial performance test or compliance determination. Records of subsequent tests or monitoring
shall be maintained for a minimum of 5 years. Records of the control device vendor specifications shall be maintained
until removal. [40 CFR 60.758(b) and 62.I4354(b)] Federally Enforceable Through Title V Permit
66. Permittee shall keep the following records: (1 )(i) the maximum expected gas generation flow rate as calculated in
60. 755(a)( I). The owner or operator may use another method to determine the maximum gas generation flow rate, if
the method has been approved by the APCO; (ii) the density of wells, horizontal collectors, surface collectors, or other
gas extraction devices determined using the procedures specified in 60.759(a)(1 ); (2)(i) the average combustion
temperature measured at least every 15 minutes and averaged over the same time period of the performance test; (ii)
the percent reduction ofNMOC determined as specified in 60.752(b)(2)(iii)(B) achieved by the control device. [40
CFR 60.758(b)(l) and (2) and 62.14354(b)] Federally Enforceable Through Title V Permit
67. Except as provided in 60. 752(b )(2)(i)(B), permittee shall keep, for the life of the collection system, an up-to-date,
readily accessible plot map showing each existing and planned collector in the system and providing a unique
identification location label for each collector. If applicable, permittee shall keep readily accessible documentation of
the nature, date of deposition, amount, and location of asbestos-containing or nondegradable waste excluded from
collection as well as any nonproductive areas excluded from collection. [40 CFR 60.758(d), 62.14354(b), and
60.34(c)] Federally Enforceable Through Title V Permit
68. Except as provided in 60.752(b)(2)(i)(B), permittee shall keep for at least 5 years up-to-date, readily accessible records
of all collection and control system exceedances of the operational standards in 60.753, the reading in the subsequent
month whether or not the second reading is an exceedance, and the location of each exceedance. [40 CFR 60.758(e)]
Federally Enforceable Through Title V Permit
69. The landfill is no longer required to comply with the requirements of 40 CFR Part 63 Subpart AAAA when it is no
longer required to apply controls as specified in the Federal plan or EPA approved and effective State plan or tribal
plan that implements 40 CFR part 60, subpart Cc. [ 40 CFR 63 .1950] Federally Enforceable Through Title V Permit
70. The permittee shall comply with the general provisions specified in Table I of 40 CFR Part 63 Subpart AAAA and
63.1960 through 63.1985 starting on the date required to install the gas collection and control system. [ 40 CFR
63.1955(b)] Federally Enforceable Through Title V Permit
71. The permittee shall maintain a copy of the SSM plan written according to the provisions in 40 CFR 63.6(e)(3). Failure
to maintain a copy of the SSM plan is a deviation from the requirements of this subpart. [40 CFR 63.1960] Federally
Enforceable Through Title V Permit
72. The permittee shall keep records and reports as specified in the Federal plan, EPA approved State plan or tribal plan
that implements 40 CFR part 60, subpart Cc. The annual report described in 40 CFR 60.757(t) must be submitted
every 6 months. [40 CFR 63.1980(a)] Federally Enforceable Through Title V Permit
73. The permittee shall maintain records as specified in the general provisions of 40 CFR part 60 and this part as shown in
Table I of this subpart. Applicable records in the general provisions include items such as SSM plans and the SSM
plan reports. [40 CFR 63.1980(b)] Federally Enforceable Through Title V Permit
74. The enclosed flare burner and its associated components and the vapor collection system shall be inspected on an
annual basis. The records of inspection shall at least contain date and time of inspection, identification of the person
performing an inspection, parts replacement and repairs, and all maintenance actions taken. The records shall be kept
and maintained for compliance inspection upon request. [40 CFR part 64] Federally Enforceable Through Title V
Permit
75. The permittee shall comply with the compliance assurance monitoring operation and maintenance requirements of 40
CFR part 64.7. [40 CFR part 64] Federally Enforceable Through Title V Permit
76. The permittee shall comply with the recordkeeping and reporting requirements of 40 CFR part 64.9. [40 CFR part 64]
Federally Enforceable Through Title V Permit
PERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE,KERMAN, CA
c-3115-2·14: Jun 23 2018 10:41AM-LONELES
Permit Unit Requirements for C-3115-2-14 (continued) Page a of 9
77. If the District or EPA detennine that a Quality Improvement Plan is required under 40 CFR 64.7(d)(2), the pennittee
shall develop and implement the Quality Improvement Plan in accordance with 40 CFR part 64.8. [40 CFR part 64]
Federally Enforceable Through Title V Pennit
78. All records shall be retained for a minimum of 5 years, and shall be made available for District inspection upon
request. [District Rule 1070 and 40 CFR 60.758(a) and (b) and 62.14354(b)] Federally Enforceable Through Title V
Penn it
79. Pennittee may use actual landfill gas generation values in future expansion designs of the gas collection and control
system(GCCS). All records and recovery data shall be submitted with GCCS plans. [ 17 CCR 95468]
80. Landfill collection and control system must be operated such that methane emission from the landfill do not exceed
instantaneous or integrated limit requirements. [17 CCR 95464]
81. Landfill gas collection system components downstream of blower have a leak limit of 500 ppmv as methane.
Components must be checked quarterly. If compliance with the methane limit has been demonstrated for 4
consecutive quarters, then the component checking frequency shall be annually. If an annual test fails to show
compliance, quarterly testing shall resume. [17 CCR 95464]
82. Landfill collection and control system must be operated such that landfill surface methane emissions shall not exceed
instantaneous surface emission limit of 500 ppmv as methane or integrated surface emission limit of 25 ppmv as
methane. [17 CCR 95464, 17 CCR 95465]
83. Instantaneous and integrated landfill surface emissions measurements shall be done quarterly. The landfill may
monitor annually provided they comply with requirements of 17 CCR 95469 (a)( I). [17 CCR 95469]
84. Pennittee shall keep records of all gas collection system downtime exceeding five days, including individual well
shutdown and disconnection times and the reason for downtime. [ 17 CCR 954 70]
85. Permittee shall keep records of all gas control system downtime in excess of one hour, the reason for the downtime and
the length of time the gas control system was shutdown. [17 CCR 95470]
86. Pennittee shall keep records of the expected gas generation flow rate calculated pursuant to section 95471(e). [17 CCR
95470]
87. Pennittee shall keep records of all instantaneous surface readings of200 ppmv or greater; all exceedances of the limits
in sections 95464(b)(1)(B) or 95465, including the location of the leak (or affected grid), leak concentration in ppmv,
date and time of measurement, the action taken to repair the leak, date of repair, any required re-monitoring and there-
monitored concentration in ppmv, and wind speed during surface sampling; and the installation date and location of
each well installed as part of a gas collection system expansion. [17 CCR 95470]
88. Pennittee shall keep records of any positive wellhead gauge pressure measurements, the date of the measurements, the
well identification number, and the corrective action taken. [ 17 CCR 954 70]
89. Pennittee shall conduct surface emission monitoring using either the procedures specified in section 95471 or the Los
Angeles County Sanitation District monitoring procedure. Pennittee shall keep records of which procedure was used.
[ 17 CCR 95468]
