HomeMy WebLinkAbout24-03-C Executed Contract.pdf SPECIFICATIONS
ELKHORN RECHARGE FACILITY
500 E. ELKHORN AVE.
CARUTHERS, CA 93609
BUDGET / ACCOUNT: 8870 / 8400 / 91761
co
6 Dep
artment artment o Public Works and Planning
O� �O p f g
FRES
CONTRACT NUMBER 24-03-C
TABLE OF CONTENTS
COVER SHEET
COUNTY ADOPTION AND ACKNOWLEDGMENT
Engineer's Signature
Consultant's Signature
NOTICE TO BIDDERS
SPECIAL PROVISIONS
TECHNICAL SPECIFICATIONS
PROJECT DETAILS / DRAWINGS
Project Drawings/Details
Location Map
Construction Funding Sign
Geotechnical Report
Self-Dealing Transactions Disclosure Form
BID BOOK
Bidder's Declaration
Bid Form
Abbreviations Used
Bid Security and Signature
Noncollusion Declaration
Public Contract Code
Subcontractor List
Certifications
Guaranty
General Requirements for In-Use Off-Road Diesel-Fueled Fleets
AGREEMENT
Agreement
PLANS
Contract Number 24-03-C
COUNTY ADOPTION AND ACKNOWLEDGEMENT
PROJECT: ELKHORN RECHARGE FACILITY
CONTRACT NUMBER: 24-03-C
Nathan Magsig, Chairman 5th District
Ernest Buddy Mendes, Vice Chairman 4th District
Brian Pacheco I st District
Steve Brandau 2nd District
Sal Quintero rd District
Paul Nerland, County Administrativ Officer
b
-11A
Steven E. White, Director ate
Department of Public Works and Planning
OFESS/ Date Signed:
PR
P,
71
No. C76724
Exp,12131124
CIVIL
CA
Supervising Engineer: Sebastian Artal, PE 76724
FRESNO COUNTY
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-21 6-
In responsible charge of the Standard Special Provisions Section 1-19.
COUNTY ADOPTION AND ACKNOWLEDGEMENT
PROJECT: ELKHORN RECHARGE FACILITY
CONTRACT NUMBER: 24-03-C
QRpFESSIONV Date Signed: 9/19/2024
\k. J O,y ti
q 0
(P ��
w Z Y\� 2m
Of No. 47,444
Civi\
�9TF OF CAS\F���
Consultant Engineer:
DATE SIGNED: 9/19/2024
Kevin Johansen, PE C47444
PROVOST & PRITCHARD CONSULTING
455 W Fir Ave.
Clovis, CA 93611
In responsible charge of the Technical Specifications and Project Details.
COUNTY OF FRESNO STATE OF CALIFORNIA
NOTICE TO BIDDERS
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)
Tuesday, October 8, 2024
If you have any questions about bid submission, please contact us at
Des ignServicesCcD-fresnocountyca.qov or call (559) 353-4919 or (559) 600-4543.
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.fresnocountyca.gov/planholders) for construction in accordance with the project
specifications therefor, to which special reference is made as follows:
ELKHORN RECHARGE FACILITY
500 E. ELKHORN AVE.
CARUTHERS, CA 93609
CONTRACT NUMBER 24-03-C
The work consists of, in general, of the construction of an approximately sixty-acre recharge
basin and stockpile area at the site including basin excavation, compacted stockpile
placement, placement of excess basin material, conveyance channel excavation, cast-in-
place and precast concrete structures, furnishing and installing slides gates, propeller
meters, rubber gasketed reinforced concrete pipe (RGRCP), County road crossing, and all
other miscellaneous items to complete the work described in the Plans and Specifications to
provide for a fully functioning recharge basin.
A pre-bid conference will be held at 2:00 p.m., on Thursday, September 26, 2024. A
discussion of the project will be held and the project sites will be open for examination.
Contractors should meet at 500 E. Elkhorn Ave. Caruthers, CA 93609. 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.
This project is funded by the American Rescue Plan Act (ARPA).
This project is subject to the contracting requirements and implementing regulations
as amended in Title 13, Section 2449 General Requirements for In-Use Off-Road
Diesel-Fueled Fleets, of the California Code of Regulations (13 CCR § 2449(i)). Bidders
must submit a valid Certificate of Reported Compliance (CRC) issued by the California
Air Resources Control Board at the time of bidding. Bidders are responsible for
submitting their listed subcontractors' CRCs and any supporting documentation
within five (5) calendar days of bid opening. Failure to submit the required CRCs may
render a bid non-responsive.
Bidders may fill out a Request to be Added to Planholders list:
https://www.fresnocountyca.gov/Departments/Public-Works-and-Planning/Construction-
Bidding-Opportunities/Request-to-Be-Added-to-the-Planholders-List-Form
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.fresnocountyca.gov/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.fresnocountyca.gov/planholders.
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 Bid Express website. Hardcopy bids shall be
submitted in a sealed envelope addressed to the Department and labeled with the name of
the bidder, contract number, 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,
Contract Number 24-03-C Notice to Bidders - 2
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.fresnocountVca.gov/Departments/Public-Works-and-Planning/Construction-
Bidding-Opportunities/24-03-C-Elkhorn-Recharge-Facility/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) or C-12 (Earthwork and Paving), 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 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.
Bids are required for the entire work described herein, including a bid for the base bid and a
bid for each of the additive bids. The total amount of the base bid and additive bid is the
cumulative sum of the bid amounts listed for the individual line items. Bids will be compared,
for purposes of identifying the apparent low bidder for proposed award of the project, on the
basis of the total of the base bid plus the total of all additive bids; provided however, that the
ultimate scope of the project, as subsequently determined by the Board of Supervisors at the
time of award, may or may not include all or any of the additive bids.
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
Contract Number 24-03-C Notice to Bidders - 3
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.
Board of Supervisors, County of Fresno
Paul Nerland, County Administrative Officer
Bernice E. Seidel, Clerk of the Board
Issue Date: September 19, 2024
Contract Number 24-03-C Notice to Bidders - 4
Special Provisions
Contract Number 24-03-C
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 2023 Standard Specifications, 2023 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 2023 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.
Add to the end of section 1-1.01:
Bid Items and Applicable Sections
REFER TO SECTION 01 22 00 EXPLANATION OF BID ITEMS
Add to section 1-1.06:
Abbreviations in the Bid Items and Applicable Sections are also used in the Bid Item List- Proposal 2.
Replace Section 1-1.07 with:
1-1.07 DEFINITIONS
1-1.07A General
Interpret terms as defined in the Contract documents.
1-1.0713 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.
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.
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:
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.
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
Holida Date observed
Every Sunday Every Sunda
New Year's Day January 1s'
Birthday of Martin Luther King, Jr. 3rd Monday in January
Presidents' Day 3rd Monday in February
Cesar Chavez Day March 31 s'
Memorial Day Last Monday in May
Juneteenth June 191h
Independence Day July 41"
Labor Day 1st Monday in September
Veterans Day November 111"
Thanksgiving Day 4th Thursday in November
Day after Thanksgiving Day Day after Thanksgiving Da
Christmas Day December 251h
If January 1st, March 31st, June 19th, 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.
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
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.
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.
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.
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
Add to the end of Section 1-1.09
This project is not in a freeze-thaw area.
Replace Section 1-1.10 with:
1-1.10 PAVEMENT CLIMATE REGIONS
To help account for the effects of various climatic conditions on pavement performance, the State has
been divided into 9 climate regions. The project's pavement climate region is Inland Valley.
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 https://dot.ca.gov/program
Material Lists s/engineering-
Authorized services/authorized-
Material Source materials-lists
Lists
CA Unified
Certification https:Hdot.ca.gov/program
Program's list of s/civil-rights/dbe-search
certified DBEs
California https:Hdot.ca.gov/program
MUTCD s/safety- -- --
ro rams/camutcd
https://www.fresnocountyc 2220 Tulare Street
Department Design Division —Seventh Floor (559)600-9908
a.gov Fresno, CA 93721
Department of
Conservation, http://www.conservation.c
Office of Mine a.gov/dmr/
Reclamation
Department of 455 Golden Gate Ave Industrial http://www.dir.ca.gov San Francisco CA 94102 __
Relations
Design Tel: (559)
Services- https://www.co.fresno.ca.0 353-4919
Contract s/planholdershttps://www.f 2220 Tulare Street Fax:(559)455-
Administration, resnocountyca.gov/planhol Design Division —Seventh Floor 4609 Email:
Planholders, ders Fresno, CA 93721 DesignServices(cD
Bid Results
fresnocountyca.g
ov
Division of Major Construction Payment and
Accounting, Information Unit
Office of https://dot.ca.gov/program Office of External Accounts Payable
External s/accounting Division of Accounting (916)227-9013
Accounts Department of Transportation
Payable P.O. Box 168043
Sacramento, CA 95816-8043
Division of http://www.dot.ca.gov/hq/c
Construction onstruc/
Geotechnical Services
Geotechnical https:Hdot.ca.gov/program Department of Transportation (g16)227-7000
Services s/engineering-services 5900 Folsom Blvd
Sacramento, CA 95819-4612
Materials Engineering and Testing
https:Hdot.ca.gov/program Services
METS s/engineering-services Department of Transportation (916)227-7000
5900 Folsom Blvd
Sacramento, CA 95819-4612
https://dot.ca.gov/program
MPQP s/construction/material- -- --
lant- ualit - ro ram
Director of Public Works & Planning
Office Engineer __ Fresno County cn (559)600-4078
2220 Tulare St, 8 Floor
Fresno, CA 93721
Office of
Electrical Office of Electrical Systems Regional
Systems Transportation Management Center
Regional -- 3165 Gold Valley Dr
Transportation Rancho Cordova, CA 95742
Management
Center
MSC 9-4/41
Offices of Documents Unit Offices of Structure
Structure Design (916)227-0716
Design, Department of Transportation
Documents Unit 1801 30th St
Sacramento, CA 95816-7006
Publication Unit
Publication Department of Transportation
Distribution Unit 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, project details, and special provisions.
The Specifications, project plans, and any addenda to these documents may be accessed at the
planholders website at https://www.fresnocountyca.gov/planholders.
The Standard Specifications and Standard Plans may be accessed online at 2015 Caltrans Standard
Specifications and 2023 Caltrans Standard Specifications
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 0 Construction Funding Sign
• Moore Twining Geotechnical Investigation Report
Dated January 26, 2024
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 Bid Item List.
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
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
Does not apply.
2-1.32 RESERVED
2-1.33 BID DOCUMENT COMPLETION AND SUBMITTAL
2-1.33A General
Complete forms in the Bid book.
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.
Electronic Bids: Complete and submit the bid online at http://www.BidExpress.com (Section 2-1.33). Your
electronic signature is your confirmation of and agreement to all certifications and statements contained in
the Bid book. On forms and certifications that you submit through the electronic bidding service, you
agree that each form and certification where a signature is required is deemed as having your signature.
Hardcopy Bid: Submit a hardcopy bid:
1. Under sealed cover
2. Marked as a bid
3. Identifying the contract number and the bid opening date
4. Use ink or typewriter
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
proposal item in question. Proposal items are included in the Bid Book.
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.
Bonding companies may provide their own bid bond forms. Bid Security and Signature sections must be
completed by the bidder and submitted with their bid.
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.
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 -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
Not used.
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.
2-1.33C(18) Proposal 18 -Title 13, California Code of Regulations § 2449(i) General Requirements
for In-Use Off-Road Diesel-Fueled Fleets
Contractors, if applicable, must submit valid Certificates of Reported Compliance with their bid.
Subcontractor certificates will be due no later than 4:00 p.m. on the fifth (5th) calendar day after the bid
opening if not submitted with the bid.
2-1.33D Electronic Bid Document Completion
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
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.
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.
2-1.51 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 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 Des ignServices(Qfresnocountyca.gov; or(2)via certified mail, return receipt requested to
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 (71h) calendar day following
the bid opening for any issues found within the bid itself, or 5:00 p.m. of the third (3'd) 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:
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
3-1.14-3-1.17 RESERVED
3-1.18 CONTRACT EXECUTION
The successful bidder must sign the Agreement.
Deliver to Design Services:
1. Signed Agreement
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.
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 9"' Paragraph of Section 5-1.01
Add the following before the last sentence in Section 5-1.02
Caltrans Standard Plans, City of Fresno Standard Drawings, 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.
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
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
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 5-1.26 with:
5-1.26 CONSTRUCTION SURVEYS
Refer to Section 01 57 50 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 highway only for purposes necessary to perform the work.
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 County right-of-way.
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.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add after the last paragraph of Section 7-1.02C:
The following information is provided for the Contractor's information, and nothing herein or elsewhere
within these special provisions shall be construed as limiting the Contractor's responsibility for complying
with all applicable rules and regulations. In conformance with Title 13 § 2449(i), between March 1 and
June 1 of each year, new valid Certificates of Reported Compliance for the current compliance year, as
defined in section 2449(n)for the Contractor and all applicable subcontractors must be submitted. Submit
new valid Certificates of Reported Compliance to the Engineer at least one week prior to the expiration
date of the current certificate.
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.
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)1 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.g,ov/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.
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.
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.
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 Slope horizontal:vertical
foot Taper use of 14 days or less Taper use of more than 14 da s
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.
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.
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.
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
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
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 the word "State" with "County" where it occurs in Section 7-1.05C.
Replace the word "State" with "Department" in the 11t paragraph of Section 7-1.0613.
Replace the word "State" with "County" in the 51" paragraph of Section 7-1.06C.
Replace the word "State" with "the Department" in Section 7-1.06D(1).
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.
7-1.0613 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):
1 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.
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
7-1.061)(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
7-1.061)(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 and CG 2037 (for
completed operations), as published by the Insurance Services Office (ISO), or equivalent form as
approved by the Department.
Replace the word "State" with "County" in Section 7-1.061)(3).
Replace the word "State" with "County" in Section 7-1.061)(4).
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. C00001.
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.
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.
7-1.061 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.
7-1.07C Claims
This section applies to non-seal coat projects which involve asphalt concrete paving. Pay for claims for
personal property damage caused by your work. Claims are limited to:
1. 10 percent of the total bid
Within 30 days of the last working day placement of hot mix asphalt, do the following:
1. Process and resolve all claims reported or submitted to you by the public as follows:
1.1. Within 3 business days of receipt of a claim, submit to the Department a copy of the claim, a
written analysis of the claim, and a statement indicating whether or not you will pay the claim. If
you reject a claim, provide the reasons for rejection in writing.
1.2. If the claimant becomes dissatisfied with your handling of the claim, immediately refer the
claimant to the local district claims office for assistance in resolving the claim.
2. Submit to the Department evidence of your paid claims.
All claims presented to the Department, (Govt Code § 900 et seq.) are processed and resolved by the
Department as follows:
1. The claims are processed as formal government claims subject to all laws and policies and are
resolved as the Department determines including referring the claim to you for handling.
2. If the Department approves settlement of a claim or is ordered to pay pursuant to a court order, the
claim is paid from funds withheld from you.
3. Within 3 business days of the Department's determination that you are responsible for resolving the
claim, the Department sends a copy of the claim to you for resolution or notifies you of the
Department's decision to resolve the claim.
The Department withholds an amount not to exceed 5 percent of the total bid to resolve all claims. The
amount is held no longer than 60 days following the last working day so that the Department has ample
time to resolve any pending claims. After 60 days, any remaining amount withheld is returned to you.
If no withheld funds remain or have been returned, the Department may pay any claims and seek
reimbursement from you through an offset or any other legal means. Any reimbursement or offset to be
recovered from you, including all other paid claims, is limited to 10 percent of the total bid.
Section 7-1.07C does not limit your obligation to defend and indemnify the Department.
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 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.
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.
Do not perform work during nighttime unless approved by the Engineer
Request approval to work during nighttime in writing and include the appropriate traffic control plan(s) and
work plan(s)which clearly identify all provisions for illuminating all portions of the work site, including any
flagging operations.
If you fail to complete work during the daytime hours, the Engineer may stop all work upon the onset of
nighttime and order you to perform any and all work the Engineer deems necessary to ensure the safety
of the public during the nighttime hours.
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.
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.
8-1.0213 Level 1 Critical Path Method Schedule
8-1.0213(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.
Before or at the preconstruction conference, submit a CPM baseline schedule.
For each schedule, submit:
1. Plotted original, time-scaled network diagram on a sheet at least 8-1/2 by 11 inches with a title block
and timeline
2. A electronic copy in PDF (Adobe Acrobat compatible)format via email to the Engineer.
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. Contract milestones and constraints
1.5. Equipment and plant setup
1.6. Interfaces with outside entities
1.7. Erection and removal of falsework and shoring
1.8. Test periods
1.9. Major traffic stage change
1.10. Final cleanup
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.
Be prepared to discuss the topics and documents shown in the following table:
Topic Document
Potential claim and dispute Potential claim forms
resolution
Contractor's representation Assignment of Contractor's representative
DBE Final utilization reports
Equipment E ui ment list
Labor compliance and equal Job site posters and benefit and payroll reports
employment opportunity
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 Ian 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. Are authorized by the Department to start
4. Perform work at your own risk
5. 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.
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
ONE HUNDRED (100) 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.
In the event that additive bid(s) are awarded, additional working days will be granted in accordance with
the following:
Additive Bids if Awarded Number of Additional Working Days
Additive#1 15
Additive#2 15
Additive#3 20
Pay to the County of Fresno the sum of
FOUR THOUSAND DOLLARS ($4,000.00)
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.
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.
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.
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.
8-1.1013 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.
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.
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 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:
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
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.
(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
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.
(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
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.
(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.
Add Section 9-1.25:
9-1.25 SUPPLEMENTAL WORK
The Supplemental Work bid item is provided to compensate the Contractor for new and unforeseen work
necessary to construct the project as designed and intended. Refer to Section 01 22 00 for measurement
and payment.
12 TEMPORARY TRAFFIC CONTROL
Add to section 12-1.01:
The project requires obtaining Temporary traffic control encroachment permit from Caltrans Right-of-Way.
The permit application fees for the traffic control shall be paid by the Contractor. Contractor shall obtain
final fees and requirements from Caltrans before submitting the bid.
Contractor shall be responsible for coordinating the permit process, pay for required fees and obtain the
permit. The cost of the coordination and fees shall be included in the various items of work. Should
Caltrans require signed and stamped traffic control plan by a License Professional Engineer, the
contractor shall be responsible to retain the engineer and pay necessary fees.
The contractor can download the Standard Encroachment Permit Application form TR-0100 at the link
below:
https:Hdot.ca.gov/programs/traffic-operations/ep/applications
The contractor must submit the electronic copy of the permit application to Caltrans District 6 mailbox
below:
District6EncroachmentPermits(cDdot.ca.gov
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.
Replace section 12-2 with:
12-2 CONSTRUCTION PROJECT FUNDING INFORMATION SIGNS
12-2.01 GENERAL
Details for construction project information signs are in Project Details.
Keep construction project information signs clean and in good repair at all times.
12-2.02 MATERIALS
Provide Construction project information signs, posts, and mounting hardware.
Construction project information signs must be wood post signs complying with section 82-3 of the
Standard Specifications. Each sign shall be supported by two 16-feet tall 4x4 smooth wood posts, painted
white.
Sign panels for construction project information signs must be 4 feet tall by 6 feet wide and made of 3/4
inch thick exterior grade plywood.
The background on construction project information signs must be painted white.
Text shall be black on a white background.
The size of the text and logos on construction project information signs must be as described in the
Project Details. Do not add any additional information unless authorized.
12-2.03 CONSTRUCTION
Provide and Install a total of 1 construction project information signs at the location designated by the
Engineer before starting major work activities visible to highway users.
The Contractor shall construct and maintain signage meeting the guidelines specified in the Project
Details insert. The sign shall be prominently displayed in a location visible to the public.
Upon completion and acceptance of the work, the signs shall be removed and become the property of the
Contractor.
Replace Section 12-3.01C with:
12-3.01 C 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
4. Required to perform staged construction shown on the plans
Replace Section 12-3.20C(1)with:
12-3.20C1 General
If Type K temporary rail is used on the project, before placing Type K temporary railing on the job site,
paint the exposed surfaces of the railing with white paint complying with the specifications for acrylic
emulsion paint for exterior masonry.
Place Type K temporary railing on a firm, stable foundation. Grade the foundation to provide a uniform
bearing surface throughout the entire length of the railing.
Structure excavation and backfill must comply with section 19-3 except compaction of earth fill placed
behind Type K temporary railing in a curved layout is not required.
Place and maintain the abutting ends of PC concrete units in alignment without substantial offset from
each other.
The drilling of holes and bonding of threaded rods or dowels must comply with the specifications for
drilling and bonding dowels in section 51-1.
Install a reflector on the top or face of the rail of each rail unit placed within 10 feet of a traffic lane. Apply
adhesive for mounting the reflector under the reflector manufacturer's instructions.
Install a Type P marker panel at each end of railing placed adjacent to a 2-lane, two-way highway and at
the end facing traffic for railing installed adjacent to a one-way roadbed. If the railing is placed on a skew,
install the marker at the end of the skew nearest the traveled way. Type P marker panels must comply
with section 82 except you must furnish the marker panels.
After removing Type K temporary railing:
1. Restore the area to its previous condition or construct it to its planned condition if temporary
excavation or embankment was used to accommodate the railing.
2. Remove all threaded rods or dowels to a depth of at least 1 inch below the surface of the concrete.
Fill the resulting holes with mortar under section 51-1 except cure the mortar by the water method or
by the curing compound method using curing compound no. 6.
If the Engineer orders a lateral move of Type K temporary railing and repositioning is not shown, the
lateral move is change order work 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
4. Required to perform staged construction shown on the plans
Replace Section 12-3.22C with:
12-3.22C Construction
If crash cushion modules are used on the project, use the same type of crash cushion module for a single
grouping or array.
Temporary crash cushion arrays must not encroach on the traveled way.
Secure the sand-filled modules in place before starting an activity requiring a temporary crash cushion.
Maintain sand-filled temporary crash cushions in place at each location, including times when work is not
actively in progress. You may remove the crash cushions during the work shift for access to the work if
the exposed fixed obstacle is 15 feet or more from the nearest lane carrying traffic. Reset the crash
cushion before the end of the work shift.
Immediately repair sand-filled temporary crash cushion modules damaged due to your activities. Remove
and replace any module damaged beyond repair. Repair and replacement of temporary crash cushion
modules damaged by traffic are change order work.
You may place sand-filled temporary crash cushion modules on movable pallets or frames complying with
the dimensions shown. The pallets or frames must provide a full-bearing base beneath the modules. Do
not move the modules and supporting pallets or frames by sliding or skidding along the pavement or
bridge deck.
Attach a Type R or Type P marker panel to the front of the temporary crash cushion if the closest point of
the crash cushion array is within 12 feet of the traveled way. Firmly fasten the marker panel to the crash
cushion with commercial quality hardware or by other authorized methods. Attach the Type R marker
panel such that the top of the panel is 1 inch below the module lid. Attach the Type P marker panel such
that the bottom of the panel rests upon the pallet or roadway surface if pallets are not used.
A lateral move of a temporary crash cushion module is change order work if ordered and the repositioning
is not shown, unless required for staged construction.
Remove sand-filled temporary crash cushion modules, including sand, pallets or frames, and marker
panels, at Contract acceptance. Do not install sand-filled temporary crash cushion modules in the
permanent work.
Replace section 12-3.31 C with:
12-3.31 C Construction
If portable flashing beacons are used on the project, remove portable flashing beacons from the traveled
way at the end of each night's work. You may store the flashing beacon at selected central locations
within the highway where designated by the Engineer.
Moving portable flashing beacons from location to location if ordered after initial placement is change
order work 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
4. Required to perform staged construction shown on the plans
Add to section 12-3.32C:
Start displaying the message ("ROADWORK START MONTH/DAY/YEAR" "EXPECT DELAYS")on the
portable changeable message boards 7 days prior to the start of construction.
Start displaying the message on the portable changeable message sign 10 minutes before closing the
lane.
Place the portable changeable message sign in advance of the 1st warning sign for each:
1. Stationary lane closure
2. Connector closure
3. Shoulder closure
4. Speed reduction zone
Replace Section 12-3.35B(6)with:
12-3.35B(6) User Interface
If the project includes an AWIS, the system must have a user interface to control the AWIS PCMS
communications. The interface must be (1)software compatible with a Windows environment or(2)a web
service accessed by a web browser.
Provide any software on a CD or other Engineer-authorized data-storage device.
The user interface must, at a minimum, provide the user with a list of AWIS PCMSs in the field, location
information for each AWIS PCMS, and a real-time on-board display of the message in the field. Control
options must, at a minimum, provide the user the ability to change the on-board messages and flash rate.
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.
12-4.01 B Materials
Not Used
12-4.01C CONSTRUCTION
Furnishing and operating pilot cars is not change order work.
12-4.01 D 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 close traffic lanes,
shoulders, and roadways.
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 approval, 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-
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 such as the installation of
construction project funding signs, shall commence until the traffic control system plan has been
approved 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
approval 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.
It shall be the Contractor's responsibility to provide, install, maintain, and remove any and all detour
signage and traffic control devices and to obtain all permits, including permits from Caltrans, as may be
necessary to establish detours as part of the contractor's traffic control plan.
Traffic will not be allowed to be limited to one direction when construction activities are not actively in
progress. Providing, installing, maintaining, and removing all traffic control, including portable changeable
message signs if required, obtaining and complying with all permits, and providing all traffic control
operations shall be the responsibility of the contractor, and no additional compensation will be allowed
therefor.
12-4.02A(3)(b) Closure Schedules
One-way traffic shall be controlled through the project in accordance with the California Manual MUTCD
and Caltrans Standard Plans T-11 and T-13 entitled "Traffic Control System for Lane Closure on Multilane
Conventional Highways" and "Traffic Control System for Lane Closure on Two Lane Conventional
Highways," and these special provisions. Night closure will not be permitted.
When traffic is under one way control on unpaved areas, the cones shown along the centerline on the
plan need not be placed.
Every Monday by noon, submit a closure schedule request for planned closures for the next week.
The next week is defined as Sunday at noon through the following Sunday at noon.
Submit a closure schedule request 5 days before the anticipated start of any job site activity that reduces:
1. Horizontal clearances of traveled ways, including shoulders, to 2 lanes or fewer due to activities such
as temporary barrier placement and paving
2. Vertical clearances of traveled ways, including shoulders, due to activities such as pavement
overlays, overhead sign installation, or falsework girder erection
Submit closure schedule changes, including additional closures, by noon at least 3 business days before
a planned closure.
Cancel closure requests at least 48 hours before the start time of the closure.
The Department notifies you of unauthorized closures or closures that require coordination with other
parties as a condition for authorization.
12-4.02A(3)(c) Contingency Plans for Closures
Submit a contingency plan for an activity that could affect a closure if a contingency plan is specified in
the special provisions or if a contingency plan is requested.
If a contingency plan is requested, submit the contingency plan within 1 business day of the request.
The contingency plan must identify the activities, equipment, processes, and materials that may cause a
delay in the opening of a closure to traffic. The plan must include:
1. List of additional or alternate equipment, materials, or workers necessary to ensure continuing
activities and on-time opening of closures if a problem occurs. If the additional or alternate equipment,
materials, or workers are not on the job site, specify their location, the method for mobilizing these
items, and the required time to complete mobilization.
2. General time-scaled logic diagram displaying the major activities and sequence of the planned
activities. For each activity, identify the critical event that will activate the contingency plan.
Submit revisions to a contingency plan at least 3 business days before starting the activity requiring the
contingency plan. Allow 2 business days for review.
12-4.02A(4) Quality Assurance
Reserved
12-4.0213 Materials
Not Used
12-4.02C Construction
12-4.02C(1) General
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.