90. Permittee shall keep records of delays encountered during repair of leaks or repair of positive wellhead readings.
Documentation of delays shall be submitted with the annual report. [ 17 CCR 95468]
91. Pennittee shall keep records of alternate landfill gas collection system modifications being implemented to correct an
exceedance in the landfill gas surface emissions or wellhead pressure. Any alternative to installing a new well shall be
documented and submitted with the annual report. [ 17 CCR 95468]
92. Pennittee shall identify areas which are dangerous and unable to be inspected. Areas shall be clearly identified on a
map of the facility. A copy of the map shall be kept onsite as well as submitted with the annual report. [17 CCR
95468]
93. Pennittee shall conduct monitoring of the landfill surface within 3 inches of the surface. The facility may monitor
surface emissions with the probe tip at the height of the vegetation if there is vegetation and it is impractical to monitor
at 3 inches from the landfill surface. [ 17 CCR 95468]
PERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE,KERMAN, CA
C-3115-2-14 · .Nn 23 2016 10:41AM-LOWELES
Permit Unit Requirements for C-3115-2-14 (continued) Page 9 of 9
94. Permittee shall terminate surface emission testing when the measured average wind speed is over 15 mph or the
instantaneous wind speed is over 30 mph. [ 17 CCR 95468, 17 CCR 954 71]
95. Permittee shall only conduct surface emission testing when precipitation has met the following requirements. It has
been 24 hours since measured precipitation of 0.01 to 0.15 inches. It has been 48 hours since measured precipitation
of 0.16 to 0.24 inches. It has been 72 hours since measured precipitation of 0.25 or more inches. [ 17 CCR 95468]
96. Permittee shall keep records of the annual solid waste acceptance rate and the current amount of waste-in-place. [ 17
CCR 95470]
97. Permittee shall keep records of the nature, location, amount , and date of deposition of non-degradable waste for any
landfill areas excluded from the collection system. [ 17 CCR 954 70]
98. Permittee shall keep records of any source tests conducted pursuant to section 95464(b )( 4 ). [ 17 CCR 954 70]
99. Permittee shall keep records describing the mitigation measures taken to prevent the release of methane or other
emissions into the atmosphere during the following activities: 1. When solid waste was brought to the surface during
the installation or preparation of wells, piping, or other equipment; 2. During repairs or the temporary shutdown of gas
collection system components; or, 3. When solid waste was excavated and moved. [17 CCR 95470]
100. Permittee shall keep records of any construction activities pursuant to section 95466. The records must contain the
following information: 1. A description of the actions being taken, the areas of the MSW landfill that will be affected
by these actions, the reason the actions are required, and any landfill gas collection system components that will be
affected by these actions. 2. Construction start and finish dates, projected equipment installation dates, and projected
shut down times for individual gas collection system components. 3. A description of the mitigation measures taken to
minimize methane emissions and other potential air quality impacts. [17 CCR 95470]
101. Permittee shall keep records of the equipment operating parameters specified to be monitored under section
95469(b )(I) as well as records for periods of operation during which the parameter boundaries established during the
most recent source test are exceeded. The records must include the following information: 1. For enclosed flares, all3-
hour periods of operation during which the average temperature difference was more than 28 degrees Celsius (or 50
degrees Fahrenheit) below the average combustion temperature during the most recent source test at which compliance
with sections 95464(b )(2) was determined and a gas flow rate device which must record the flow to the control device
at least every 15 minutes. [17 CCR 95470]
102. Permittee shall submit the following reports as required in section 954 70(b ): Closure notification, Equipment removal
report and Annual report. All reports must be accompanied by a certification of truth, accuracy, and completeness
signed by a responsible official. [ 17 CCR 954 70]
103. Permittee may comply with the CARB regulation for landfill methane control measures by using approved alternative
compliance options. The permittee shall obtain written District approval for the use of any alternative compliance
options not approved by this permit. Changes to the approved alternate compliance options must be made and
approved in writing. Documentation of approved alternative compliance options shall be available for inspection upon
request. [ 17 CCR 95468]
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE,KERMAN, CA
C-3115-2-14: Jun 23 201810:41AM-LC7NELES
San Joaquin Valley
Air Pollution Control District
PERMIT UNIT: C-3115-3-2 EXPIRATION DATE: 07/31/2021
EQUIPMENT DESCRIPTION:
755 BHP CUMMINS MODEL QSX15-69 DIESEL-FIRED EMERGENCY IC ENGINE POWERING AN ELECTRICAL
GENERATOR
PERMIT UNIT REQUIREMENTS
I. This engine shall be equipped with either a positive crankcase ventilation (PCV) system that recirculates crankcase
emissions into the air intake system for combustion, or a crankcase emissions control device of at least 90% control
efficiency. [District Rule 220 I] Federally Enforceable Through Title V Permit
2. The exhaust stack shall vent vertically upward. The vertical exhaust flow shall not be impeded by a rain cap (flapper
ok), roof overhang, or any other obstruction. [District Rule 41 02]
3. Only CARB certified diesel fuel containing not more than 0.0015% sulfur by weight is to be used. [District Rules 2201
and 4801 and 17 CCR 93115] Federally Enforceable Through Title V Permit
4. This engine shall be equipped with a non-resettable hour meter with a minimum display capability of9,999 hours,
unless the District determines that a non-resettable hour meter with a different minimum display capability is
appropriate in consideration of the historical use of the engine and the owner or operator's compliance history. [District
Rule 4702, 17 CCR 93115, and 40 CFR 63 Subpart ZZZZ] Federally Enforceable Through Title V Permit
5. An emergency situation is an unscheduled electrical power outage caused by sudden and reasonably unforeseen natural
disasters or sudden and reasonably unforeseen events beyond the control of the permittee. [District Rule 4702]
Federally Enforceable Through Title V Permit
6. This engine shall not be used to produce power for the electrical distribution system, as part of a voluntary utility
demand reduction program, or for an interruptible power contract. [District Rule 4702] Federally Enforceable Through
Title V Permit
7. This engine shall be operated and maintained in proper operating condition as recommended by the engine
manufacturer or emissions control system supplier. [District Rule 4702] Federally Enforceable Through Title V Permit
8. During periods of operation for maintenance, testing, and required regulatory purposes, the permittee shall monitor the
operational characteristics of the engine as recommended by the manufacturer or emission control system supplier (for
example: check engine fluid levels, battery, cables and connections; change engine oil and filters; replace engine
coolant; and/or other operational characteristics as recommended by the manufacturer or supplier). [District Rule 4702
and 40 CFR 63 Subpart ZZZZ] Federally Enforceable Through Title V Permit
9. This engine shall be operated only for testing and maintenance of the engine, required regulatory purposes, and during
emergency situations. Operation of the engine for maintenance, testing, and required regulatory purposes shall not
exceed 50 hours per calendar year. [District Rule 4702, 17 CCR 93115, and 40 CFR 63 Subpart ZZZZ] Federally
Enforceable Through Title V Permit
10. Operation of this engine for all purposes combined shall not exceed 10 hours per day. [District Rule 2201] Federally
Enforceable Through Title V Permit
11. The permittee must minimize the engine's time spent at idle during startup and minimize the engine's startup time to a
period needed for appropriate and safe loading of the engine, not to exceed 30 minutes. [ 40 CFR 63 Subpart ZZZZ]
Federally Enforceable Through Title V Permit
PERMIT UNIT REQUIREMENTS CONTINUE ON NEXT PAGE
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 W AMERICAN AVE,KERMAN, CA
C-311!>-3-2 Jun 23 2011110:41AM-LONELES
Permit Unit Requirements for C-3115-3-2 (continued) Page 2 of 2
12. Particulate matter emissions shall not exceed 0.1 grains/dscf in concentration. [District Rule 4201] Federally
Enforceable Through Title V Permit
13. Emissions from this engine shall not exceed any of the following limits: 5.7 g-NOxlhp-hr, 0.4 g-CO/hp/hr or 0.14 g-
VOC/hp-hr. [District Rule 2201] Federally Enforceable Through Title V Permit
14. The PM 10 emissions rate shall not exceed 0.08 g/hp-hr based on US EPA certification using ISO 8178 test procedure.
[District Rule 2201] Federally Enforceable Through Title V Permit
15. The permittee shall maintain monthly records of the type of fuel purchased, the amount of fuel purchased, date when
the fuel was purchased, signature of the permittee who received the fuel, and signature of the fuel supplier indicating
that the fuel was delivered. [ 17 CCR 93115]
16. The permittee shall maintain monthly records of emergency and non-emergency operation. Records shall include the
number of hours of emergency operation, the date and number of hours of all testing and maintenance operations, the
purpose of the operation (for example: load testing, weekly testing, rolling blackout, general area power outage, etc.)
and records of operational characteristics monitoring. For units with automated testing systems, the operator may, as
an alternative to keeping records of actual operation for testing purposes, maintain a readily accessible written record
of the automated testing schedule. [District Rule 4702 and 17 CCR 93115] Federally Enforceable Through Title V
Permit
17. All records shall be maintained and retained on-site for a minimum of five (5) years, and shall be made available for
District inspection upon request. For units at unstaffed sites or operated remotely, records may be maintained and
retained at a District-approved off-site location. [District Rule 4702, 17 CCR 93115, and 40 CFR 63 Subpart ZZZZ]
Federally Enforceable Through Title V Permit
18. The engine's oil and filter shall be changed every 500 hours of operation or every 12 months, whichever comes first.
[40 CFR Subpart ZZZZ] Federally Enforceable Through Title V Permit
19. The permittee has the option of utilizing an oil analysis program in order to extend the specified oil change
requirement in Tables 2c and 2d of Subpart ZZZZ. The oil analysis must be performed at the same frequency
specified for changing the oil in Table 2c or 2d to this subpart. The analysis program must at a minimum analyze the
following three parameters: Total Base Number, viscosity, and percent water content. The condemning limits for these
parameters are as follows: Total Base Number is less than 30 percent of the Total Base Number of the oil when new;
viscosity of the oil has changed by more than 20 percent from the viscosity of the oil when new; or percent water
content (by volume) is greater than 0.5. If all of these condemning limits are not exceeded, the engine owner or
operator is not required to change the oil. If any of the limits are exceeded, the engine owner or operator must change
the oil within 2 days of receiving the results of the analysis; if the engine is not in operation when the results of the
analysis are received, the engine owner or operator must change the oil within 2 days or before commencing operation,
whichever is later. The owner or operator must keep records of the parameters that are analyzed as part of the program,
the results of the analysis, and the oil changes for the engine. The analysis program must be part of the maintenance
plan for the engine. [40 CFR 63 Subpart ZZZZ] Federally Enforceable Through Title V Permit
20. The engine's air filter shall be inspected every 1,000 hours of operation or every 12 months, whichever comes first, and
replaced as necessary. [40 CFR 63 Subpart ZZZZ] Federally Enforceable Through Title V Permit
21. The engine's hoses and belts shall be inspected every 500 hours of operation or every 12 months, whichever comes
first, and replaced as necessary. [ 40 CFR 63 Subpart ZZZZ] Federally Enforceable Through Title V Permit
22. The permittee shall maintain monthly records of the occurrence and duration of each malfunction of operation (i.e.,
process equipment) or the air pollution control and monitoring equipment. The permittee shall also maintain monthly
records of action taken during periods of malfunction to minimize emissions in accordance with §63 .6605(b },
including corrective actions to restore malfunctioning process and air pollution control and monitoring equipment to its
normal or usual manner of operation. [ 40 CFR 63 Subpart ZZZZ] Federally Enforceable Through Title V Permit
23. The engine shall be in full compliance with 40 CFR Part 63, Subpart ZZZZ (National Emission Standards for
Hazardous Air Pollutants for Stationary Reciprocating Internal Combustion Engines). [40 CFR 63 Subpart ZZZZ]
Federally Enforceable Through Title V Permit
These terms and conditions are part of the Facility-wide Permit to Operate.