The Engineer may require a pilot car to be used during earthwork operations in preparation of the grading
plane or other operations when the Contractor's operations cover an area beyond the line of sight, or
beyond the range of radios or when the baton method does not function satisfactorily.
Work that interferes with traffic is limited to the hours when closures are allowed.
12-4.02C(3) Closure Requirements and Charts
12-4.02C(3)(a) General
Where 2 or more lanes in the same direction, including the shoulders, are adjacent to the area where the
work is being performed, close the adjacent lane 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 mph
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 mph
Closure of the adjacent traffic lane is not required during any of the following activities:
1. Work behind a barrier
2. Paving, grinding, or grooving
3. Installation, maintenance, or removal of traffic control devices except for temporary railing
12-4.02C(3)(b) - 12-4.02C(3)(n)
Reserved
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.
Provide access to properties abutting the project site at all times.
When directed by the Engineer, traffic shall be routed through the work under one-way control.
Under one-way reversing traffic control operations, public traffic may be stopped in one direction for periods
not to exceed 10 minutes.
Lane closure is defined as the closure of a traffic lane or lanes within a single traffic control system.
Provide a minimum of one paved traffic lane, not less than 11 feet wide, to be open for use by public traffic
at all times.
The full width of the traveled way shall be open for use by public traffic when construction operations are
not actively in progress.
Keep driveways and access roads accessible at all times.
Contractor may elect to close Elkhorn Ave to public traffic. Contractor will be allowed to close the
road for a maximum period of 2 working days. You will notify the Engineer 5 working days prior to
the date on which he intends to close the road. You are required, however, to provide access to
property abutting the project along the line of work at all times where such access now exists.
It is agreed by the parties to the contract that should any roads remain closed for more than the
number of working days specified, damage will be sustained by the County of Fresno, and that it is
and will be impracticable and extremely difficult to ascertain and determine the actual damage
which the County will sustain in the event of and by reason of such delay and it is,therefore, agreed
that the Contractor will pay to the County of Fresno, the sum set forth in the following paragraph
per day for each and every calendar day's delay in opening any of the roads to traffic in excess of
the number of days prescribed and the Contractor agrees to pay said liquidated damages wherein
provided for, and further agrees that Fresno County may deduct the amount thereof from any
monies due or that may become due the Contractor under the contract.
Liquidated damages of TWO THOUSAND DOLLARDS ($2000.00) per day are for each calendar day's
delay in opening the roads beyond the time limit.
Should the contractor elect to close Elkhorn Ave, Contractor is required to submit a detour plan in
conformance with Standard Specifications, these Special provisions and CAMUTCD. Any necessary
requirements from Caltrans for setting up detour signs, potential Portable Message Signs and any other
requirements shall be included in the Traffic Control plan bid item at no extra cost to the County of
Fresno.
The seal coats shall not be applied to more than one-half of the width to be sealed at time,and the remaining
half width to be kept free of obstructions and open for use by public traffic until the seal coat first applied is
ready for use by traffic.
Asphaltic emulsion, asphalt concrete and asphalt rejuvenating agent shall not be applied to more than one-
half of the width to be capped at a time, the remaining half-width to be kept free of obstructions and open
for use by public traffic until the asphalt concrete cap, first applied, is ready for use by traffic.
12-4.02C(3)(o)-12-4.02C(3)(s) Reserved
12-4.02C(4)-12.4.02C(6) Reserved
12-4.02C(7) Traffic Control System Requirements
12-4.02C(7)(a) General
Control traffic using stationary closures.
If components of the traffic control system are displaced or cease to operate or function as specified,
immediately repair them to their original condition or replace them and place them back in their original
locations.
Vehicles equipped with attenuators must comply with section 12-3.23.
Each vehicle used to place, maintain, and remove components of a traffic control system on a multilane
highway must have a Type II flashing arrow sign that must operate whenever the vehicle is used for
placing, maintaining, or removing the components. For a stationary closure, vehicles with a Type II
flashing arrow sign not involved in placing, maintaining, or removing the components must display only
the caution display mode. If a flashing arrow sign is required for a closure, activate the sign before the
closure is in place.
12-4.02C(7)(b) Stationary Closures
Except for channelizing devices placed along open trenches or excavations adjacent to the traveled way,
remove the components of the traffic control system for a stationary closure from the traveled way and
shoulders at the end of each work period. You may store the components at authorized locations within
the limits of the highway.
If a traffic lane is closed with channelizing devices for excavation work, move the devices to the adjacent
edge of the traveled way when not excavating. Space the devices as shown for the lane closure.
12-4.02C(7)(c) Moving Closures
For a moving closure, use a PCMS that complies with section 12-3.32 except the sign must be truck
mounted. The full operational height to the bottom of the sign may be less than 7 feet above the ground
but must be as high as practicable.
If you use a flashing arrow sign in a moving closure, the sign must be truck mounted. Operate the flashing
arrow sign in the caution display mode if it is being used on a 2-lane, two-way highway.
12-4.02C(8) Traffic Control System Signs
12-4.02C(8)(a) General
Traffic control system signs must comply with section 12-3.11.
12-4.02C(8)(b) Connector and Ramp Closure Signs
Inform motorists of a temporary closing of a (1) connector or a (2)freeway or expressway entrance or exit
ramp using:
1. SC6-3(CA) (Ramp Closed) sign for closures of 1 day or less
2. SC6-4(CA) (Ramp Closed) sign for closures of more than 1 day
SC6-3(CA)and SC6-4(CA) signs must be stationary mounted at the locations shown and must remain in
place and visible to motorists during the connector or ramp closure.
Notify the Engineer at least 2 business days before installing the sign and install the sign from 7 to 15
days before the closure.
12-4.02C(10)-12-4.02C(11) Reserved
12-4.02C(12) Failure to Provide Traffic Control.
If you do not provide the traffic control and it becomes necessary for the Engineer to notify you of your
duties according to the Standard Specifications and these special provisions, you will pay$200 per 15-
minute period or portion thereof to the County for all the time required to acquire the traffic control,
including pilot car.
Such payment shall commence at the time notice of the improper traffic control condition is given to you
or your authorized representative by the Engineer and shall terminate when the condition is corrected.
Such payment will be deducted from your payment.
In addition, when it is necessary for the Engineer to perform the work, you will pay the actual cost for the
performance thereof. Such amount will be deducted from the your payment. This will be in addition to
any penalties imposed in these special provisions.
The provisions in this section will not relieve you from your responsibility to provide such additional
devices or take such measures as may be necessary to comply with the provisions in Section 7-1.04,
"Public Safety," of the Standard Specifications.
12-4.02D Payment
The Department pays for change order work for a traffic control system by force account for increased
traffic control and uses a force account analysis for decreased traffic control.
Traffic control system for lane closure is paid for as traffic control system. Flagging costs are paid for as
specified in section 12-1.04.
The requirements in section 4-1.05 for payment adjustment do not apply to traffic control system.
Adjustments in compensation for traffic control system will be made for an increase or decrease in traffic
control work if ordered and will be made on the basis of the cost of the necessary increased or decreased
traffic control. The adjustment will be made on a force account basis for increased work and estimated on
the same basis in the case of decreased work.
A traffic control system required by change order work is paid for as a part of the change order work.
Full compensation for furnishing and operating the pilot car, (including driver, radios, and any other
equipment and labor required) shall be considered as included in the contract lump sum price paid for
traffic control system and no further payment will be made.
12-4.03 FALSEWORK OPENINGS
Reserved
12-4.04 PEDESTRIAN FACILITIES
12-4.04A General
Section 12-4.04 includes specifications for providing temporary pedestrian facilities.
Temporary pedestrian facilities must comply with section 16-2.02.
12-4.04B Materials
Not Used
12-4.04C Construction
If pedestrian traffic is allowed to pass through work areas, provide a temporary pedestrian facility through
the construction areas within the highway. Include a protective overhead covering as necessary to ensure
protection from falling objects and drippings from overhead structures.
If an activity requires a closure of a walkway, provide another walkway nearby, off of the traveled way.
Where pedestrian openings through falsework are required, provide a temporary pedestrian facility with a
protective overhead covering during all bridge construction activities.
12-4.04D Payment
Not Used
12-4.06-12-4.10 RESERVED
Replace the last sentence in the 1st paragraph of section 12-6.03A with:
On multilane roadways, freeways, expressways, and 2-lane roadways with shoulders 4 feet or more in
width, the temporary pavement delineation must also include edge line delineation for traveled ways open
to traffic.
Replace the 1st sentence in the 3rd paragraph of section 12-6.03A with:
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.
Replace the introductory clause in the 1st paragraph of section 12-6.03C with:
On multilane roadways, freeways, expressways, and 2-lane roadways with shoulders 4 feet or more in
width open to traffic where edge lines are obliterated and temporary pavement delineation to replace
those edge lines is not shown, provide temporary pavement delineation for:
13 WATER POLLUTION CONTROL
Add to Section 13-1.01:
STATE WATER RESOURCES CONTROL BOARD (SWRCB) NOTICE OF INTENT FILING (NOI) FEE
Complete the NOI filing process started by the County on the SWRCB website using information available
in the contract, field and website. The Engineer will link your plan to the project on the SWRCB
website. Refer to Section 01 22 00 EXPLANATION OF BID ITEMS for payment.
The provisions of section 9-1.06 for increased or decreased quantities shall not apply to the "State Water
Resources Control Board Notice of Intent" bid item.
The SWRCB website can be found at:
https://smarts.waterboards.ca.gov/smarts/faces/SwSmartsLogin.xhtmI
The dollar amount shown in the Proposal is an estimate only and shall be included in each bidder's
proposal.
Replace 13-1.01A with:
13-1.01A Summary
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 13-1.01 D(2)with
13-1.01 D(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 issu es/p rog ra ms/stormwate r/constperm its.shtm I
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 approximately 140 acres of soil.
Replace Section 13-1.01 D(4)(b)with:
13-1.01 D(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
Replace Section 13-2.04:
13-2.04 PAYMENT
The Department pays for prepare water pollution control program as follows:
1. Total of 50 percent of the item total upon authorization of the WPCP
2. Total of 90 percent of the item total upon work completion
3. Total of 100 percent of the item total upon Contract acceptance
Add to section 13-3.01A:
This project's risk level is 1.
Add between the 4th and 5th paragraphs of section 13-3.01C(2)(a):
The Central Valley Regional Water Quality Control Board will review the authorized SWPPP.
Replace Section 13-3.01 C(5)with:
13-3.01C(5) Annual Certification
Submit an annual certification of compliance as described in the Caltrans Stormwater Pollution
Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual before July
15th of each year.
Replace Section 13-3.04:
13-3.04 PAYMENT
For a project with 60 original working days or less, the Department pays for prepare stormwater pollution
prevention plan as follows:
1. Total of 75 percent of the item total upon authorization of the SWPPP, and the completed N.O.I has
been posted in the SMARTS public access database for the project.
2. Total of 100 percent of the item total upon Contract acceptance, and the completed N.O.I has been
posted in the SMARTS public access database for the project.
For a project with more than 60 original working days, the Department pays for prepare stormwater
pollution prevention plan as follows:
1. Total of 50 percent of the item total upon authorization of the SWPPP, and the completed N.O.I has
been listed in the SMARTS public access database for the project.
2. Total of 90 percent of the item total upon work completion
3. Total of 100 percent of the item total upon Contract acceptance, and N.O.T has been closed in the
SMARTS public access database for the project.
The Department does not pay for the preparation, collection, laboratory analysis, and reporting of
stormwater samples for nonvisible pollutants if WPC practices are not implemented before precipitation or
if you fail to correct a WPC practice before precipitation.
The Department pays:
1. $500 for each authorized rain event action plan
2. $2,000 for each authorized stormwater annual report upon acceptance by RWQCB
The Department does not adjust the unit price for an increase or decrease in the quantity of:
1. Rain event action plan
2. Storm water sampling and analysis day
3. Storm water annual report
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.
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 non-stormwater 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.
Replace Section 13-5.04 with:
13-5.04 PAYMENT
The payment quantity for temporary soil stabilization bid items paid for by the area is the area measured
parallel with the ground surface not including the additional quantity used for overlaps.
If there is no bid item for temporary soil stabilization measures, payment therefor is considered to be
included in the bid item for prepare water pollution control program or in the bid item for prepare
stormwater pollution prevention plan, as applicable.
Replace Section 13-6.04 with:
13-6.04 PAYMENT
The payment quantity for temporary sediment control bid items paid for by the length is the length
measured along the centerline of the installed material.
The payment quantity, if any, for temporary fiber roll does not include the additional quantity used for
overlaps.
The Department does not pay for the relocation of temporary drainage inlet protection during work
progress.
If there are no bid items for installing or maintaining temporary sediment control measures, payment
therefor is considered to be included in the bid item for prepare water pollution control program or in the
bid item for prepare stormwater pollution prevention plan, as applicable.
Replace Section 13-7.031) with:
13-7.031) Payment
The Department does not pay for the relocation of temporary construction entrances or roadways during
work progress.
If there are no bid items for installing or maintaining temporary construction entrances or roadways,
payment therefor is considered to be included in the bid item for prepare water pollution control program
or in the bid item for prepare stormwater pollution prevention plan, as applicable.
14 ENVIRONMENTAL STEWARDSHIP
Add after the 3rd paragraph of section 14-10.01:
Food scraps, paper wrappers, food containers, cans, bottles and all food related trash and litter must be
removed from the project site at the end of each working day.
Replace the 7th paragraph of section 14-10.01 with:
Furnish and use closed-lid trash containers in the job-site yard, field trailers, and locations where workers
gather for lunch and breaks.
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.
In accordance with SJVAPCD Regulation VIII — Fugitive PM10 Prohibitions: Rule 8021, implementation of
an SJVAPCD-approved dust control plan is required prior to commencement of any dust generating
activities.
Prepare and submit dust control plan to accurately reflect your proposed operations. The Engineer
completes the review within two working days after receipt thereof. In the event that the Engineer
determines your submittal as incomplete or inadequate submit a corrected plan. The Engineer completes
review of any re-submittal within two working days after receipt thereof.