Facility Name: AMERICAN AVENUE LANDFILL
Location: 18950 WAMERICAN AVE,KERMAN, CA
C-3115-3-2 • Jun 23 2016 10.41AM-LOM:LES
SELF-DEALING TRANSACTION DISCLOSURE FORM
(1) Company Board Member Information:
Name: Date:
Job Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to)
(4) Explain why this self-dealing transaction is consistent with the requirements of Corporations
Code 5233 (a)
(5) Authorized Signature
Signature: Date:
SELF-DEALING TRANSACTION DISCLOSURE FORM INSTRUCTIONS
In order to conduct business with the County of Fresno (hereinafter referred to as “County”), members of
a contractor’s board of directors (hereinafter referred to as “County Contractor”), must disclose any self-
dealing transactions that they are a party to while providing goods, performing services, or both for the
County. A self-dealing transaction is defined below:
“A self-dealing transaction means a transaction to which the corporation is a party and which one or
more of its directors has a material financial interest”
The definition above will be utilized for purposes of completing the disclosure form.
(1) Enter board member’s name, job title (if applicable), and date this disclosure is being made.
(2) Enter the board member’s company/agency name and address.
(3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County.
At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the transaction; and
b. The nature of the material financial interest in the Corporation’s transaction that the board
member has.
(4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions
of the Corporations Codes.
(5) Form must be signed by the board member that is involved in the self-dealing transaction
described in Sections (3) and (4).
Page 1 of 10
REVISED STANDARD SPECIFICATIONS DATED
09-02-16
ORGANIZATION
Revised standard specifications are under headings that correspond with the main-section headings of
the Standard Specifications. A main-section heading is a heading shown in the table of contents of the
Standard Specifications. A date under a main-section heading is the date of the latest revision to the
section.
Each revision to the Standard Specifications begins with a revision clause that describes or introduces a
revision to the Standard Specifications. For a revision clause that describes a revision, the date on the
right above the clause is the publication date of the revision. For a revision clause that introduces a
revision, the date on the right above a revised term, phrase, clause, paragraph, or section is the
publication date of the revised term, phrase, clause, paragraph, or section. For a multiple-paragraph or
multiple-section revision, the date on the right above a paragraph or section is the publication date of the
paragraphs or sections that follow.
Any paragraph added or deleted by a revision clause does not change the paragraph numbering of the
Standard Specifications for any other reference to a paragraph of the Standard Specifications.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
DIVISION I GENERAL PROVISIONS
1 GENERAL
07-15-16
Add to the 1st table of section 1-1.06:
07-15-16
APCD air pollution control district
AQMD air quality management district
CISS cast-in-steel shell
CSL crosshole sonic logging
GGL gamma-gamma logging
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
07-15-16
Replace the paragraphs in section 7-1.02I(2) with:
Under 2 CA Code of Regs § 11105:
05-06-16
1.During the performance of this contract, the recipient, contractor, and its subcontractors shall not
deny the contract's benefits to any person on the basis of race, religious creed, color, national origin,
ancestry, physical disability, mental disability, medical condition, genetic information, marital status,
sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran
status, nor shall they discriminate unlawfully against any employee or applicant for employment
because of race, religious creed, color, national origin, ancestry, physical disability, mental disability,
medical condition, genetic information, marital status, sex, gender, gender identity, gender
Page 2 of 10
expression, age, sexual orientation, or military and veteran status. Contractor shall insure that the
evaluation and treatment of employees and applicants for employment are free of such
discrimination.
2.Contractor shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code, §
12900 et seq.), the regulations promulgated thereunder (Cal. Code Regs., tit. 2, § 11000 et seq.), the
provisions of Article 9.5, Chapter 1, Part 1, Division 3, Title 2 of the Government Code (Gov. Code, §§
11135-11139.5), and the regulations or standards adopted by the awarding state agency to
implement such article.
3.Contractor or recipient shall permit access by representatives of the Department of Fair Employment
and Housing and the awarding state agency upon reasonable notice at any time during the normal
business hours, but in no case less than 24 hours' notice, to such of its books, records, accounts, and
all other sources of information and its facilities as said Department or Agency shall require to
ascertain compliance with this clause.
4.Recipient, contractor and its subcontractors shall give written notice of their obligations under this
clause to labor organizations with which they have a collective bargaining or other agreement.
5.The contractor shall include the nondiscrimination and compliance provisions of this clause in all
subcontracts to perform work under the contract.
Under 2 CA Code of Regs § 11122:
STANDARD CALIFORNIA NONDISCRIMINATION CONSTRUCTION CONTRACT
SPECIFICATIONS (GOV. CODE SECTION 12990)
These specifications are applicable to all state contractors and subcontractors having a construction
contract or subcontract of $5,000 or more.
1.As used in the specifications:
a."Act" means the Fair Employment and Housing Act.
b."Administrator" means Administrator, Office of Compliance Programs, California Department of
Fair Employment and Housing, or any person to whom the Administrator delegates authority;
2.Whenever the contractor or any subcontractor subcontracts a portion of the work, it shall include in
each subcontract of $5,000 or more the nondiscrimination clause in this contract directly or through
incorporation by reference. Any subcontract for work involving a construction trade shall also include
the Standard California Construction Contract Specifications, either directly or through incorporation
by reference.
3.The contractor shall implement the specific nondiscrimination standards provided in paragraphs 6(a)
through (e) of these specifications.
4.Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom
the contractor has a collective bargaining agreement, to refer members of any group protected by the
Act shall excuse the contractor's obligations under these specifications, Government Code section
12990, or the regulations promulgated pursuant thereto.5. In order for the nonworking training hours
of apprentices and trainees to be counted, such apprentices and trainees must be employed by the
contractor during the training period, and the contractor must have made a commitment to employ the
apprentices and trainees at the completion of their training, subject to the availability of employment
opportunities. Trainees must be trained pursuant to training programs approved by the U.S.
Department of Labor or the California Department of Industrial Relations.
5.In order for the nonworking training hours of apprentices and trainees to be counted, such
apprentices and trainees must be employed by the contractor during the training period, and the
contractor must have made a commitment to employ the apprentices and trainees at the completion
of their training, subject to the availability of employment opportunities. Trainees must be trained
pursuant to training programs approved by the U.S. Department of Labor or the California
Department of Industrial Relations.
6.The contractor shall take specific actions to implement its nondiscrimination program. The evaluation
of the contractor's compliance with these specifications shall be based upon its effort to achieve
maximum results from its actions. The contractor must be able to demonstrate fully its efforts under
steps a. through e. below:
a.Ensure and maintain a working environment free of harassment, intimidation, and coercion at
all sites, and at all facilities at which the contractor's employees are assigned to work. The
contractor shall specifically ensure that all foremen, superintendents, and other on-site
Page 3 of 10
supervisory personnel are aware of and carry out the contractor's obligations to maintain such
a working environment.
b.Provide written notification within seven days to the director of the DFEH when the referral
process of the union or unions with which the contractor has a collective bargaining agreement
has impeded the contractor's efforts to meet its obligations.
c.Disseminate the contractor's equal employment opportunity policy by providing notice of the
policy to unions and training, recruitment and outreach programs and requesting their
cooperation in assisting the contractor to meet its obligations; and by posting the company
policy on bulletin boards accessible to all employees at each location where construction work
is performed.
d.Ensure all personnel making management and employment decisions regarding hiring,
assignment, layoff, termination, conditions of work, training, rates of pay or other employment
decisions, including all supervisory personnel, superintendents, general foremen, on-site
foremen, etc., are aware of the contractor's equal employment opportunity policy and
obligations, and discharge their responsibilities accordingly.
e.Ensure that seniority practices, job classifications, work assignments, and other personnel
practices, do not have a discriminatory effect by continually monitoring all personnel and
employment related activities to ensure that the equal employment opportunity policy and the
contractor's obligations under these specifications are being carried out.
7.Contractors are encouraged to participate in voluntary associations that assist in fulfilling their equal
employment opportunity obligations. The efforts of a contractor association, joint contractor-union,
contractor-community, or other similar group of which the contractor is a member and participant,
may be asserted as fulfilling any one or more of its obligations under these specifications provided
that the contractor actively participates in the group, makes every effort to assure that the group has a
positive impact on equal employment opportunity in the industry, ensures that the concrete benefits of
the program are reflected in the contractor's workforce participation, and can provide access to
documentation that demonstrates the effectiveness of actions taken on behalf of the contractor. The
obligation to comply, however, is the contractor's.
8.The contractor is required to provide equal employment opportunity for all persons. Consequently, the
contractor may be in violation of the Fair Employment and Housing Act (Government Code section
12990 et seq.) if a particular group is employed in a substantially disparate manner.
9.The contractor shall not use the nondiscrimination standards to discriminate against any person
because race, religious creed, color, national origin, ancestry, physical disability, mental disability,
medical condition, genetic information, marital status, sex, gender, gender identity, gender
expression, age, sexual orientation, or military and veteran status.
10.The contractor shall not enter into any subcontract with any person or firm decertified from state
contracts pursuant to Government Code section 12990.
11.The contractor shall carry out such sanctions and penalties for violation of these specifications and
the nondiscrimination clause, including suspension, termination and cancellation of existing
subcontracts as may be imposed or ordered pursuant to Government Code section 12990 and its
implementing regulations by the awarding agency. Any contractor who fails to carry out such
sanctions and penalties shall be in violation of these specifications and Government Code section
12990.
12.The contractor shall designate a responsible official to monitor all employment related activity to
ensure that the company equal employment opportunity policy is being carried out, to submit reports
relating to the provisions hereof as may be required by OCP and to keep records. Records shall at
least include for each employee the name, address, telephone numbers, construction trade, union
affiliation if any, employee identification number when assigned, status, (e.g., mechanic, apprentice
trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade,
rate of pay, and locations at which the work was performed. Records shall be maintained in any
easily understandable and retrievable form; however, to the degree that existing records satisfy this
requirement, contractors shall not be required to maintain separate records.
Add to the end of the 2nd sentence in the 1st paragraph of section 7-1.02K(1):
, and hauling and delivery of ready-mixed concrete.
04-22-16
Page 4 of 10
Add between the 4th and 5th paragraphs of section 7-1.02K(3):
04-22-16
Submitted certified payrolls for hauling and delivering ready-mixed concrete must be accompanied by a
written time record. The time record must include:
1.Truck driver's full name and address
2.Name and address of the factory or batching plant
3.Time the concrete was loaded at the factory or batching plant
4.Time the truck returned to the factory or batching plant
5.Truck driver's signature certifying under penalty of perjury that the information contained in this written
time record is true and correct
Add between the 9th and 10th paragraphs of section 7-1.03:
07-15-16
If a height differential of more than 0.04 foot is created by construction activities at a joint transverse to
the direction of traffic on the traveled way or a shoulder subject to public traffic, construct a temporary
taper at the joint with a slope complying with the requirements shown in the following table:
Temporary Tapers
Height differential
(foot)
Slope (horizontal:vertical)
Taper use of 14 days or less Taper use of more than 14 days
Greater than 0.08 100:1 or flatter 200:1 or flatter
0.04–0.08 70:1 or flatter 70:1 or flatter
For a taper on existing asphalt concrete or concrete pavement, construct the taper with minor HMA under
section 39-2.07.
Grind existing surfaces to accommodate a minimum taper thickness of 0.10 foot under either of the
following conditions:
1.HMA material such as rubberized HMA, polymer-modified bonded wearing course, or open-graded
friction course is unsuitable for raking to a maximum 0.02 foot thickness at the edge
2.Taper will be in place for more than 14 days
For a taper on a bridge deck or approach slab, construct the taper with polyester concrete under section
60-3.04B.
The completed surface of the taper must be uniform and must not vary more than 0.02 foot from the lower
edge of a 12-foot straightedge when placed on its surface parallel and perpendicular to traffic.
If authorized, you may use alternative materials or methods to construct the required taper.
§337.1
Replace § 337.15 in the 3rd item in the list in the paragraph of section 7-1.06B with:
05-06-16
Add between the 1st and 2nd paragraphs of section 7-1.11A:
Comply with 46 CFR 381.7(a)–(b).
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
02-12-16
Page 5 of 10
8 PROSECUTION AND PROGRESS
07-15-16
Replace the table in the 3rd paragraph of section 8-1.10A with:
Liquidated Damages
07-15-16
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
withholds
9 PAYMENT
01-15-16
Replace may withhold in the 1st paragraph of section 9-1.16E(4) with:
01-15-16
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
DIVISION II GENERAL CONSTRUCTION
10 GENERAL
04-15-16
Replace section 10-1.02B with:
04-15-16
10-1.02B Traffic Elements
Before starting the operational test of a traffic management system that directly impacts traffic, the system
must be ready for operation, and all signs, pavement delineation, and pavement markings must be in
place at the system's location.
If maintaining existing traffic management system elements during construction is shown on the Bid Item
List, a list of the systems shown within the project limits and their operational status is included in the
Information Handout. Before starting job site activities, conduct a preconstruction operational status check
of the existing system's elements and each element's communication status with the transportation
management center to which it communicates. If an existing system element is discovered and has not
been identified, the Department adds the element to the list of systems. The pre- and postconstruction
operational status check of the discovered elements is change order work.
If maintaining existing traffic management system elements during construction is not shown on the Bid
Item List and an existing system element is discovered during the work, notify the Engineer. The Engineer
orders a pre- and postconstruction operational status check of the discovered elements. The status check
of the discovered elements is change order work.
Total bid Liquidated damages
per day From over To
$0 $60,000 $1,400
$60,000 $200,000 $2,900
$200,000 $500,000 $3,200
$500,000 $1,000,000 $3,500
$1,000,000 $2,000,000 $4,000
$2,000,000 $5,000,000 $4,800
$5,000,000 $10,000,000 $6,800
$10,000,000 $20,000,000 $10,000
$20,000,000 $50,000,000 $13,500
$50,000,000 $100,000,000 $19,200
$100,000,000 $250,000,000 $25,300
Page 6 of 10
Conduct the status check with the Engineer and an electrical representative from the traffic operations
office of the district in which the work is located. The Department provides you a list of the preconstruction
operational status-check results, including:
1.Existing traffic management system elements and their locations within the project limits
2.Fully functioning elements
3.Nonoperational elements
Before Contract acceptance, conduct a postconstruction operational status check of all elements shown
on the list with the Engineer and an electrical representative from the traffic operations office of the district
in which the work is located.
Replace 10-3 of section 10 with:
10-2–10-3 RESERVED
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
12 TEMPORARY TRAFFIC CONTROL
07-15-16
Replace section 12-3.32 with:
12-3.32 PORTABLE CHANGEABLE MESSAGE SIGNS
12-3.32A General
12-3.32A(1) Summary
Section 12-3.32A includes specifications for placing portable changeable message signs.
12-3.32A(2) Definitions
Reserved
12-3.32A(3) Submittals
If requested, submit a certificate of compliance for each PCMS.
Submit your cell phone number before starting the first activity that requires a PCMS.
12-3.32A(4) Quality Assurance
Reserved
12-3.32B Materials
04-15-16
04-15-16
Each PCMS must have a message board, controller unit, power supply, and a structural support system.
The unit must be assembled to form a complete self-contained PCMS that can be delivered to the job site
and placed into immediate operation. The sign unit must be capable of operating at an ambient air
temperature from -4 to 158 degrees F and must be unaffected by mobile radio transmissions other than
those required to control the PCMS.
A PCMS must be permanently mounted on a trailer, truck bed, or truck cab under the manufacturer's
instructions. The PCMS must be securely mounted on the support vehicle such that it remains attached
during any impact to the vehicle. If it is mounted on a trailer, the trailer must be capable of being leveled
and plumbed.
A minimum of 3 feet of retroreflective material must be permanently affixed on all 4 sides of the trailer.
The retroreflective material need not be continuous but must be visible on the same plane.
The sign panel must be capable of displaying a 3-line message with at least 7 characters per line. The
characters must be at least 18 inches in height where the useable shoulder area is at least 15 feet wide.
Page 7 of 10
To prevent encroachment onto the traveled way where the useable shoulder area is less than 15 feet
wide, you may use a smaller message panel with at least 12-inch-high characters.
The message displayed on the sign must be visible from a distance of 1,500 feet and legible from a
distance of 750 feet at noon on a cloudless day and during the night by persons with 20/20 vision or
vision corrected to 20/20.
The characters on a sign panel may be 10 inches in height if:
1.PCMS is mounted on a service patrol truck or other incident response vehicle or used for traffic
control operations on a highway facility where the posted speed limit is less than 40 mph
2.Message is legible from a distance of at least 650 feet at noon on a cloudless day and during the
night by persons with 20/20 vision or vision corrected to 20/20
A matrix sign must provide a complete alphanumeric selection.
A PCMS must automatically adjust its brightness under varying light conditions to maintain the legibility of
the message. The sign must be equipped with an automatic-dimming mode that automatically
compensates for the influence of temporary light sources or abnormal lighting conditions. The sign must
have 3 or more manual dimming modes of different intensities.
During the hours of darkness, a matrix sign not using lamps must be either internally or externally
illuminated.
The controller must be an all solid-state unit containing the necessary circuitry for the storage of at least 5
preprogrammed messages. The controller must be installed at a location that allows the operator to
perform all functions from a single position. The controller must have a keyboard entry system that allows
the operator to generate an infinite number of additional messages in addition to the preprogrammed
stored messages. The keyboard must be equipped with a security lockout feature to prevent unauthorized
use of the controller.
The controller must have:
1.Nonvolatile memory that stores keyboard-created messages during periods when the power is not
activated
2.Variable display rate that allows the operator to match the information display to the speed of
approaching traffic
3.Screen upon which messages may be reviewed before being displayed on the sign
The flashing-off time must be adjustable from within the control cabinet.
12-3.32C Construction
Place a PCMS as far from the traveled way as practicable where it is legible to approaching traffic without
encroaching on the traveled way. Where the vertical roadway curvature restricts the sight distance of
approaching traffic, place the sign on or before the crest of the curvature where it is most visible to the
approaching traffic. Where the horizontal roadway curvature restricts the sight distance of approaching
traffic, place the sign at or before the curve where it is most visible to approaching traffic. Where
practicable, place the sign behind guardrail or Type K temporary railing.
Make a taper consisting of 9 traffic cones placed 25 feet apart to delineate the location of a PCMS except
where the sign is placed behind guardrail or Type K temporary railing.
When in full operation, the bottom of a sign must be at least 7 feet above the roadway in areas where
pedestrians are anticipated and 5 feet above the roadway elsewhere, and the top of the sign must be not
more than 14.5 feet above the roadway.
Operate the PCMS under the manufacturer's instructions.
Keep the PCMS clean to provide maximum visibility.
If multiple signs are needed, place each sign on the same side of the road at least 1,000 feet apart on
freeways and expressways and at least 500 feet apart on other types of highways.
Page 8 of 10
If more than one PCMS is simultaneously visible to traffic, only 1 sign may display a sequential message
at any time. Do not use dynamic message displays, such as animation, rapid flashing, dissolving,
exploding, scrolling, horizontal movement, or vertical movement of messages. The message must be
centered within each line of the display.
You may use an additional PCMS if more than 2 phases are needed to display a message.
Display only messages shown or ordered.
Repeat the entire message continuously in not more than 2 phases of at least 3 seconds per phase. The
sum of the display times for both of the phases must be a maximum of 8 seconds. If more than 2 phases
are needed to display a message, use an additional PCMS.
You must be available by cell phone during activities that require a sign. Be prepared to immediately
change the displayed message if ordered. You may operate the sign with a 24-hour timer control or
remote control if authorized.