Upon approval by the Engineer, submit the proposed dust control plan to the SJVAPCD. Pay to the
SJVAPCD any fees which are required for the dust control plan. You are solely responsible for prompt
preparation and submittal to the Engineer, and immediately upon approval by the Engineer, submittal to
the SJVAPCD of the dust control plan.
Do not commence work until the SJVAPCD has approved or conditionally approved the dust control plan
and the Engineer authorizes. When a modification to an approved dust control plan is under
consideration do not perform work which is inconsistent with the approved dust control plan prior to
receiving written approval.
Compensation for delays associated with review and approval of dust control plans is only considered in
the event that: 1)the Engineer fails to review dust control plan submitted by the Contractor within two
working days after submittal thereof by the Contractor; or 2)the SJVAPCD fails to review and to either
approve or disapprove dust control plan within 30 calendar days after their receipt thereof. Disapproval of
the dust control plan by the Engineer or by the SJVAPCD shall not be considered as a basis for an
extension of contract time nor as the basis for any additional compensation. Only in the event that it is
determined by the Engineer that the Contractor was unreasonably delayed, through no fault of the
Contractor, will compensation for delays be considered in conformance with the provisions in Section 8-
1.07, "Delays," of the Standard Specifications.
It is your responsibility to be fully informed of the requirements of the Dust Control Plan and all rules,
regulations, plans and conditions that may govern your operations and to conduct the work accordingly.
You must comply with the Dust Control Plan approved by the SJVAPCD and accepted by the Engineer.
Ensure the provisions of this section and SJVAPCD-approved modifications to the Dust Control Plan is
made part of every subcontract executed pursuant to this contract.
Replace Section 14-12.05-14.12.08 With:
14-12.05-14.12.08 RESERVED
DIVISION III EARTHWORK AND LANDSCAPE
17 GENERAL
Replace the 4th paragraph in section 17-2.03A with:
Clear and grub vegetation only within the excavation and embankment slope lines.
Replace the 1st sentence in the 2"d paragraph in section 17-2.03B with:
Cut tree branches that extend over the roadway and hang within 20 feet of finished grade and as directed
by the engineer.
Add to end of 17-2.03C:
Any trees with a trunk diameter greater than or equal to 4"will constitute as a "tree removal" and will have
separate bid item. Any tree or shrub less than 4" shall be considered in the bid item for"clearing and
grubbing".
19 EARTHWORK
Replace the first paragraph and list of Section 19-5.03B with:
Compact earthwork within County right-of-way to a relative compaction of at least 95 percent for at least a
depth of:
1. 0.5 foot below the grading plane for the width between the outer edges of shoulders on excavation
and embankments smaller than 2.5 feet above original grade.
2. 2.5 feet below the finished grade for the width of the traveled way plus 3 feet on either side (6 feet
wider)on embankments.
Technical Specifications
Contract Number 24-03-C
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 00 05
SPECIFICATIONS
PART 1 GENERAL
1.1 GENERAL
A. The Contractor shall keep on the job a copy of the Plans and Specifications and
shall at all times give the Owner and Engineer access thereto.
B. Anything mentioned in the Specifications and not shown on the Plans or shown on
the Plans and not mentioned in the Specifications shall be of like effect as if shown
or mentioned in both.
C. The Contractor shall not take advantage of any errors, discrepancies or omissions
which may exist in the Plans and Specifications but shall immediately call them to
the attention of the Engineer whose interpretation or correction thereof shall be
conclusive.
D. In case of conflict between portions of the Contract Documents, the order of
precedence of Contract Documents shall be:
First: Permits from other agencies as may be required by law.
Second: Addenda
Third: Special Provisions
Fourth: Revised Standard Specifications
Fifty: Standard Specifications
Sixth: Technical Specifications, Division 2 through Division 40
Seventh: Plans
Eighth: General Requirements, Division 01
Nineth: State Standard Specifications
Tenth: Reference Documents
E. Change Orders, supplemental agreements and approved revisions to Plans and
Specifications will take precedence over documents listed above. Detailed Plans
shall have precedence over general Plans.
F. Whenever any conflict appears in any portions of the Contract Documents, it shall
be resolved by application of the order of precedence.
1.2 GENERAL REQUIREMENTS AND TECHNICAL SPECIFICATIONS
A. For definitions of the Specifications categorized as General Requirements (Division
1) and Technical Specifications (Division 2 through Division 48) refer to Section 01
42 13— Definitions and Abbreviations.
1.3 REFERENCE DOCUMENTS
A. For a definition of Reference Documents and State Standard Specifications refer to
Section 01 42 13 — Definitions and Abbreviations.
SPECIFICATIONS
01 00 05-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. Throughout the following Specification sections, references are made to various
widely published, standard and commercial specifications, manuals, or codes of
technical societies, organizations, or associations. These specifications are
intended to amplify the descriptions of materials, equipment, and construction
systems. The Contractor shall caution each of his Subcontractors to become familiar
with the contents of the pertinent portions of these Reference Documents. The
following Reference Documents are the most widely used, and are cited or referred
to in each of the following sections of these Specifications:
1. American Society of Testing Materials (ASTM)
2. American National Standards Institute (ANSI)
3. American Standards Associations (ASA)
4. American Concrete Institute (ACI)
5. Federal Specifications, as applicable.
6. California Building Code
7. California Plumbing Code
8. Caltrans State Standard Specifications
9. National Electric Code
10. Construction Safety Orders of the Division of Industrial Relations latest
edition.
C. Each citation of a Reference Document shall be construed to refer to the latest
published revision of such specification as of the date of the invitation for bids and
to such portions of it that relate and apply directly to the material or installation called
for on this job. The Engineer will give no consideration to any claimed ignorance as
to what a cited Reference Document contains, since such Subcontractor on a project
of this scope is deemed to be experienced and familiar with his own trade to be
experienced and familiar with his own trade's generally accepted, published
standards of quality.
D. Whenever references are made to any of the above-mentioned Reference
Documents or testing methods in the governing Building Codes, the requirements
of those Reference Documents shall govern, insofar as they are not in contravention
with maxima or minima prescribed by documents designated in the Building Code.
SPECIFICATIONS
01 00 05-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.4 LIST OF DRAWINGS
A. The Work shall conform to the following Drawings:
TITLE SHEET NUMBERS
GENERAL
COVER SHEET 1 G-1
LEGEND ABBREVATIONS AND NOTES 2 G-2
EXISTING SITE PLAN 3 G-3
EXISTING SITE PLAN CONVEYANCE CHANNEL AREA 4 G-4
EXISTING SITE PLAN —BASIN AREA 5 G-5
EXISTING SITE PLAN PERIMETER 6 G-6
DEMOLITION PLAN 7 G-7
CIVIL
OVERALL SITE PLAN 8 C-1
STOCKPILE AREA SITE PLAN 9 C-2
STOCKPILE AREA SECTIONS 10 C-3
SITE PLAN PERIMETER 11 C-4
RECHARGE BASIN SITE PLAN 12 C-5
RECHARGE BASIN GRADING PLAN 13 C-6
GRADING BASIN SECTIONS 14 C-7
GRADING BASIN SECTIONS 15 C-8
CONVEYANCE CHANNEL PLAN & PROFILE 16 C-9
CONVEYANCE CHANNEL SECTIONS 17 C-10
CONVEYANCE CHANNEL SECTIONS 18 C-11
LIBERTY CANAL TURNOUT & ELKHORN CROSSING 19 C-12
CONVEYANCE CHANNEL OUTLET & BASIN INLET 20 C-13
CIVIL DETAILS
CONSTRUCTION DETAILS 21 CD-1
CONSTRUCTION DETAILS 22 CD-2
CONSTRUCTION DETAILS 23 CD-3
CONSTRUCTION DETAILS 24 CD-4
CONSTRUCTION DETAILS 25 CD-5
FENCE DETAILS 26 CD-6
STRUCTURAL
STRUCTURAL DETAILS 27 S-1
STRUCTURAL DETAILS 28 S-2
STRUCTURAL DETAILS 29 S-3
STRUCTURAL DETAILS 30 S-4
1.5 STATE STANDARD SPECIFICATIONS
A. For the purpose of this contract, the following terms or pronouns in place of them,
used throughout the State Standard Specifications and defined in Section 1,
Definition of Terms, of the State Standard Specifications, shall be as follows:
TERMS INTERPRETATION
State County of Fresno
SPECIFICATIONS
01 00 05-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
Department County of Fresno
Agency/Owner County of Fresno
District County of Fresno
County of Fresno, acting either directly or through properly
Engineer authorized agents, such agents acting within the scope of the
particular duties entrusted to them.
Department of Caltrans, County of Fresno
Transportation
The person or persons, co-partnership or corporation, private
Contractor or municipal, who have entered into a contract with the County
of Fresno as party or parties of the second part, or his or her
legal representative.
1.6 OCCUPATIONAL SAFETY AND HEALTH ACT
A. The applicable standards of the American National Standards Institute and the
National Fire Protection Association that have been adopted are hereby made a part
of these Specifications as a whole and as mentioned in the various sections.
B. Any errors, ambiguities, or inconsistencies of these standards with either the local
codes, the Specifications, or the Drawings shall be brought to the attention of the
Engineer.
1.7 COMPLIANCE WITH ALL LAWS AND CODES
A. Contractor shall conform to and abide by all local city, county, state and federal laws,
rules, regulations, including industrial safety laws. Such laws shall be considered
as essential parts of these Specifications and, in the absence of definite
requirements herein, the provisions of such rules and regulations shall be observed
by the Contractor. If the Drawings and/or Specifications are at variance therewith,
Contractor shall so notify Engineer promptly. Should the Contractor perform any
work contrary to such laws, ordinances, rules and regulations he shall bear all costs
arising therefrom.
B. Where these Specifications, however, call for or describe materials workmanship or
construction of a better quality, higher standard, or larger size than is required by
said rules and regulations, the provisions of these Specifications shall take
precedence over said rules and regulations. Contractor shall furnish, without any
extra charge, all additional labor or materials, or both, when required for compliance
with these rules and regulations.
END SECTION
SPECIFICATIONS
01 00 05-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 11 00
DESCRIPTION OF WORK AND SCHEDULE CONSTRAINTS
PART 1 GENERAL
1.1 WORK INCLUDED
A. The Work consists of furnishing all labor, materials, equipment, and incidentals
necessary to construct a recharge basin and stockpile area at the site including
basin excavation, compacted stockpile placement, placement of excess basin
material, conveyance channel excavation, cast-in-place and precast concrete
structures, furnishing and installing slides gates, propeller meters, rubber gasketed
reinforced concrete pipe (RGRCP), County road crossing, and all other
miscellaneous items to complete the work described in the Plans and Specifications
to provide for a fully functioning recharge basin.
B. The construction site is located in Fresno County, southeast of Caruthers. The site
address is 500 E. Elkhorn Ave., Caruthers, CA 93609.
C. The primary components are generally described as follows:
1. Material procurement once Notice of Award is issued
2. Excavation of recharge basin and conveyance channel
3. Construct compacted stockpile area
4. Placement of excess excavated material
5. Construct Liberty Canal Turnout and Conveyance Channel Inlet, including
Elkhorn Avenue road crossing
6. Construct Conveyance Channel Outlet and Basin Inlet
7. Furnish and install RGRCP
8. Construction of perimeter chain link fencing
9. County road crossing and traffic control plan
1.2 BEGINNING OF WORK
A. Materials required for the Project are not anticipated to have overly long lead times,
but the Contractor is encouraged to begin material procurement shortly after receipt
of official Notice to Proceed from the Owner.
B. The Contractor shall begin work within the time limits specified in Section 8-1.04 of
the Special Provisions.
DESCRIPTION OF WORK AND SCHEDULE CONSTRAINTS
01 11 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.3 TIME OF COMPLETION
A. The Contractor shall complete all phases of work within the time limits specified in
Section 8-1.04 of the Special Provisions unless the period for completion is
extended otherwise by the Contract Documents, or the County.
1.4 TIME CONSTRAINTS
A. Contractor shall supervise, inspect, and direct the Work competently and apply such
skills and expertise as may be necessary to perform the Work in accordance with
the Contract Documents. Contractor shall be solely responsible for the specific
means, methods, techniques, sequence, or procedure of construction required to
complete the project as specified by the Contract Documents. Contractor shall be
responsible to see that the completed Work complies accurately with the Contract
Documents.
1.5 ORDER OF WORK
A. Contractor shall submit a schedule of work upon Notice to Proceed.
B. Contractor shall submit a copy of the Encroachment Permit and approved Traffic
Control Plan.
END SECTION
DESCRIPTION OF WORK AND SCHEDULE CONSTRAINTS
01 11 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 11 05
ENGINEER'S STATUS DURING CONSTRUCTION
PART 1 GENERAL
1.1 OWNER'S REPRESENTATIVE
A. Engineer will be Owner's representative during the construction period. The duties
and responsibilities and the limitations of authority of Engineer as Owner's
representative during construction are set forth in these Specifications and will not
be changed without written consent of Owner and Engineer.
1.2 VISITS TO SITE
A. Engineer will make visits to the Site at intervals appropriate to the various stages of
construction as Engineer deems necessary in order to observe as an experienced
and qualified design professional the progress that has been made and the quality
of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and observations, Engineer, for the benefit of Owner, will
determine, in general, if the Work is proceeding in accordance with the Contract
Documents. Engineer will not be required to make exhaustive or continuous
inspections on the Site to check the quality or quantity of the Work. Engineer's efforts
will be directed toward providing for Owner a greater degree of confidence that the
completed Work will conform generally to the Contract Documents. On the basis of
such visits and observations, Engineer will keep Owner informed of the progress of
the Work and will endeavor to guard Owner against defective Work.
B. Engineer's visits and observations are subject to all the limitations on Engineer's
authority and responsibility set forth in Section 1.5, below. Particularly, but without
limitation, during or as a result of Engineer's visits or observations of Contractor's
Work Engineer will not supervise, direct, control, or have authority over or be
responsible for Contractor's means, methods, techniques, sequences, or
procedures of construction, or the safety precautions and programs incident thereto,
or for any failure of Contractor to comply with Laws and Regulations applicable to
the performance of the Work.