After the initial placement, move a sign from location to location as ordered.
When a PCMS is not in use, move it to an area at least 15 feet from the edge of the traveled way or
remove it from the job site away from traffic.
12-3.32D Payment
Not Used
Add between the 1st sentence and 2nd sentences in the 1st paragraph of section 12-4.02A(3)(a):
07-15-16
For a project in District 7, submit the request at least 15 days before the proposed closure date.
Replace section 12-4.02C(2) with:
12-4.02C(2) Lane Closure System
12-4.02C(2)(a) General
01-15-16
The Department provides LCS training. Request the LCS training at least 30 days before submitting the
1st closure request. The Department provides the training within 15 days after your request.
LCS training is web-based or held at a time and location agreed upon by you and the Engineer. For web-
based training, the Engineer provides you the website address to access the training.
With 5 business days after completion of the training, the Department provides LCS accounts and user
IDs to your assigned, trained representatives.
Each representative must maintain a unique password and current user information in the LCS.
The project is not accessible in LCS after Contract acceptance.
04-15-16
12-4.02C(2)(b) Status Updates for Authorized Closures
Update the status of authorized closures using the LCS Mobile web page.
For a stationary closure, use code:
1.10-97 immediately before you place the 1st advance warning sign
2.10-98 immediately after you remove all of the advance warning signs
For a moving closure, use code:
1.10-97 immediately before the actual start time of the closure
2.10-98 immediately after the actual end time of the closure
01-15-16
Page 9 of 10
Cancel an authorized closure by using code 10-22 within 2 hours after the authorized start time.
If you are unable to access the LCS Mobile web page, immediately notify the Engineer of the closure's
status.
Replace the 1st sentence in the 3rd paragraph of section 12-6.03A with:
07-15-16
When the Engineer determines the temporary pavement delineation is no longer required for the direction
of traffic, remove the temporary pavement delineation, including any underlying adhesive for temporary
pavement markers, from the final layer of surfacing and from the pavement to remain in place.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
13 WATER POLLUTION CONTROL
09-02-16
Replace General Industrial Permit in the 2nd item in the list in the paragraph of section 13-1.01C(3)
with:
Industrial General Permit
Replace the 2nd paragraph of section 13-1.01D(2) with:
05-06-16
05-06-16
Discharges from manufacturing facilities, such as batch plants and crushing plants, must comply with the
discharge requirements in the NPDES General Permit for Storm Water Discharges Associated with
Industrial Activities; Order No. 2014-0057-DWQ, CAS000001 (Industrial General Permit), issued by the
SWRCB. For the Industrial General Permit, go to the SWRCB website.
Replace General Industrial Permit in the 3rd paragraph of section 13-1.01D(2) with:
Industrial General Permit
Replace the 2nd paragraph of section 13-3.01D(2) with:
05-06-16
09-02-16
For a project in the Lake Tahoe Hydrologic Unit, discharges of stormwater from the project must comply
with the NPDES General Permit for General Waste Discharge Requirements and National Pollutant
Discharge Elimination System General Permit for Storm Water Discharges Associated with Construction
Activity in the Lake Tahoe Hydrologic Unit, Counties of Alpine, El Dorado, and Placer, (Order No. R6T-
2016-0010 and NPDES No. CAG616002). You may view the General Permit for the Lake Tahoe
Hydrologic Unit at the Construction Storm Water Program page of the SWRCB website.
Replace the 2nd paragraph of section 13-8.01D(2) with:
09-02-16
For a project within the Lake Tahoe Hydrologic Unit, the design, installation, operation, and monitoring of
the temporary ATS and monitoring of the treated effluent must comply with Attachment E of the NPDES
General Permit for General Waste Discharge Requirements and National Pollutant Discharge Elimination
System General Permit for Storm Water Discharges Associated with Construction Activity in the Lake
Tahoe Hydrologic Unit, Counties of Alpine, El Dorado, and Placer, (Order No. R6T-2016-0010 and
NPDES No. CAG616002). You may view the General Permit for the Lake Tahoe Hydrologic Unit at the
Construction Storm Water Program page of the SWRCB website.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
16 TEMPORARY FACILITIES
04-15-16
Add between the 1st and 2nd sentences of section 16-2.03A(1):
04-15-16
Constructing a high-visibility fence includes the installation of any signs specified in the special provisions.
Page 10 of 10
BID BOOK
____________________________________________________________
AMERICAN AVENUE DISPOSAL SITE PHASE III – MODULES 3-8
LANDFILL GAS COLLECTION AND CONTROL SYSTEM (LFGCCS)
EXPANSION
18950 W American Ave, Kerman, CA 93630
BUDGET / ACCOUNT: 9026 / 8150
________________________________________________________
Department of Public Works and Planning
CONTRACT NUMBER 20-18-SW
B I D B O O K T A B L E O F C O N T E N T S
AMERICAN AVENUE DISPOSAL SITE PHASE III – MODULES 3-8 LANDFILL GAS COLLECTION AND CONTROL SYSTEM (LFGCCS) EXPANSION CONTRACT NUMBER 20-18-SW
PROPOSAL
NUMBER(S) TITLE
NOT APPLICABLE INSTRUCTIONS FOR COMPLETING THE BID BOOK
1 PROPOSAL TO THE BOARD OF SUPERVISORS OF THE COUNTY OF FRESNO
2 BID ITEM LIST
3 EVALUATION OF BID ITEM LIST
4 BID SECURITY
5 NON-COLLUSION DECLARATION
6 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
7 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE AND PUBLIC
CONTRACT CODE 10232 STATEMENT
8(A) – 8(I) SUBCONTRACTORS
9 - 16 NOT USED
17 GUARANTY
INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 2 of 4
INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID
PROJECTS
General
Complete forms in the Bid book.
Submit an electronic bid online at http://www.BidExpress.com (Section 2-1.33D) or submit a hardcopy bid:
1. Under sealed cover addressed to the Department and labeled with the name of the bidder, the name of the
project and the statement 'Do Not Open Until The Time Of Bid Opening.'
2. Marked as a bid
3. Identifying the contract number and the bid opening date
Certain bid forms must be submitted with the bid and properly executed.
Certain other forms and information must be submitted either with the bid or within the prescribed period after bid
opening as specified elsewhere in these special provisions.
Failure to submit the forms and information as specified results in a nonresponsive bid.
If an agent other than the authorized corporation officer or a partnership member signs the bid, file a Power of
Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may be
nonresponsive.
Bid Item List and Bid Comparison
Submit a bid based on the bid item quantities the Department shows on the Bid Item List. Bids will be evaluated
and the low bidder determined as indicated in the Notice to Bidders.
Bid Document Completion
Proposal items are identified by title and by the word “Proposal” followed by the number assigned to the proposal
item in question. Proposal items are included in the Bid Book.
Proposal to the Board of Supervisors of Fresno County – Proposal 1
Provided for information.
Bid Item List – Proposal 2
One or more sheet(s) or list(s) upon which the bidder completes the bid.
Fill out completely including a unit price and total for each unit price-based item and a total for each lump sum
item.
Do not make any additions such as “plus tax”, “plus freight”, or conditions such as “less 2% if paid by 15th”.
Use ink or typewriter for paper bids.
Evaluation of Bid Item List – Proposal 3
Describes how inconsistences and irregularities are evaluated and corrected when Design Services reviews the
Bid Item List.
INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 3 of 4
Bid Security and Signature – Proposal 4
Submit one of the following forms of bidder's security equal to at least 10 percent of the bid:
• Cash
• Cashier's check
• Certified check
• Signed bidder's bond by an admitted surety insurer
Indicate type of bid security provided.
• Cash – Acceptable but not recommended. Cash is deposited in a clearing account and is returned to
bidders by County warrant. This process may take several weeks.
• Cashier’s or Certified Checks. This type of security is held until the bid is no longer under consideration.
If submitted by a potential awardee, they will be returned when the contract is fully executed by the
bidder and bonds and insurance have been approved.
• Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding company. Provide
notarized signature of attorney-in-fact accompanied by bonding company’s affidavit authorizing attorney-
in-fact to execute bonds. An unsigned bid bond will be cause for rejection.
Acknowledge Addenda
Provide contractor’s license information.
State business name and if business is a:
• Corporation - list officers
• Partnership - list partners
• Joint Venture - list members; if members are corporations or partnerships, list their officers or partners.
• Individual - list Owner’s name and firm name style
Signature of Bidder - the following lists types of companies and corresponding authorized signers.
• Corporation - by an officer
• Partnership - by a partner
• Joint Venture - by a member
• Individual - by the Owner
If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of attorney
authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the bid may be
rejected.
• Business Address - Firm’s Street Address
• Mailing Address - P.O. Box or Street Address
• Complete, sign, and return with bid.
INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 4 of 4
Noncollusion Declaration – Proposal 5
Must be completed, signed, and returned with bid.
Public Contract Code Section 10285.1 Statement – Proposal 6
Select “has” or “has not” in accordance with instructions on form, return with completed for with bid. Note that
signing the bid constitutes signing this statement.
Public Contract Code Section 10162 Questionnaire And Public Contract Code 10232 Statement –
Proposal 7
Select ”yes” or “no” accordance with instructions on form, include explanation if “yes” is selected. Return
completed form with bid. Note that signing the bid constitutes signing this questionnaire and statement.
Subcontractors – Proposal 8(a) through Proposal 8(f)
Sheet(s) or spaces where bidders list subcontractors. List each subcontractor to perform work in an amount in
excess of 1/2 of 1 percent of the total bid (Pub Cont Code § 4100 et seq.).
The Subcontractor List submitted with the bid must show the name, location of business, work portions to be
performed, and the contractor’s license number for each subcontractor listed.
• Use subcontractor's business name style as registered with the License Board.
• Specify the city in which the subcontractor’s business is located and the state if other than California.
• Description of the work to be performed by the subcontractor. Indicate with bid item numbers from the
bid item list and/or work descriptions similar to those on bid item list.
• List license number for each subcontractor.
Upon request from Design Services, provide the following additional information within 24 hours of bid opening if
not included on the Subcontractor List submitted with the bid:
• Complete physical address for each subcontractor listed.
• Percentage of the total bid or dollar amount associated with each subcontractor listed.
• Department of Industrial Relations registration number.
Proposal 9 - Proposal 16 – Not Used
Guaranty - Proposal 17
Does not need to be signed with the bid. Part of the contract which must be signed by the contractor when
contract is executed.
General Info
Total:
$1,998,421.00
Number
20-18-SW American Avenue
Disposal Site Phase III
Modules 3-8 Landfill Gas
Collection and Control
System Expansion
Deadline
03/11/2021 10:00 PM UTC
Vendor
BSE GENERAL
ENGINEERING, INC.
Submitted
03/11/2021 12:05 AM UTC
Signed by
TERRI SONN
Account Holder Terri Sonn
Opened
03/11/2021 10:03 PM UTC
By
jgeddert@fresnocountyca.gov
Description
The work to be done consists, in general, of installing 23 new single depth Landfill Gas
(LFG) vertical extraction wells and 15 LFG horizontal extraction wells; installing header and
lateral piping to connect new extraction wells to the collection system; furnishing, installing
and testing 6 condensate sumps, associated pumps and furnishing all appurtenances and
performing all incidental work to effectuate the planned expansion of the site’s landfill gas
collection and control system
Allows zero unit prices and labor
Yes
Allows negative unit prices and labor
Yes
Attachment List
Project Website
RFC form, bid opening details, any Supplemental Information
including RFC responses, prebid conference information, etc.
Specifications (4 MB)
Specifications (4 MB)
Plans (7 MB)
Plans (7 MB)
Proposal to the Board of Supervisors of the County of Fresno - Proposal 1
Page 1 of 13 03/12/2021
The work embraced herein shall be done in accordance with the 2015 Standard Specifications and with the 2015 Standard Plans,
of the State of California, Department of Transportation insofar as the same may apply and in accordance with these special
provisions.
Except to the extent that they may conflict with these special provisions, revised Standard Specifications apply to the extent
included in the section entitled “Project Details” of the book entitled “Specifications."
The work to be done is shown on a set of Plans, Department File No. 11307, entitled: “American Avenue Disposal Site Phase III
Modules 3-8 Landfill Gas Collection and Control System (LFGCCS) Expansion”.
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; 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 Owner 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 unit prices, to-wit:
Bid Item List - Proposal 2
$1,998,421.00
Item
No.
F,
S Quantity Unit Item Description Item Price Extension
1 0 1 LS SUPPLEMENTAL WORK $50,000.00 $50,000.00
2 0 1 LS MOBILIZATION/DEMOBILIZATION $122,700.00 $122,700.00
3 0 1 LS TRAFFIC CONTROL $78,673.28 $78,673.28
4 0 1 LS CONSTRUCTION SITE MANAGEMENT $62,545.74 $62,545.74
5 0 1 LS GRADE CHECKING $44,297.65 $44,297.65
6 0 1,126 LF VERTICAL LANDFILL GAS WELL DRILLING $64.78 $72,942.28
7 0 1,195 LF
VERTICAL LANDFILL GAS EXTRACTION WELL
INSTALLATION AND BACKFILL
$58.08 $69,405.60
8 0 15,400 LF
HORIZONTAL LANDFILL GAS WELL INSTALLATION AND
BACKFILL $34.43 $530,222.00
9 0 38 EA VERTICAL AND HORIZONTAL LANDFILL GAS EXTRACTION $996.53 $37,868.14
Total: $1,998,421.00
Page 2 of 13 03/12/2021
Item
No.
F,
S Quantity Unit Item Description Item Price Extension
WELL WELLHEAD INSTALLATION AND CONNECTION TO
LATERAL
10 0 113 LF
LANDFILL GAS EXTRACTION WELL, DRILL TO REFUSAL
AND BACKFILL
$56.18 $6,348.34
11 0 3,500 LF
PROVIDE AND INSTALL 2-INCH HDPE SDR-9 AIR SUPPLY
PIPE (ABOVE GRADE OR IN COMMON TRENCH) AND
2-INCH FITTINGS
$2.50 $8,750.00
12 0 3,500 LF
PROVIDE AND INSTALL 2-INCH HDPE SDR-11
CONDENSATE FORCE MAIN PIPE (ABOVE GRADE OR IN
COMMON TRENCH) AND 2-INCH FITTINGS
$2.45 $8,575.00
13 0 6,600 LF
PROVIDE AND INSTALL 6-INCH HDPE SDR-11 PIPING,
WITH ANCHORS AND GUIDES (ABOVE GRADE) AND
6-INCH FITTINGS
$21.57 $142,362.00
14 0 1,400 LF
PROVIDE AND INSTALL 6-INCH HDPE SDR-11 PIPING
(BELOW GRADE) AND 6-INCH FITTINGS
$24.26 $33,964.00
15 0 500 LF
PROVIDE AND INSTALL 12-INCH HDPE SDR-11 PIPING,
WITH ANCHORS AND GUIDES (ABOVE GRADE) AND
12-INCH FITTINGS
$50.72 $25,360.00
16 0 220 LF
PROVIDE AND INSTALL 12-INCH HDPE SDR-11 PIPING
(BELOW GRADE) AND 12-INCH FITTINGS
$81.38 $17,903.60
17 0 620 LF
PROVIDE AND INSTALL 18-INCH HDPE SDR-11 PIPING,
WITH GUIDES (ABOVE GRADE) AND 18-INCH FITTINGS
$109.39 $67,821.80
18 0 2,600 LF
PROVIDE AND INSTALL 18-INCH HDPE SDR-11 PIPING
(BELOW GRADE) AND 18-INCH FITTINGS
$103.67 $269,542.00
19 0 24 EA PROVIDE AND INSTALL 6-INCH VALVES $881.07 $21,145.68
20 0 1 EA PROVIDE AND INSTALL 12-INCH VALVES $2,475.32 $2,475.32
21 0 4 EA PROVIDE AND INSTALL 18-INCH VALVES $8,719.75 $34,879.00
22 0 320 LF
PROVIDE AND INSTALL 12-INCH CORRUGATED STEEL
PIPE (CSP) AND ROAD CROSSINGS
$28.42 $9,094.40
23 0 40 LF
PROVIDE AND INSTALL 18-INCH CSP AND ROAD
CROSSINGS $49.75 $1,990.00
24 0 5 EA
CONNECT EXISTING LEACHATE COLLECTION AND
REMOVAL SYSTEM (LCRS) RISER 10-INCH LFG LATERALS
TO 18-INCH HEADER, WITH WELLHEAD, FITTINGS, AND
$3,105.14 $15,525.70
Total: $1,998,421.00
Page 3 of 13 03/12/2021
Item
No.
F,
S Quantity Unit Item Description Item Price Extension
OTHER APPURTENANCES
25 0 6 EA
PROVIDE AND INSTALL NEW CONDENSATE SUMP WITH
FITTINGS AND OTHER APPURTENANCES
$43,508.79 $261,052.74
26 0 1 EA
CONNECT LFG HEADER DRAIN TO EXISTING
CONDENSATE SUMP
$2,976.73 $2,976.73
Total: $1,998,421.00
Evaluation of Bid Item List - Proposal 3
Abbreviations used in the bid proposal sheet are identified in Section 1-1.06, “Abbreviations,” of these special provisions.
Bids are required for the entire work. Bids will be compared on the basis indicated in the Notice to Bidders. The bidder shall set
forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in
clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth
under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as
provided in (a) or (b), as follows:
(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as
the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be
divided by the estimated quantity for the item and the price thus obtained shall be the unit price;
(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one
hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the
entered unit price or item total, whichever most closely approximates percentage-wise the unit price or item total in the
Owner's Final Estimate of cost.
If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular.
Likewise, if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular
unless the project being bid has only a single item and a clear, readable total bid is provided.
Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or
item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if
applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all
figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals
only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail.
The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission,
inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in
the discretion of the Owner, and that discretion will be exercised in the manner deemed by the Owner to best protect the public
interest in the prompt and economical completion of the work. The decision of the Owner respecting the amount of a bid, or the
existence or treatment of an irregularity in a bid, shall be final.
If this proposal shall be accepted and the undersigned shall fail to contract, as aforesaid, and to give the two bonds in the sums
to be determined as aforesaid, with surety satisfactory to the Owner, within eight (8) days not including Saturdays, Sundays and
legal holidays, after the bidder has received notice of award of the contract, the Owner, at its option, may determine that the
bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the
Page 4 of 13 03/12/2021
forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the Owner.
Bidder Signature - Proposal 4
Business Name *
BSE GENERAL ENGINEERING, INC.
IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of corporation, also names of the
president, secretary, treasurer and manager thereof; if a copartnership, state true name of firm, also names of all individual co-
partners composing firm; if bidder or other interested person is an individual, state first and last name in full.
Type of Business *
Corporation - list Officers
List additional type of business information below. *
BOB SONN, CEO, PRESIDENT
TERRI SONN, CFO,TREASURER
JEFFREY SONN, SECRETARY
Licensed in accordance with an act providing for the registration of Contractors,
Class *
A
Contractor License Number *
361295
Expires *
5/31/2021
DIR Registration Number *
1000050709
Signature of Bidder *
Page 5 of 13 03/12/2021
Terri Sonn
NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the
officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm
shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the co-
partnership; and if bidder is an individual, his signature shall be placed above. If signature is by an agent, other than an officer of
a corporation or a member of a partnership, a Power of Attorney must be on file with the Owner prior to opening bids or
submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized.