C. Review of the Work by the Engineer shall not relieve the Contractor of the obligation
to fulfill all conditions of the Contract.
D. No oral or telephonic agreement or conversation with any officer, agent or employee
of the Owner or the Engineer, or with the Engineer, either before or after execution
of the Contract, shall affect or modify any of the terms or obligations contained in
any of the Contract Documents.
E. The Contractor shall pay the Owner for all overtime review in accordance with
existing resolutions or fee schedules of the Owner, unless the charges for such
inspection have been specifically waived in the Contract Documents. Overtime
charges will be made for all reviews on Saturdays, Sundays and State holidays, and
hours worked by the reviewer other than those of the normal working day.
ENGINEER'S STATUS DURING CONSTRUCTION
01 11 05-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.3 AUTHORIZED VARIATIONS IN WORK
A. Engineer may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the
Contract Times and are compatible with the design concept of the completed Project
as a functioning whole as indicated by the Contract Documents. These may be
accomplished by a Field Order and will be binding on Owner and also on Contractor,
who shall perform the Work involved promptly. If Owner or Contractor believes that
a Field Order justifies an adjustment in the Contract Price or Contract Times, or both,
and the parties are unable to agree on entitlement to or on the amount or extent, if
any, of any such adjustment, a Claim may be made therefore as provided within the
Contract Documents.
1.4 REJECTING DEFECTIVE WORK
A. Engineer will have authority to reject Work which Engineer believes to be defective,
or that Engineer believes will not produce a completed Project that conforms to the
Contract Documents or that will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by the Contract Documents.
Engineer will also have authority to require special inspection or testing of the Work,
whether or not the Work is fabricated, installed, or completed. Neither this authority
nor the Engineer's good faith judgment to reject or not reject any work shall subject
the Engineer to any liability or cause of action by the Contractor, subcontractors, or
any other suppliers or persons performing work on the Contract.
1.5 LIMITATIONS ON ENGINEER'S AUTHORITY AND RESPONSIBILITIES
A. Engineer will not supervise, direct, control, or have authority over or be responsible
for Contractor's means, methods, techniques, sequences, or procedures of
construction, or the safety precautions and programs incident thereto, or for any
failure of Contractor to comply with Laws and Regulations applicable to the
performance of the Work. Engineer will not be responsible for Contractor's failure to
perform the Work in accordance with the Contract Documents.
B. Engineer will not be responsible for the acts or omissions of Contractor or of any
Subcontractor, any Supplier, or of any other individual or entity performing any of
the Work.
C. Engineer's review of the final Application for Payment and accompanying
documentation and all maintenance and operating instructions, schedules,
guarantees, bonds, certificates of inspection, tests and approvals, and other
documentation required to be delivered will only be to determine generally that their
content complies with the requirements of, and in the case of certificates of
inspections, tests, and approvals that the results certified indicate compliance with
the Contract Documents.
D. The limitations upon authority and responsibility shall also apply to, the Engineer's
field representative, known as the Resident Project Representative, if any, and
assistants, if any.
END SECTION
ENGINEER'S STATUS DURING CONSTRUCTION
01 11 05-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 11 10
COORDINATION OF WORK
PART 1 GENERAL
1.1 RESPONSIBILITY OF CONTRACTOR
A. If any part of the Work depends for proper execution or results upon the work of
others, the Contractor shall inspect and promptly report to the Engineer any
apparent discrepancies or defects in such work of others that render it unsuitable
for such proper execution and results. Failure of the Contractor to so inspect and
report shall constitute an acceptance of the work of others as fit and proper except
as to defects which may develop in the work of others after execution of the Work
by the Contractor.
1.2 WORK INVOLVED WITH EXISTING SYSTEM
A. Existing materials and equipment removed not designated to be salvaged for Owner
in the execution of the Work shall become the property of the Contractor and shall
be removed from, and disposed of, off the site by the Contractor in an acceptable
and lawful manner.
1.3 COORDINATION OF WORK
A. The Contractor shall maintain overall coordination for the execution of the Work.
Based on the Construction Schedule prepared in accordance with these
Specifications, he shall obtain from each of his subcontractors a similar schedule
and shall be responsible for all parties maintaining these schedules or for
coordinating required modifications.
END SECTION
COORDINATION OF WORK
01 11 10-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
COORDINATION OF WORK
01 11 10-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 20 00
MEASUREMENT & PAYMENT
PART 1 GENERAL
1.1 MEASUREMENT
A. Unless otherwise specified in the Contract Documents, quantities of work shall be
determined from measurements or dimensions in a horizontal plane. All
measurements shall be made in accordance with United States Standard Measures
and shall be measured on the basis of"in-place" quantities.
B. After the work has been completed, the Engineer will make field measurements of
unit price items in order to determine the quantities of the various items as a basis
for payment. On all unit price items, the contractor will be paid for the actual amount
of the work performed in accordance with the contract documents, as computed
from field measurements.
C. Work or quantities not listed in the description of bid items are considered incidental
to other construction and will not be measured. Compensation for such incidental
work is considered to be included in the various items of work bid.
1.2 INCREASED OR DECREASED QUANTITIES
A. Increases or decreases in quantities shall be governed by the General Conditions.
B. Earthwork quantities shown in the Bid Schedule are anticipated excavated
quantities needed to construct the compacted stockpile areas, or to build the basin
levees or conveyance channel embankments to the lines and grades shown and
specified as detailed in the Plans and Specifications. For bidding purposes, a 25%
consolidation and waste factor has been assumed. The earthwork quantities will be
increased or decreased accordingly at the unit price bid as needed for construction
of the compacted stockpile areas, basin levees and conveyance channel
embankments to the lines and grades shown and specified as detailed in the Plans
and Specifications. Excavated quantity payment will be made based on drone
surveys of the excavated areas of the site to determine the actual cubic yardage of
excavation. Pre-construction topography will be established by an initial drone
survey of the basin area and the conveyance channel area to establish existing
grades. After top soil removal a post -construction drone survey of the basin area
will be made to determine the excavated yardage of top soil. After construction of
the conveyance channel, a post-construction drone survey of the conveyance
channel will be made to determine the excavated yardage of the conveyance
channel. A post -construction drone survey of the basin area after basin excavation
will be made to determine the excavated yardage of basin material by comparing to
the post-construction survey after top soil removal, and to determine the yardage
used in basin levee construction. The Contractor shall be responsible to provide an
independent quantity calculation. Payment will be made on the excavated quantity
with no allowance for swell factor when hauling material.
MEASUREMENT & PAYMENT
01 20 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
C. All written requests for adjustment shall be made no later than five working days
after notification by the Engineer that the item of work is complete.
1.3 FINAL PAY QUANTITIES
A. Final pay quantities shall be in accordance with the General Conditions except as
modified below.
B. Final pay quantities will be designated only in the Bid Schedule and in Section 01
22 00— Explanation of Bid Items and are not shown on the Plans.
C. When an item of work is designated as a Final Pay Quantity on the Bid Schedule
and/or in the Explanation of Bid Items, the estimated quantity for that item of work
shall be the final pay quantity, unless the dimensions of any portion of that item are
revised by the Engineer, or the item or any portion of the item is eliminated.
If the dimensions of any portion of the item are revised, and the revisions result in
an increase or decrease in the estimated quantity of that item of work, the final pay
quantity for the item will be revised in the amount represented by the changes in the
dimensions.
If a final pay item is eliminated, the estimated quantity for the item will be eliminated.
If a portion of a final pay item is eliminated, the final pay quantity will be revised in
proportion to the bid quantity represented by the eliminated portion of the item of
work.
D. The estimated quantity for each item of work designated as a Final Pay Quantity on
the Bid Schedule and/or in the Explanation of Bid Items shall be considered as
approximate only, and no guarantee is made that the quantity which can be
determined by computations, based on the details and dimensions shown on the
plans, will equal the estimated quantity. No allowance will be made in the event that
the quantity based on computations does not equal the estimated quantity.
E. In case of discrepancy between the quantity shown on the Bid Schedule for a final
pay item and the quantity or summation of quantities for the same item shown on
the plans, payment will be based on the quantity shown on the Bid Schedule.
1.4 PARTIAL PAYMENT
A. Attention is directed to the payment provisions in Section 9 of the Special Provisions.
B. Attention is directed to Section 9-1.06 of the State Standard Specifications which,
except as modified herein, shall apply in its entirety.
1. 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.
MEASUREMENT & PAYMENT
01 20 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. Partial payments for materials on hand shall be based upon the value of
material delivered on site, properly stored in a secured fenced area subject
to, or under the control of, the owner and local agency, and unused.
Contractor shall submit copies of invoices of materials to support values.
Materials stored shall be installed within 60 days of delivery for payment
eligibility.
C. Measurement of partial soil excavation for monthly progress payments will be made
by volumetric measurement of in-place soil excavated as measured by scraper
loads or other agreed upon measure. If the agreed upon measurement method is
by scraper load count, the Contractor shall submit equipment planned to be used
for hauling material to determine the average volume per load considering swell
factor, and payment will be based on counts of scraper loads during the month.
Partial payment quantities will be agreed to by Contractor and Owner each month,
and the last progress payment will be used to true up the excavated quantity after
earthwork construction is complete and the final post-construction survey has been
completed.
D. Payment shall not relieve the Contractor from its obligations under the Contact; nor
shall such payment be construed as acceptance of any of the Work. Payment shall
not be construed as transfer of ownership of any equipment or materials to the
Owner. Responsibility of ownership shall remain with the Contractor who shall be
obligated to protect any fully or partially completed work or structure for which
payment has been made; or replace any materials or equipment to be provided
under the Contract which may be damaged, lost, stolen or otherwise degraded in
any way prior to acceptance of the Work, except as provided in Section 7-1.15 of
the State Standard Specifications.
1.5 FINAL PAYMENT
A. The final earthwork quantities will be determined by comparing pre-construction and
post-construction survey data of the excavated areas of the site as described in
Section 1.213 above to determine the final payment quantities of the actual cubic
yardage of excavation.
B. Notice of Completion will be filed by the Engineer for acceptance of the project upon
receipt of all release (lien waiver) submittals.
END SECTION
MEASUREMENT & PAYMENT
01 20 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
MEASUREMENT & PAYMENT
01 20 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility
SECTION 01 22 00
EXPLANATION OF BID ITEMS
PART 1 GENERAL
The Contract payment for the specified items of work as set forth in the Bid Schedule shall be full
compensation for furnishing all labor, materials, methods or processes, implements, tools,
equipment and incidentals and for doing all work involved as required by the provisions of the
Contract Documents for a complete in place and operational system.
Unless otherwise specified in the Specifications, quantities of work shall be determined per each,
or from measurements or dimensions in a horizontal plane. All materials shall be measured on
the basis of"in place" quantities and paid for using the units listed in the bid schedule.
Except as noted, the Engineer will make field measurements of unit price items in order to
determine the quantities of the various items as a basis for payment. On all unit price items, the
contractor will be paid for the actual amount of the work performed in accordance with the contract
documents, as computed from field measurements.
Work or quantities not listed in the description of bid items are considered incidental to other
construction and will not be separately measured or paid for. Compensation for such work and/or
material shall be included in the prices paid for other items of work.
1.1 BASE BID ITEMS
Bid Item 1 — Mobilization/Demobilization, Bonds, Insurance and Permits: This bid
item is a lump sum bid and payment for this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals making up the cost of
mobilization, move-in, move-out, all necessary bonds, insurance, construction
funding sign as shown in the Project Details of the specifications, permits not
specifically included under a separate bid item, licenses, and fees required during
the performance of the work as specified. This item also includes demobilization,
including the removal of all equipment, supplies, personnel, and incidentals from
the project at the end of construction. All costs associated with this item shall be
included in the lump sum price and no additional payment will be made. This bid
item shall be paid as specified in Section 9 Payment and Sub-Section 9-1.16D
Mobilization of the State Standard Specifications.
Bid Item 2 — Job Site Management: This bid item is a lump sum bid item for the cost of
all work involved with job site management and includes full compensation for
furnishing all labor, materials, tools, equipment and incidentals and for doing all
the work involved for construction of staging areas, barricades and other
necessary safety requirements, construction and removal of temporary security
fencing as needed, protection of existing facilities, spill prevention and control,
material management, waste management, any required non-stormwater
management and dewatering, and identifying, sampling, testing, handling, and
disposal of hazardous waste resulting from Contractor activities, as specified in the
Standard Specifications and the Special Provisions.
This item includes maintaining and providing the as-built documents, general
EXPLANATION OF BID ITEMS
01 22 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility
project clean up, and all costs for miscellaneous work shown and described in the
Contract Documents that are not included in other bid items.
This item also includes providing for worker protection from caving ground in
excavations and other hazards that may occur during construction. The Contractor
shall comply with the provisions of the Construction Safety Orders, Tunnel Safety
Orders, and General Safety Orders issued by the State of California Division of
Industrial Safety, as well as all other applicable laws, ordinances and regulations,
as they pertain to the protection of workers from the hazard of caving ground. The
Contractor shall obtain a permit from the Division of Industrial Safety of the State
of California prior to commencement of construction. This bid item will be paid for
by Lump Sum, prorated, based on percentage of contract work completed.
Bid Item 3 — Traffic Control: This bid item is a lump sum bid for all materials, labor and
appurtenances required to maintain traffic control measures within the project
limits in accordance with the Standard Specifications and Special Provisions and
as directed by the Engineer. The Contractor shall submit a traffic control plan for
review and approval by the County. Traffic control provisions shall conform with
Section 01 57 56 Traffic Control. Full compensation for furnishing all labor
(including flagging), materials, tools, equipment, and incidentals, and for doing all
work involved for the sole convenience, direction and safety of public traffic and
pedestrians shall be included in this bid item. This bid item will be paid for by Lump
Sum, prorated, based on percentage of contract work completed.