Business Address *
26132 OLD HIGHWAY 80, DESCANSO, CA 91916-9797
Mailing Address
Business Phone *
(619) 473-1000
Fax Number
Email Address *
tsonnbse@gmail.com
Bid Security - Proposal 4
Bond Percentage
10.00%
Guarantee Method *
Cash, Cashier's Check,
Certified Check, Paper Bid
Bond
Cash, Cashier's Check, Certified Check, Paper Bid Bond
Confirmation *
I have provided a Paper Bid Bond for the Bid Security Amount above prior to the solicitation deadline.
Page 6 of 13 03/12/2021
You must either attach an electronic bid bond here or provide an original bid bond (or other form of bid
security authorized by Public Contract Code Section 20129(a)), prior to the bid opening.
Note: While it is strongly encouraged that you comply with the above bidding requirement if at all
possible, it is acknowledged that this bid opening is occurring during the COVID-19 State of Emergency in
Fresno County, the impact of which is immense. If, as a result of the emergency, you are unable to
provide the original bid security or electronic bid bond prior to the bid opening (and if your bid is otherwise
appropriately responsive to bid requirements), then staff will request that the Board of
Supervisors consider exercising its discretion to waive the bidding irregularity (regarding the time of
delivery of the bid security) IF you: (1) attach a scanned copy of the original bid security to the Bid; and (2)
provide for hand-delivery of the original bid security to the County within 24 hours of the bid opening.
Addendum Acknowledgement - Proposal 4
Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA:
(Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging)
Type N/A if no addenda were issued. Click "+" to add additional fields.
Addendum No. *
N/A
Dated *
3/10/2021
Noncollusion Declaration - Proposal 5
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID*
The undersigned declares:
I am the (Choose one of the following options): *
Corporate Officer
If Corporate Officer please list Title:
CFO, TREASUER
Page 7 of 13 03/12/2021
of (Business Name): *
BSE GENERAL ENGINEERING, INC.
the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization,
or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with
any bidder or anyone else to put in a sham bid, or refrain from bidding. 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. All statements contained in the bid are true.
The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository,
or to any member or agent thereof, and has not paid, and will not pay, any person or entity for that purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability
company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does
execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this
declaration is executed on _________, 2021,
Date: *
3/10/2021
at City, State: *
DESCANSO, CALIFORNIA
Signature: *
TERRI SONN
(See Title 23 United States Code Section 112; Calif Public Contract Code Section 7106)
*NOTE: Completing, signing, and returning the Non-Collusion Affidavit is a required part of the Proposal. Bidders are cautioned
that making a false certification may subject the certifier to criminal prosecution.
Public Contract Code - Proposal 6-7
Page 8 of 13 03/12/2021
Public Contract Code Section 10285.1 Statement - Proposal 6
In conformance 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
Choose an option: *
Has not been convicted
within the preceding three 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.
The above Statement is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this
Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
Public Contract Code Section 10162 Questionnaire - Proposal 7
In conformance 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?
Choose an option: *
No
If the answer is No, please type N/A. If the answer is Yes, explain the circumstances in the following space. *
N/A
Public Contract Code Section 10323 Statement - Proposal 7
In conformance 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
Page 9 of 13 03/12/2021
immediately preceding two-years period because of the Contractor's failure to comply with an order of the National Labor
Relations Board.
Note: The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature portion thereof shall also
constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
Subcontractors - Proposal 8(a)
The following named subcontractor(s) will perform with labor, or otherwise render services to the general contractor in or about
the construction of the work or improvement in an amount in excess of one-half of one percent of the total bid presented
herewith. Please fill out as completely as possible when submitting your bid. Use subcontractor's business name style as
registered with the License Board. Submission of subcontractor's name, location of business and description of work, California
contractor’s license number and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code,
all are REQUIRED, by Section 4104 of the California Public Contract Code, to be submitted prior to bid opening. (The “location of
business” must specify the city in which the subcontractor’s business is located, and the state if other than California.) All other
requested information shall be submitted, either with the bid or within 24 hours after bid opening.
Please fill out as completely as possible when submitting your bid. Use subcontractor's business name style as registered with
the License Board.
FAILURE TO LIST SUBCONTRACTORS AS DIRECTED MAY RENDER THE BID NON-RESPONSIVE, OR MAY RESULT IN
ASSESSMENT OF A PENALTY AGAINST THE BIDDER IN ACCORDANCE WITH SECTION 4110 OF THE CALIFORNIA
PUBLIC CONTRACT CODE.
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields.
Subcontractor: *
TBCO INC.
Business Address *
9657 MIZPAH LN. , DESCANSO, CA ., 91916-9726
Class
A and C57
License No. *
709037
DIR Registration No. *
1000028480
Page 10 of 13 03/12/2021
Item No. or Description of Work *
FUSING 12 " AND 18" HDPE
Dollar Amount: OR Percentage of Total Bid:
7%
Email Address:
travis726@cox.net
Subcontractors - Proposal 8(b)
Optional: Vendor is not required to complete.
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields.
Subcontractor: *
SACRAMENTO DRILLING, INC.
Business Address *
1143 BLUMENFELD DRIVE, SUITE 100, SACRAMENTO, CA 95815
Class
A
License No. *
759193
DIR Registration No. *
1000004496
Item No. or Description of Work *
VERTICAL LANDFILL GAS WELL DRILLING
Dollar Amount: OR Percentage of Total Bid:
2.35%
Email Address:
Page 11 of 13 03/12/2021
jon@sacdrill.com
Proposal 9 - 16
NOT USED
Guaranty - Proposal 17
Optional: Vendor is not required to complete.
(This guaranty shall be executed by the successful bidder in accordance with instructions in the special provisions. The bidder
may execute the guaranty on this page at the time of submitting their bid.)
G U A R A N T Y
To the Owner: County of Fresno
CONTRACT NUMBER
The undersigned guarantees the construction and installation of the following work included in this project: 20-18-SW
ALL WORK
Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty
workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as
originally intended and in accordance with the plans and specifications, due to any of the above causes, all within twelve (12)
months after date on which this contract is accepted by the Owner, the undersigned agrees to reimburse the Owner, upon
demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any
such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such
replacement or repairs, or, upon demand by the Owner, to replace any such material and to repair said work completely without
cost to the Owner so that said work will function successfully as originally contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or
repairs done by the undersigned. In the event the Owner elects to have said work performed by the undersigned, the undersigned
agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable
time after the receipt of demand from the Owner.
Page 12 of 13 03/12/2021
Date: *
3/10/2021
Name (Printed): *
TERRI SONN
Signature: *
TERRI SONN
Title: *
CFO, TREASUER
Contractor: *
BSE GENERAL ENGINEERING, INC.
Additional Documents (Use if needed)
Name Omission Terms
Submitted
File
Optional: Vendor is not required to complete.
Not Required
Extra Space if needed
Extra space not needed BID BOND.pdf
Not Required
Extra Space if needed
Extra space not needed
I am not
enclosing this
document
because the
omission terms
have been
met.
Not Required
Extra Space if needed
Extra space not needed
I am not
enclosing this
document
because the
omission terms
have been
met.
3 Required Documents
Page 13 of 13 03/12/2021
A G R E E M E N T
THIS AGREEMENT made at Fresno, in Fresno County, California, by and between BSE GENERAL
ENGINEERING, INC. hereinafter called the Contractor, and the County of Fresno hereinafter called the
Owner.
WITNESSETH: That the Contractor and the Owner, for the consideration hereinafter named, agree as
follows:
ARTICLE I. The Contractor agrees to furnish all labor and materials, including tools, implements, and
appliances required, but excluding such materials as are mentioned in the specifications to be furnished
by the Owner, and to perform all the work in a good and workmanlike manner, free from any and all liens
and claims of mechanics, materialmen, teamsters, subcontractors, artisans, machinists, and laborers
required for:
AMERICAN AVENUE DISPOSAL SITE PHASE III – MODULES 3-8 LANDFILL GAS COLLECTION
AND CONTROL SYSTEM (LFGCCS) EXPANSION
CONTRACT NUMBER
18950 W AMERICAN AVE, KERMAN, CA 93630
CONTRACT NUMBER 20-18-SW
All in strict compliance with the plans, drawings and specifications therefor prepared by the Owner, and
other contract documents relating thereto.
ARTICLE II. The Contractor and the Owner agree that the Notice to Bidders and Special Provisions,
the Wage Scale (Prevailing Wages), the Plans and Drawings, Addenda and Bulletins thereto, and the
Proposal (Bid Book) hereto attached, together with this Agreement, form the contract, and they are as
fully a part of the contract as if hereto attached or herein repeated.
All portions of the Standard Specifications of the State of California, Department of Transportation, dated
2015, which are not in conflict with this contract shall be deemed a part of the specifications as though
fully therein set forth; provided, however, that revisions to the said Standard Specifications shall apply
only to the extent, if any, included in the Project Details of these specifications or as otherwise
incorporated directly herein. No part of said specifications which is in conflict with any portion of this
agreement, or which is not actually descriptive of the work to be done thereunder, or of the manner in
which said work is to be executed, shall be considered as any part of this agreement, but shall be utterly
null and void.
ARTICLE III. The Owner agrees to pay the Contractor in current funds for the performance of the
contract the sum of ONE MILLION NINE HUNDRED AND NINETY EIGHT THOUSAND FOUR
HUNDRED AND TWENTY ONE DOLLARS AND 00/100 ($1,998,421.00) it being understood that said
price is based upon the estimated quantities of materials to be used as set forth in the Proposal, except
where provisions are made in the contract documents whereby the estimated quantities shall constitute
the final quantity; that upon completion of the project the final contract prices shall be revised by change
order, if necessary, to reflect the true quantities used at the stated unit price thereof as contained in the
Contractor's Proposal hereto attached. Payments on account thereof will be made as set forth in the
special provisions.
ARTICLE IV. If the Contractor should be adjudged a bankrupt, or if he should make a general
assignment for the benefit of his creditors, or if a receiver should be appointed on account of his
insolvency, or if he or any of his subcontractors should persistently violate any of the provisions of the
contract, or if he should persistently or repeatedly refuse or should fail, except in cases for which
extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he
should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard
laws, ordinances or the instructions of the Engineer, then the Owner may, upon certificate of the
Engineer when sufficient cause exists to justify such action, serve written notice upon the Contractor
and his surety of its intention to terminate the contract, and unless within five days after the serving of
such notice, such violations shall cease and satisfactory arrangements for correction thereof be made,
the contract shall, upon the expiration of said five days, cease and terminate.
In the event of any such termination, the Owner shall immediately serve written notice thereof upon the
surety and the Contractor, and the surety shall have the right to take over and perform the contract,
provided, however, that if the surety within ten (10) days after the serving upon it of notice of termination
does not give the Owner written notice of its intention to take over and perform the contract or does not
commence performance thereof within the ten (10) days stated above from the date of the serving of
such notice, the Owner may take over the work and prosecute the same to completion by contract or by
any other method it may deem advisable, for the account and at the expense of the Contractor, and the
Contractor and his surety shall be liable to the Owner for any excess cost occasioned the Owner thereby,
and in such event the Owner may without liability for so doing, take possession of and utilize in
completing the work such materials, appliances, plant and other property belonging to the Contractor as
may be on the site of the work and necessary therefor. In such case the Contractor shall not be entitled
to receive any further payment until the work is finished. If the unpaid balance of the contract price shall
exceed the expenses of finishing the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such
unpaid balance, the Contractor shall pay the difference to the Owner. The expense incurred by the
Owner, as herein provided and damage incurred through the Contractor's default, shall be certified by
the Engineer.
ARTICLE V. To the fullest extent permitted by law, with respect to any work required to be done under
this contract, the Contractor will indemnify and hold harmless the COUNTY OF FRESNO, STATE OF
CALIFORNIA, CONSULTANTS TETRA TECH and all other participating public agencies, whether or
not said agencies are named herein, who have jurisdiction within the areas in which the work is to be
performed, and all officers and employees of the Owner, the County, the State, the United States and
said other participating agencies, from any and all costs and expenses, attorney fees and court costs,
damages, liabilities, claims and losses occurring or resulting to COUNTY in connection with the
performance, or failure to perform, by CONTRACTOR, its officers, agents or employees under this
Agreement, and from any and all costs and expenses, attorney fees and court costs, damages, liabilities,
claims and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents or employees
under this Agreement. In addition, CONTRACTOR agrees to indemnify COUNTY for Federal, State of
California and/or local audit exceptions resulting from non-compliance herein on the part of
CONTRACTOR.
CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY’S request, defend the
COUNTY, its officers, agents, and employees from any and all costs and expenses, damages, liabilities,
claims, and losses occurring or resulting to COUNTY in connection with the performance, or failure to
perform, by CONTRACTOR, its officers, agents, or employees under this Agreement, and from any and
all costs and expenses, damages, liabilities, claims, and losses occurring or resulting to any person,
firm, or corporation who may be injured or damaged by the performance, or failure to perform, of
CONTRACTOR, its officers, agents, or employees under this Agreement.
The Certificate of Insurance shall be issued in duplicate, to the COUNTY OF FRESNO and all other
participating agencies, whether or not said agencies are named herein, who contribute to the cost of the
work or have jurisdiction over areas in which the work is to be performed and all officers and employees
of said agencies while acting within the course and scope of their duties and responsibilities.
In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided,
the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon
the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M Best Company rating of A FSC
VII or better.
Without limiting the COUNTY’S right to obtain indemnification from CONTRACTOR or any third parties,
CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance
policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement
or Joint Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability
Commercial General Liability Insurance with limits not less than those shown in the following table:
Liability Insurance Requirements
Total bid For each
occurrencea
Aggregate for
products/completed
operation
General
aggregateb
Umbrella or
excess liabilityc
≤ $1,000,000 $1,000,000 $2,000,000 $2,000,000 $5,000,000
> $1,000,000
≤ $10,000,000 $1,000,000 $2,000,000 $2,000,000 $10,000,000
> $10,000,000
≤ $25,000,000 $2,000,000 $2,000,000 $4,000,000 $15,000,000
> $25,000,000 $2,000,000 $2,000,000 $4,000,000 $25,000,000
aCombined single limit for bodily injury and property damage.
bThis limit must apply separately to your work under this Contract.
cThe umbrella or excess policy must contain a clause stating that it takes effect (drops down) in the
event the primary limits are impaired or exhausted.
This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including
completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal
liability, or any other liability insurance deemed necessary because of the of the nature of this contract.
Such Commercial General Liability insurance shall name the County of Fresno, its officers, agents, and
employees, individually and collectively, as additional insured, but only insofar as the operations under
this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance
and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees
shall be excess only and not contributing with insurance provided under CONTRACTOR's policies
herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance
written notice given to COUNTY. CONTRACTOR shall obtain endorsements to the Commercial General
Liability insurance policy naming COUNTY as an additional insured and providing for a thirty (30) day
prior written notice of cancellation or change in terms or coverage.
Within eight (8) days from date CONTRACTOR executes this Agreement, CONTRACTOR shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, stating that such insurance coverages have been obtained and are in
full force; that the County of Fresno, its officers, agents and employees will not be responsible for an
premiums on the policies; that such Commercial General Liability insurance names the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned; that such coverage for additional insured
shall apply as primary insurance an any other insurance, or self- insurance shall not be cancelled or
changed without a minimum of thirty (30) days advance, written notice given to COUNTY.
CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the
County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured,
but only insofar as the operations under this Agreement are concerned. Such coverage for additional
insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by
COUNTY, its officers, agents, and employees shall be excess only and not contributing with insurance
provided under CONTRACTOR’S policies herein. This insurance shall not be cancelled or changed
without a minimum or thirty (30) days advance written notice given to COUNTY.
B. Automobile Liability
Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars
($1,000,000) per accident for bodily injury and property damage. Coverage should include owned and
non-owned vehicles used in connection with this Agreement and all applicable endorsements.
C. Professional Liability
If CONTRACTOR is a licensed professional or employs professional staff, (e.g., Architect, Engineer,
Surveyor, etc.) in providing services, Professional Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate
with a provision for 3 year tail coverage.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor Code.
ARTICLE VI. Contractor represents that he has secured the payment of Worker's Compensation in
compliance with the provisions of the Labor Code of the State of California and during the performance
of the work contemplated herein will continue so to comply with said provisions of said Code. Contractor
shall supply the Owner with certificates of insurance, in duplicate, evidencing that Worker's
Compensation Insurance is in effect and providing that the Owner will receive ten days notice of
cancellation. If Contractor self-insures Worker's Compensation, Certificate of Consent to Self-insure
should be provided the Owner.
ARTICLE VII. The Contractor shall forthwith furnish in duplicate, a faithful performance bond in an
amount equal to 100% of the contract price and a payment bond in an amount equal to 100% of the
contract price, both bonds to be written by a surety company acceptable to the Owner and in the form
prescribed by law.
The payment bond shall contain provisions such that if the Contractor or his subcontractors shall fail to
pay (a) amounts due under the Unemployment Insurance Code with respect to work performed under
the contract, or (b) any amounts required to be deducted, withheld and paid over to the Employment
Development Department and to the Franchise Tax Board from the wages of the employees of the
Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the surety will pay these amounts. In case suit is brought upon the
payment bond, the surety will pay a reasonable attorney's fee to be fixed by the court.
ARTICLE VIII. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
Except as provided in Labor Code section 1725.5(f), 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 limited exceptions from this requirement for bid purposes
only under Labor Code section 1771.1(a)].
Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be awarded a
contract for public work on a public works project or engage in the performance of work on any public
works project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725 .5 .
Contractor shall comply with all applicable laws and regulations relating to wages and employment ,
including all requirements imposed by the California Department of Industrial Relations (DIR).
Contractor shall cooperate with County to furnish timely all information necessary for County 's
completion of the form required to be submitted by County when registering the Project on the DIR
website ; and County thereafter shall provide to Contractor the "Project ID Number" assigned by DIR in
order to facilitate Contactor's submission to DIR of its certified payrolls for the Project, in the manner
required and using such form as may be prescribed by DIR, in accordance with the provis ions of Labor
Code section 1771.4(a)(3).
ARTICLE IX: Governing Law -Venue for any action arising out of or relating to this Agreement shall be
in Fresno County , California . This Agreement shall be governed by the laws of the State of California .
This Contract, 20-18-SW, was awarded by the Board of Supervisors on April 13, 2021 . It has been
reviewed by the Department of Public Works and Planning and is in proper order for signature of the
Cha irman of the Board of Supervisors.
IN WITNESS WHEREOF , they have executed this Agreement this \ \~ day of
--~---'--~-------' 2021
BSE GENERAL ENGINEERING , INC .
(CONTRACTOR)
82-0621648
Title S E NIOR VI C F PR E:SI 0 FNT, C l=O
COUNTY OF FRESNO
(OWNER)
By_---,.,__,,,__~"C""C"""-,-----
Steve Bra dau, Chairman
of the Board of Supervisors of the
County of Fresno
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno , State of California
By d& '» e" ~ Deputy