Bid Item 4— Storm Water Pollution Prevention Plan (SWPPP) — Preparation and
Implementation: This bid item is a lump sum bid and payment for this item shall
include full compensation for all labor, materials, tools, equipment, and incidentals
required to prepare and implement a Storm Water Pollution Prevention Plan
(SWPPP), including preparing the SWPPP, uploading required documents on the
SMARTS website, implementing, testing, monitoring and all other work associated
with implementing the SWPPP and complying with State and Federal permit
requirements, and removing water pollution control practices in accordance with
the approved SWPPP as specified in the Standard Specifications and these
special provisions, and as directed by the Engineer. This item will be paid for by
Lump Sum, prorated, based on the percentage of work completed.
Bid Item 5— State Water Resources Control Board — Notice of Intent. This bid item is
a unit price bid specifically provided to reimburse the Contractor for payment of the
NOI filing fee charged by the SWRCB and paid by the Contractor after the
Contractor has completed the NOI filing process started by the County. The
amount paid for this bid item will be the fee only. No payment will be made for
overhead or processing costs. Full compensation for any overhead and processing
costs will be considered to be included in the various items of work, and no
separate compensation will be made therefor.
The dollar amount shown in the Proposal is an estimate only and shall be included
in each bidder's proposal. Payment for this bid item will be adjusted based on the
actual fee paid. The provisions of Section 9-1.06 for increased or decreased
quantities shall not apply to the "State Water Resources Control Board —Notice of
Intent" bid item.
EXPLANATION OF BID ITEMS
01 22 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility
Bid Item 6 — Dust Control Plan (DCP) — Preparation and Implementation: This bid item
is a lump sum bid and payment for this item shall include full compensation for all
labor, materials, tools, equipment and incidentals required to prepare a Dust
Control Plan (DCP), submit the DCP to the San Joaquin Valley Air Pollution Control
District (SJVAPCD), address comments from the SJVAPCD, pay the necessary
fees, and perform dust control measures within the project limits in accordance
with these specifications. This bid item will be paid for by Lump Sum, prorated,
based on percentage of contract work completed.
Bid Item 7 — Supplemental Work Allowance: This item is a unit price bid provided to
account for supplemental work which may be required due to differing job site
conditions not provided for on the Plans or in these Specifications and other
unforeseen work which the Engineer determines is necessary to allow for the work
required by the Contract Documents to proceed as intended without interruption.
This item will be used only for this purpose. The dollar amount listed on the Bid
Proposal Form is an estimated allowance set aside by the Owner and shall be
included on each Bidder's Bid Proposal sheets.
Supplemental work shall be performed only upon direct written authorization from
the Engineer and daily extra work reports shall be submitted to and approved by
the Engineer. The Contractor shall maintain separate records for extra work
performed in accordance with the provisions of Section 5-1.27, "Records," of the
Standard Specifications and the special provisions.
The Contractor will be paid only for the value of completed supplemental work
which has been authorized in writing by the Engineer.
The value of work, which the Owner may authorize under this item, may be less
than the amount shown on the Bid Proposal sheet, and it could be that no
supplemental work will be authorized at all. Accordingly, payments to the
Contractor for supplemental work will likely differ substantially from the estimated
Allowance which is included in the Bid Proposal. If no supplemental work is
authorized or if no authorized supplemental work is performed, then no payments
will be made to the Contractor under this Bid item and the Contract Price will be
reduced by the full amount of the item included in the Bid Proposal for
supplemental work. The provisions in Section 9-1.06, "Changed Quantity Pay
Adjustments" of the Standard Specifications shall not apply to the item
"Supplemental Work Allowance."
The value of supplemental work cannot exceed the amount shown on the bid
proposal sheet. Additional work that requires compensation exceeding this
allowance shall be subject to approval by the contract change order procedures of
this Contract.
The Contractor shall have no claim for anticipated overhead or profit should the
County fail to authorize any supplemental work or should the value of authorized
supplemental work be less than anticipated by the Contractor.
Bid Item 8 — Site Demolition at Well Sites: This bid item is a lump sum bid and payment
for this item shall include full compensation for all labor, materials, tools,
equipment, and incidentals making up the cost of all work involved in demolition
EXPLANATION OF BID ITEMS
01 22 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility
and legal disposal of the existing miscellaneous pump equipment, pipe, concrete,
and electrical equipment at two well sites as shown on the Plans and described in
the Specifications. This bid item will be paid for by Lump Sum, prorated, based on
percentage of overall contract work completed.
Bid Item 9 — Remove and Dispose of Existing PVC Irrigation Pipe Sections: This bid
item is a unit price bid and payment for this item shall include full compensation for
all labor, materials, tools, equipment, and incidentals making up the cost of all work
involved in removal and legal disposal of existing sections of PVC irrigation pipe
sections in locations noted on the Plans within the proposed basin area and in
areas of conflict with the conveyance channel. Included in this bid item is potholing
to determine the location and extent of the existing pipe sections in the basin area
and conflict areas of the conveyance channel. This bid item will be paid for on a
Unit Price basis per Lineal Foot of removed pipe.
Bid Item 10 — Remove and Dispose of Existing Asbestos Cement Pipe Section: This
bid item is a unit price bid and payment for this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals making up the cost of all
work involved in removal and legal disposal of an existing section of asbestos
cement pipe in the location noted on the Plans within the proposed basin area.
Included in this bid item is potholing to determine the location and extent of the
existing pipe section in the basin area. The Contractor shall abide by all federal
and state regulations regarding removal and proper disposal of Asbestos Cement
pipe. This bid item will be paid for on a Unit Price basis per Lineal Foot of removed
pipe.
Bid Item 11 — Clearing and Grubbing of Vegetation: This bid item is a lump sum bid and
payment for this item shall include full compensation for all labor, materials, tools,
equipment, and incidentals making up the cost of all work involved in clearing
and grubbing vegetation within the project site and hauling stripped surface
vegetation offsite as described in Section 31 11 00 Clearing and Grubbing of the
Specifications. Clear and grub vegetation only within the immediate limits
required for the construction of the contract facilities. This bid item will be paid by
Lump Sum, prorated, based on percentage of work completed.
Bid Item 12 — Removal of Top Soil in Basin Area and Compacted Placement in
Stockpile Areas: This bid item is a unit price bid and payment for this item shall
include full compensation for all labor, materials, tools, equipment, and
incidentals required for removal of the top one foot of soil from the Basin Area
that contains chopped up irrigation drip tape and placement and compaction in
the bottom of the stockpile areas as detailed in the Plans and Specifications. This
item shall include scarifying and recompacting areas to receive excavated
material, placing, moisture conditioning, compacting, and providing all
miscellaneous items for completing all work involved to remove top soil in the
basin area and place in the bottom of the stockpile areas as detailed on the
Plans and Specifications. This item will be paid for on a Unit Price basis per
Cubic Yard of excavated material (refer to Section 01 20 00 — Measurement and
Payment).
Bid Item 13— Crush Demolished Soil Cement and Compacted Placement in Stockpile
Areas: This bid item is a lump sum bid and payment for this item shall include full
EXPLANATION OF BID ITEMS
01 22 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility
compensation for all labor, materials, tools, equipment, and incidentals required
for crushing the pile of existing soil cement previously removed by another
contractor from the wastewater ponds to 3-inch maximum diameter and
placement and compaction in the bottom of the stockpile areas as detailed in the
Plans and Specifications. The volume of soil cement material to be crushed was
approximately calculated to be around 5,000 cubic yards. This item shall include
scarifying and recompacting areas to receive crushed soil cement, placing,
moisture conditioning, compacting, and providing all miscellaneous items for
completing all work involved to crush the existing pile of on-site soil cement
removed from wastewater ponds to 3-inch maximum diameter and place and
incorporate the crushed soil cement into the bottom of the stockpile areas as
detailed on the Plans and Specifications. This bid item will be paid for by Lump
Sum, prorated, based on percentage of contract work completed, and no further
compensation will be allowed therefore.
Bid Item 14— Conveyance Channel Excavation and Compacted Placement in
Stockpile Areas: This bid item is a unit price bid and payment for this item shall
include full compensation for all labor, materials, tools, equipment, and
incidentals required for the construction of the Conveyance Channel to the lines
and grades shown and specified, including levee fill in areas noted, as detailed in
the Plans and Specifications. This item shall include preparation of the canal pad,
excavating channel, scarifying and recompacting areas of fill, moisture
conditioning, placing, compacting, finish grading the engineered fill, and providing
all miscellaneous items for completing all work involved to construct the
Conveyance Channel as detailed on the Plans and Specifications. Excess
excavated material shall be placed and compacted in the bottom of the stockpile
areas as detailed in the Plans and Specifications. This item will be paid for on a
Unit Price basis per Cubic Yard of excavated material that is used for the
construction of the Conveyance Channel (refer to Section 01 20 00 —
Measurement and Payment).
Bid Item 15— Basin Excavation and Compacted Placement on Basin Levee: This bid
item is a unit price bid and payment for this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals required for the
construction of the Recharge Basin levees to the lines and grades shown and
specified, as detailed in the Plans and Specifications. This item shall include
preparation of the subgrade, scarifying and recompacting the subgrade, backfill,
moisture conditioning, excavating the Recharge Basin (after top soil has been
removed), placing, compacting, finish grading the engineered fill, and providing
all miscellaneous items for completing all work involved to construct the
Recharge Basin levees as detailed on the plans and Specifications. This item will
be paid for on a Unit Price basis per Cubic Yard of excavated material that is
used for the construction of Recharge Basin levees (refer to Section 01 20 00 —
Measurement and Payment).
Bid Item 16— Basin Excavation and Compacted Placement in Stockpile Areas: This
bid item is a unit price bid and payment for this item shall include full
compensation for all labor, materials, tools, equipment, and incidentals required
for excavation of the basin for the construction of the compacted Stockpile Areas
A, B and C to the lines and grades shown and specified, as detailed in the Plans
and Specifications. This item shall include preparation of the subgrade, scarifying
EXPLANATION OF BID ITEMS
01 22 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility
and recompacting the subgrade, backfill, moisture conditioning, excavating the
Recharge Basin (after top soil has been removed), placing, compacting, finish
grading the engineered fill, and providing all miscellaneous items for completing
all work involved to construct the compacted Stockpile Areas A, B and C as
detailed on the plans and Specifications. This bid item shall include the cost of
building any necessary access roads for construction of the stockpile areas. Any
overbuilding of the stockpile areas and trimming back to grades shown on the
Plans shall also be included in the unit price. This item will be paid for on a Unit
Price basis per Cubic Yard of excavated basin material that is used for the
construction of Stockpile Areas A, B and C (refer to Section 01 20 00 —
Measurement and Payment).
Bid Item 17 — Construct Liberty Canal Turnout/Conveyance Channel Inlet Structure:
This bid item is a lump sum bid and payment for this item shall include full
compensation for all labor, materials, tools, equipment, and incidentals required
to construct the cast-in-place reinforced concrete turnout structure, trash racks,
turnout canal lining, turnout rip rap, 42-inch diameter slide gates, 42-inch
diameter ASTM C361 B-25 RGRCP pipe, air vents, structure connection collars,
pipe cutoff collar, 42-inch open flow propeller meters, reinforced concrete
conveyance channel inlet structure, bollards, conveyance channel inlet canal
lining, and conveyance channel inlet rip rap. This item shall include excavating,
preparation of the subgrade including over-excavation, scarifying and
recompacting the subgrade, subgrade placement and compaction, moisture
conditioning, placing, backfill, compacting, and finish grading around the
structures, trenching, bedding, protecting the existing AT&T cable, saw-cutting
and/or grinding asphalt, slurry backfill in County right-of-way, re-paving Elkhorn
Ave per County and State standards, placing reinforcing steel, forming, striping,
curing concrete, and all other incidentals required to construct the Liberty Canal
Turnout and Conveyance Channel Inlet Structure as detailed on the Plans and
Specifications. This bid item will be paid for on a Lump Sum basis, prorated,
based on the percentage of Work completed under this item.
Bid Item 18— Construct Conveyance Channel Outlet/Basin Inlet Structure: This bid
item is a lump sum bid and payment for this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals required to construct the
cast-in-place reinforced concrete conveyance channel outlet structure, bollards,
outlet structure canal lining, outlet rip rap, 48-inch diameter slide gate, 48-inch
diameter ASTM C361 B-25 RGRCP pipe, air vents, structure connection collars,
84-inch concrete pump stand and concrete foundation, expanded metal cover,
and basin inlet rip rap. This item shall include excavating, preparation of the
subgrade including over-excavation, scarifying and recompacting the subgrade,
subgrade placement and compaction, moisture conditioning, placing, backfill,
compacting, and finish grading around the structures, trenching, bedding, placing
reinforcing steel, forming, stripping, curing concrete, and all other incidentals
required to construct the Conveyance Channel Outlet and Basin Inlet Structure
as detailed on the Plans and Specifications. This bid item will be paid for on a
Lump Sum basis, prorated, based on the percentage of Work completed under
this item.
Bid Item 19 — Furnish & Install Chain Link Fence: This bid item is a unit price bid and
payment for this item shall include full compensation for all labor, materials, tools,
EXPLANATION OF BID ITEMS
01 22 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility
equipment, and incidentals required to furnish and install new 6-foot high chain
link fencing around the recharge basin, including all other related appurtenances
as detailed on the Plans and Specifications. This bid item will be paid for on a
Unit Price basis per Lineal Foot of chain link fencing furnished and installed.
Bid Item 20 — Furnish & Install Chain Link 24-foot Double Drive Gate: This bid item is a
unit price bid and payment for this item shall include full compensation for all
labor, materials, tools, equipment, and incidentals required to furnish and install a
24-foot wide double drive gate, including all other related appurtenances as
detailed on the Plans and Specifications. This item will be paid for on a Unit Price
basis per each double drive gate furnished and installed.
Bid Item 21 — Convert Existing Central Well Site to a Monitoring Well: This bid item is
a unit price bid and payment for this item shall include full compensation for all
labor, materials, tools, equipment, and incidentals required to modify and convert
the existing Central Well site well to a monitoring well. This item includes
furnishing and installing a lockable well cover on the well and installing protection
bollards. This item will be paid for on a Unit Price basis per each existing well
converted to a monitoring well.
Bid Item 22 — Convert Existing Northwest Well Site to a Monitoring Well: This bid item
is a unit price bid and payment for this item shall include full compensation for all
labor, materials, tools, equipment, and incidentals required to modify and convert
the existing Northwest Well site well to a monitoring well. This item includes
extending the well casing, constructing a concrete pad, furnishing and installing a
lockable well cover on the well, and installing protection bollards. This item will be
paid for on a Unit Price basis per each existing well converted to a monitoring
well.
1.2 ADD ALTERNATE BID ITEMS
All —Additional Mobilization/Demobilization, Bonds, Insurance and Permits: This bid
item is a lump sum bid for additional costs associated with Add Alternate Bid Item
Al and payment for this item shall include full compensation for all labor,
materials, tools, equipment, and incidentals making up the cost of mobilization,
move-in, move-out, all necessary bonds, insurance, permits not specifically
included under a separate bid item, licenses, and fees required during the
performance of Add Alternate bid item Al2 work as specified. This item also
includes demobilization, including the removal of all equipment, supplies,
personnel, and incidentals from the project at the end of construction. All costs
associated with this item related to the Add Alternate bid item Al2 work shall be
included in the lump sum price and no additional payment will be made. This bid
item shall be paid as specified in Section 9 Payment and Sub-Section 9-1.16D
Mobilization of the State Standard Specifications.
Al2 - Basin Excavation and Compacted Placement in Stockpile Area D1 (N-S): This bid
item is a unit price bid and payment for this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals required for excavation
of the basin for the construction of the compacted Stockpile Area D1 to the lines
and grades shown and specified, as detailed in the Plans and Specifications.
EXPLANATION OF BID ITEMS
01 22 00-7
Documentl
County of Fresno
Elkhorn Recharge Facility
This item shall include preparation of the subgrade, scarifying and recompacting
the subgrade, backfill, moisture conditioning, excavating the Recharge Basin,
placing, compacting, finish grading the engineered fill, and providing all
miscellaneous items for completing all work involved to construct the compacted
Stockpile Area D1 as detailed on the plans and Specifications. This bid item shall
include the cost of building any necessary access roads for construction of the
stockpile area. Any overbuilding of the stockpile area and trimming back to
grades shown on the Plans shall also be included in the unit price. This item will
be paid for on a Unit Price basis per Cubic Yard of excavated basin material that
is used for the construction of Stockpile Area D1 (refer to Section 01 20 00—
Measurement and Payment)
A21 —Additional Mobilization/Demobilization, Bonds, Insurance and Permits: This bid
item is a lump sum bid for additional costs associated with Add Alternate Bid Item
A22 and payment for this item shall include full compensation for all labor,
materials, tools, equipment, and incidentals making up the cost of mobilization,
move-in, move-out, all necessary bonds, insurance, permits not specifically
included under a separate bid item, licenses, and fees required during the
performance of Add Alternate bid item A22 work as specified. This item also
includes demobilization, including the removal of all equipment, supplies,
personnel, and incidentals from the project at the end of construction. All costs
associated with this item related to the Add Alternate bid item A22 work shall be
included in the lump sum price and no additional payment will be made. This bid
item shall be paid as specified in Section 9 Payment and Sub-Section 9-1.16D
Mobilization of the State Standard Specifications.
A22 - Basin Excavation and Compacted Placement in Stockpile Area D2 (E-W): This
bid item is a unit price bid and payment for this item shall include full
compensation for all labor, materials, tools, equipment, and incidentals required
for excavation of the basin for the construction of the compacted Stockpile Area
D2 to the lines and grades shown and specified, as detailed in the Plans and
Specifications. This item shall include preparation of the subgrade, scarifying and
recompacting the subgrade, backfill, moisture conditioning, excavating the
Recharge Basin, placing, compacting, finish grading the engineered fill, and
providing all miscellaneous items for completing all work involved to construct the
compacted Stockpile Area D2 as detailed on the plans and Specifications. This
bid item shall include the cost of building any necessary access roads for
construction of the stockpile area. Any overbuilding of the stockpile area and
trimming back to grades shown on the Plans shall also be included in the unit
price. This item will be paid for on a Unit Price basis per Cubic Yard of excavated
basin material that is used for the construction of Stockpile Area D2 (refer to
Section 01 20 00 — Measurement and Payment)
A31 —Additional Mobilization/Demobilization, Bonds, Insurance and Permits: This bid
item is a lump sum bid for additional costs associated with Add Alternate Bid Item
A32 and payment for this item shall include full compensation for all labor,
materials, tools, equipment, and incidentals making up the cost of mobilization,
move-in, move-out, all necessary bonds, insurance, permits not specifically
included under a separate bid item, licenses, and fees required during the
performance of Add Alternate bid item A32 work as specified. This item also
includes demobilization, including the removal of all equipment, supplies,
EXPLANATION OF BID ITEMS
01 22 00-8
Documentl
County of Fresno
Elkhorn Recharge Facility
personnel, and incidentals from the project at the end of construction. All costs
associated with this item related to the Add Alternate bid item A32 work shall be
included in the lump sum price and no additional payment will be made. This bid
item shall be paid as specified in Section 9 Payment and Sub-Section 9-1.16D
Mobilization of the State Standard Specifications.
A32 - Basin Excavation to ultimate depth and Placement of Excess Basin Material:
This bid item is a unit price bid and payment for this item shall include full
compensation for all labor, materials, tools, equipment, and incidentals required
for the construction of the ultimate depth Recharge Basin to the lines and grades
shown and specified, as detailed in the Plans and Specifications. This item shall
include excavating, hauling and placing excess material, and providing all
miscellaneous items for completing all work involved to construct the Recharge
Basin to ultimate depth as detailed on the plans and Specifications. Excavated
material from construction of the Recharge Basin to the ultimate depth of
elevation 231.0 that is not used in other bid items shall be hauled and placed on
the western portion of the Site as shown on Plans and directed by the Engineer.
This item will be paid for on a Unit Price basis per Cubic Yard of excavated
material that is hauled and placed in the designated area and not used for the
construction of other bid items (refer to Section 01 20 00 — Measurement and
Payment).
END SECTION
EXPLANATION OF BID ITEMS
01 22 00-9
Documentl
County of Fresno
Elkhorn Recharge Facility
This Page is Intentionally Left Blank
EXPLANATION OF BID ITEMS
01 22 00-10
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 31 19
PROJECT MEETINGS
PART 1 GENERAL
1.1 PRECONSTRUCTION CONFERENCE
A. Upon receipt of the Notice to Proceed, or at an earlier time if mutually agreeable,
the Owner will arrange a preconstruction conference to be attended by the
Contractor, Contractor's superintendent, the Owner, the Engineer or his
representative, and representatives of utilities, major subcontractors, and others
involved in the execution of the Work.
B. The purpose of this conference shall be to establish a working understanding
between the parties and to discuss the Construction Schedule, Critical Path Method
format required, shop drawing submittals and processing, applications for payment
and their processing, and such other subjects as may be pertinent for the execution
of the Work.
1.2 PROGRESS MEETINGS
A. The Engineer shall arrange and conduct progress meetings. These meetings shall
be conducted weekly, unless designated otherwise and shall be attended by the
Engineer or his representative, Contractor, Contractor's superintendent and
representatives of all subcontractors, utilities, and others, that are active in the
execution of the Work. The purpose of these meetings shall be to expedite the work
of any subcontractor or other organization that is not up to schedule, resolve
conflicts, and in general, coordinate and expedite the execution of the Work.
B. The agenda of progress meetings shall include review of progress and schedule, of
payment request, of the latest Construction Schedule update, and of the record
documents.
1.3 PROGRESS AND SCHEDULE REVIEW
A. The progress of the Work and the Construction Schedule shall be reviewed to verify:
1. Actual start and finish dates of completed activities since the last progress
meeting.
2. Durations and progress of all activities not completed.
3. Reason, time, and cost data for Change Order work that is to be incorporated
into the Construction Schedule or payment request form.
4. Payment due to the Contractor based on percentage complete of items in the
submitted payment request.
5. Reasons for, and duration of, required revisions in the Construction
Schedule.
PROJECT MEETINGS
01 31 19-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
6. After each monthly update, the Contractor shall submit to the Engineer three
(3) prints of the last accepted Construction Schedule, revised in accordance
with the monthly review.
1.4 REVIEW OF PAYMENT REQUEST
A. The Contractor shall have his copy of the payment request and all other data
required by the Contract Documents completed prior to the progress meeting. The
Engineer will process Contractor's payment request after satisfactory review of the
schedule update.
PART 2 PRODUCTS
NOT USED
PART 3 EXECUTION
NOT USED
END SECTION
PROJECT MEETINGS
01 31 19-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 33 00
SUBMITTAL PROCEDURES
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work described in this section includes general requirements and procedures
related to the preparation and transmission of submittals to include Shop Drawings,
Product Information, Calculations, Test Reports, Certificates, Samples, Manuals,
and Record Drawings.
1.2 RELATED WORK
A. General Conditions
B. Section 01 31 19 — Project Meetings
C. Section 01 77 00 — Closeout Procedures
1.3 GENERAL
A. Submittal procedures shall be consistent with Caltrans Section 5-1.23.
B. Contractor shall have completed the following work tasks before a submittal:
1. Reviewed and coordinated the Shop Drawing or Sample with other Shop
Drawings and Samples and with the requirements of the Work and the
Contract Documents;
2. Determined and verified all field measurements, quantities, dimensions,
specified performance and design criteria, installation requirements,
materials, catalog numbers, and similar information with respect thereto;
3. Determined and verified the suitability of all materials and equipment offered
with respect to the indicated application, fabrication, shipping, handling,
storage, assembly, and installation pertaining to the performance of the Work;
and
4. Determined and verified all information relative to Contractor's responsibilities
for means, methods, techniques, sequences, and procedures of construction,
and safety precautions and programs incident thereto.
1.4 TRANSMITTAL INFORMATION
A. Each submittal document shall have a separate cover or transmittal. Transmittals
shall include the following identification data, as applicable:
1. Submittal number
2. Contract number
SUBMITTAL PROCEDURES
01 33 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3. Project name and location
4. Product identification
5. Applicable contract drawing number, specification section, and paragraph
number
6. Stamp Space: Blank space of approximately 2-1/2 inches high by 4 inches
wide adjacent to the identification data to receive Engineer's status stamp.
7. Contractor's certification statement as described below:
a. "Certification Statement: By this submittal, we hereby represent that
we have determined and verified all field measurements, field
construction criteria, materials, dimensions, catalog numbers and
pertinent data and we have checked and coordinated each item with
other applicable approved drawings and all Contract requirements."
B. With each submittal, Contractor shall give Engineer specific written notice of any
variations that the Shop Drawing or Sample may have from the requirements of the
Contract Documents. This notice shall be set forth in a written communication
separate from the Shop Drawings or Sample submittal; and, in addition, in the case
of Shop Drawings by a specific notation made on each Shop Drawing submitted to
Engineer for review of each such variation.
C. Furnish neat, legible, and sufficiently explicit detail to enable proper review for
Contract compliance.
D. Contractor assumes all risks of error and omission.
E. Work performed before acceptance, or not conforming to accepted submittals, shall
be at Contractor's risk.
F. Submittal requirements contained in this specification are in addition to specific
submittal requirements contained in individual equipment specification sections.
1.5 LIMITATIONS OF ENGINEER'S REVIEW
A. Engineer's review is only for the purposes of determining if the items covered by the
submittals will conform to the requirements in the Contract Documents.
B. Engineer's review will not extend to means, methods, techniques, sequences, or
procedures of construction or to safety precautions or programs incident thereto.
C. Engineer's review of a separate item will not indicate acceptance of the assembly in
which the item functions.
D. Engineer's review of a Submittal shall not relieve Contractor from responsibility for
any deviation from the requirements of the Contract Documents unless Contractor
has given Engineer specific written notice of any deviation per the requirements of
this Section. Engineer will document any such accepted variation from the
requirements of the Contract Documents in a Field Order.
SUBMITTAL PROCEDURES
01 33 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
E. Engineer's review of a Submittal, or of a variation from the requirements of the
Contract Documents, shall not, under any circumstances, change the Contract
Times or Contract Price, unless such changes are included in a Change Order.
1.6 SUBMITTAL PROCESS
A. Submittals shall be sent to the Engineer electronically through email or a file transfer
system agreed upon by the Owner, Engineer, and Contractor during the
Preconstruction Conference.
B. Engineer will provide timely review of Submittals in accordance with the Schedule
of Submittals agreed upon by the Owner, Engineer, and Contractor during the
Preconstruction Conference.
C. Submittals will be returned, marked with one of the following classifications:
1. NO EXCEPTION TAKEN: Requires no corrections, no marks.
2. MAKE CORRETIONS NOTED: Requires minor corrections. Items may be
fabricated as marked without further resubmission. Resubmit 2 corrected
copies to the Engineer.
3. REVISE AND RESUBMIT: Requires corrections. Resubmit entire submittal
following original submission with corrections noted. Allow time for checking
and Engineer's appropriate action.
4. REJECTED: Submitted information does not comply with the Contract
Documents. No items shall be fabricated. Resubmit entire submittal following
original submission with corrections noted.
5. INFORMATION ONLY: Items in the submittal are saved in the project file for
information only but were not reviewed by the Engineer.
PART 2 SUBMITTAL DOCUMENTS
2.1 SHOP DRAWINGS
A. When requested submit, submit two (2) sets of shop drawings.
2.2 SAMPLES
A. When requested or required by individual specification sections, submit one (1)
sample of each item.
B. Samples shall be representative of the actual material proposed for use in the
project and of sufficient size to demonstrate design, color, texture, and finish.
C. Permanently attach to each sample
1. The submittal number
SUBMITTAL PROCEDURES
01 33 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. The contract number
3. Project name and location
4. Product identification
5. Applicable contract drawing and specification section number
6. Subcontractor's, vendor's and/or manufacturer's name, address, and
telephone number.
D. Certain samples may be tested for specific requirements by the Owner and/or
Engineer prior to acceptance. Failure of sample to pass tests will be sufficient cause
for refusal to consider further samples of the same brand and make.
E. Rejected samples will be returned upon request, and resubmittals shall consist of
new samples.
2.3 RECORD DRAWINGS
A. Maintain 1 record copy of Contract Documents at site in good order and annotated
to show revisions made during construction. Keep annotations current for possible
inspection.
1. Make record drawings available to Engineer at all times during life of Contract.
2. Drawings: Made part of record drawings and to include:
a. Contract Drawings: Annotate or redraft, as required, to show revisions,
substitutions, variations, omissions, and discrepancies made or
discovered during construction concerning location and depth of
utilities, piping, ductbanks, conduits, manholes, pumps, valves, vaults,
and other equipment. Make revisions and show on all drawing views
with actual dimensions established to permanent points.
b. Working/Layout Drawings: When required as submittals, record actual
layouts of conduit runs between various items of electrical equipment
for power, control, and instrumentation; wire sizes, numbers, and
functions; configuration of conduits; piping layouts; and duct layouts.
3. Before preliminary inspection, furnish reproducible of record drawings. At
completion of Contract and before final payment is made, furnish Engineer 1
set of reproducibles of finally accepted record drawings reflecting revisions
herein described.
PART 3 EXECUTION
NOT USED
END SECTION
SUBMITTAL PROCEDURES
01 33 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 42 13
DEFINITIONS AND ABBREVIATIONS
PART 1 GENERAL
1.1 DEFINITIONS AND TERMS - IN THE EVENT THAT THESE DEFINITIONS CONFLICT
WITH THE DEFINITIONS IN SECTION 1-1.07 OF THE SPECIAL PROVISIONS, THE
DEFINITIIONS IN SECTION 1-1.07 SHALL PREVAIL. SEE SECTION 1-1.07 OF THE
SPECIAL PROVISIONS FOR ADDITIONAL DEFINITIONS.
A. Whenever in these Specifications, or in other Contract Documents, the following
terms are used, the intent and meaning shall be interpreted as follows:
1. Board: County of Fresno Board of Supervisors, County of Fresno, Owner.
2. Calendar Day: Every day shown on the calendar.
3. Contractor: The word "Contractor" means the person, firm or corporation to
whom the award is made. Subcontractors as such will not be recognized.
a. Where pronouns "he", "his", or "him" are used in reference to the
Contractor, it shall be inferred to be inclusive of all genders.
4. Contract Price: The total amount of money for which the Contract is awarded.
5. Contract Unit Price: The Contractor's original bid for a single unit of an item
of work in the Proposal.
6. Contract Time: The number of calendar days for completion of the Work,
including authorized time extensions. In the event a calendar date is
specified for Project completion in lieu of a number of calendar days,the Work
shall be completed by that calendar date. The Contract Time shall be
computed by excluding the first and including the last day; and if the last day
be Sunday or a legal holiday, that shall be excluded.
7. Department: The Fresno County Board of Supervisors and its authorized
representatives.
8. Engineer: County of Fresno Director of Public Works and Planning, acting
through their authorized designees.
9. Equipment: (Construction) - All machinery and equipment, together with the
necessary supplies for upkeep and maintenance, and also tools and
apparatus necessary for the proper construction and acceptable completion
of work. (Installed) - All material or articles used in equipping a facility as
furnishings or apparatus to fulfill a functional design.
10. General Conditions: As specified in the Special Provisions and/or Standard
Specifications.
DEFINITIONS AND ABBREVIATIONS
01 42 13-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
11. General Requirements: All specifications contained in Division 1 of the
Caltrans Standard Specifications.
12. Notice: Any notice allowed or required to be given by the Owner may be given
by the Engineer.
13. Owner: County of Fresno.
14. Person: Any individual, association, partnership, corporation, trust, joint
venture or other legal entity.
15. Plans: The drawings, profiles, cross-sections, working drawings and
supplemental drawings, or reproduction thereof, approved by the Engineer,
which show the location, character, dimensions or details of the work.
16. Proposal: The offer of a Bidder when submitted on the Proposal form;
properly signed and guaranteed.
17. Reference Documents: Bulletins, Rules, Methods of Analysis or Test, Codes,
Standards, and Specifications of public or private agencies, Engineer
Societies, or Industrial Associations. Reference shall be to the latest edition
thereof, including Amendments, which are in effect and published at the time
the Request for Bids is issued, unless a specific edition is identified, in which
case reference shall be to such specific edition. Reference Documents are
intended to amplify the descriptions of materials, equipment, and construction
systems and are to be considered a part of the Contract Documents insofar
as the various sections thereof are referred to hereinafter. Examples of
Reference Documents are Federal Specifications, State Standard
Specifications, and those of American Society of Testing Materials (ASTM),
American National Standards Institute (ANSI), American Standards
Associations (ASA), and American Concrete Institute (ACI).
18. Salvage: The protection storage, and/or removal of specified existing
equipment, parts or materials during the work for retention and later use by
the Owner.
19. Sanitary Sewer: Any conduit and appurtenances intended for the reception
and transfer of sewage.
20. Specifications. Any or all of the specifications defined in this section and any
addendums thereof. They are divided into four general categories: Special
Provisions, General Requirements (Division 1), Technical Specifications
(Division 2 through Division 46), and Reference Documents.
21. State: The State of California, including its agencies, departments or divisions
whose conduct or action is related to the work.
22. State Standard Plans: State of California, Business and Transportation
Agency, Department of Transportation, Caltrans, Standard Plans, latest
revision.
DEFINITIONS AND ABBREVIATIONS
01 42 13-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
23. State Standard Specifications: Standard Specifications for the project are
those entitled "Standard Specifications, State of California, Business and
Transportation Agency, Department of Transportation", current version,
hereinafter referred to as the State Standard Specifications. These
Specifications are to be considered a part of the Contract Documents insofar
as they are not superseded by the Special Provisions and other provisions
contained in Divisions 01, 02, 03, 05, 09, 31, 32, 33 and 40 of these
Specifications.
24. Storm Sewer: Any conduit and appurtenances intended for the reception and
transfer of storm water.
25. Street: Any public road, highway, parkway, freeway, alley, walk or
right-of-way.
26. Surety: Any individual, firm or corporation bound with and for the Contractor
for the acceptable performance, execution and completion of the Work, and
for the satisfaction of all obligations incurred.
27. Utilit : Tracks, overhead of underground wires, pipelines, conduits, ducts or
structures, sewers of storm drains owned, operated or maintained in or
across a public right-of-way or private easement.
28. Water Main: Any conduit and appurtenances intended for the distribution of
water.
29. Working Day: Any weekday (Monday through Friday), not a designated
national holiday, during which weather allows the Contractor to work four or
more hours consecutively, starting no later than 10:00 AM.
1.2 REFERENCED STANDARDS
A. The standards referred to, except as modified, shall have full force and effect as
though printed in this Specification, and shall be the latest edition or revision thereof
in effect on the bid opening date, unless a particular edition or issue is indicated.
Copies of these standards are not available from the Owner. The Engineer will
furnish, upon request, information as to how copies may be obtained.
1.3 LIST OF ABBREVIATIONS
A. Abbreviations and terms, or pronouns in place of them, shall be interpreted as
follows:
AA Aluminum Association
AABC Associated Air Balance Council
AAMA Architectural Aluminum Manufacturers Association
AASHTO American Association of State Highway and Transportation Officials
ABMA American Boiler Manufacturers Association
ACI American Concrete Institute
ACPA American Concrete Pipe Association
ADC Air Diffusion Council
AEIC Association of Edison Illuminating Companies
DEFINITIONS AND ABBREVIATIONS
01 42 13-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
AFBMA Antifriction Bearing Manufacturers Association
AGA American Gas Association
AGMA American Gear Manufacturers Association
AHA American Hardboard Association
Al Asphalt Institute
AIA American Institute of Architects
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
AITC American Institute of Timber Construction
AMCA Air Moving and Conditioning Association
ANSI American National Standards Institute
APA American Plywood Association
API American Petroleum Institute
APWA American Public Works Association
ARI American Refrigeration Institute
ASA (now U.S.A.S.I., USA Standards Institute) Association & its Standard
Specifications
ASAHC American Society of Architectural Hardware Consultants
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating, Refrigerating, and Air-Conditioning Engineers
ASME American Society of Mechanical Engineers
ASSE American Society of Sanitary Engineers
ASTM American Society for Testing and Materials
AWG American Wire Gage
AWI Architectural Woodwork Institute
AWPA American Wood-Preservers'Association
AWS American Welding Society
AWWA American Water Works Association
BHMA Builders Hardware Manufacturers Association
BIA Brick Institute of America (formerly SCPI)
CAL/OSHA California Occupational Safety and Health Administration
CALTRANS California Department of Transportation
CBC California Building Code
CCR California Codes of Regulations
CDA Copper Development Association
CEC California Electrical Code
CEQA California Environmental Quality Act
CFR Code of Federal Regulations
CISPI Cast Iron Soil Pipe Institute
CMAA Crane Manufacturers Association of America
CMC California Mechanical Code
CPC California Plumbing Code
CRA California Redwood Association
CRSI Concrete Reinforcing Steel Institute
CS Commercial Standard (U.S. Department of Commerce)
DHI Door and Hardware Institute
DIPRA Ductile Iron Pipe Research Association
EEI Edison Electric Institute
EJCDC Engineers' Joint Contract Documents Committee
EPA Environmental Protection Agency
FED SPEC Federal Specification
DEFINITIONS AND ABBREVIATIONS
01 42 13-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
FCI Fluid Controls Institute
FGMA Flat Glass Marketing Association
FIA Factory Insurance Association
FM Factory Mutual
FSA Fluid Sealing Association
FTI Facing Tile Institute
HEI Heat Exchange Institute
HMI Hoist Manufacturers Institute
HPMA Hardwood Plywood Manufacturers Association
HTI Hand Tools Institute
ICBO International Conference of Building Officials
-B-R Institute of Boiler and Radiator Manufacturers
IEEE Institute of Electrical and Electronics Engineers
IES Illuminating Engineering Society
IFI Industrial Fasteners Institute
IPCEA Insulated Power Cable Engineers Association
ISA Instrument Society of America
JIC Joint International Conference (Hydraulic Institute)
MHI Materials Handling Institute
MIL Military Specification
MMA Monorail Manufacturers Association
MSS Manufacturers' Standardization Society
NAAMM National Association of Architectural Metals Manufacturers
NACE National Association of Corrosion Engineers.
MBBPVI National Board of Boiler and Pressure Vessel Inspectors
NBHA National Builders Hardware Association
NCSPA National Corrugated Steel Pipe Association
NEC National Electrical Code
NECA National Electrical Contractors Association
NEMA National Electrical Manufacturers Association
NEMI National Elevator Manufacturing Industry
NFPA National Fire Protection Association
NIST National Institute of Standards and Technology
NLA National Lime Association
NPC National Plumbing Code
NPT National Pipe Thread
NRCA National Roofing Contractors'Association
NRMCA National Ready Mixed Concrete Association
NSC National Safety Council
NSF National Sanitation Foundation
NTMA National Terrazzo and Mosaic Association
NWMA National Woodwork Manufacturers Association
OSHA Occupational Safety and Health Administration
PCA Portland Cement Association
PCI Prestressed Concrete Institute
PDI Plumbing and Drainage Institute
PFI Pipe Fabrication Institute
PS Product Standard
DEFINITIONS AND ABBREVIATIONS
01 42 13-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
RTI Resilient Tile Institute (formerly AVATI)
SAE Society of Automotive Engineers
SCPRF Structural Clay Products Research Foundation
SI International Systems of Units (Metric)
SIGMA Sealed Insulating Glass Manufacturers Association
SFPA Southern Forest Products Association
SJI Steel Joist Institute
SMA Screen Manufacturers Association
SMACNA Sheet Metal and Air Conditioning Contractors National Association
SPFA Steel Plate Fabricators Association
SPI Society of the Plastics Industry
SPTA Southern Pressure Treaters Association
SSI Scaffolding and Shoring Institute
SSPC Steel Structures Painting Council
SSPWC Standard Specifications for Public Works Construction (Greenbook)
UL Underwriters' Laboratories
UPC Uniform Plumbing Code
USBR U.S. Bureau of Reclamation
USGS United States Geological Survey
WCLA West Coast Lumbermen's Association (Standard Grading and Dressing Rule)
WCLIB West Coast Lumber Inspection Bureau
WIC Woodwork Institute of California
WRI Wire Reinforcement Institute, Inc.
WWPA Western Wood Products Association
END SECTION
DEFINITIONS AND ABBREVIATIONS
01 42 13-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 43 00
QUALITY CONTROL AND TESTING
PART 1 GENERAL
1.1 NOTICE OF DEFECTS
A. Prompt notice of all defective Work of which Owner or Engineer has actual
knowledge will be given to Contractor.
B. All defective Work may be rejected, ordered to be corrected, or accepted, at the
discretion of the Owner and Engineer.
1.2 ACCESS TO WORK
A. Owner, Engineer, their consultants and other representatives and personnel of
Owner, independent testing laboratories, and governmental agencies with
jurisdictional interests shall have access to the Site and the Work at reasonable
times for their observation, inspecting, and testing. Contractor shall provide them
proper and safe conditions for such access and advise them of Contractor's Site
safety procedures and programs so that they may comply therewith.
1.3 MATERIALS AND EQUIPMENT
A. Materials and equipment shall be subject to the requirements of Section 01 35 00—
Material Substitution Procedures.
1.4 PROJECT SITE TESTING
A. Contractor shall give Engineer timely notice of readiness of the Work for all required
inspections, tests, or approvals and shall cooperate with inspection and testing
personnel to facilitate required inspections or tests.
B. Except for specified material suitability tests, all initial routine tests of materials shall
be at the expense of the Owner and shall be performed by an independent certified
laboratory designated by the Owner. Whenever a specified percent relative
compaction test is required and the material or portion thereof so tested fails to meet
or exceed the relative compaction specified, all subsequent retesting shall be
performed at the expense of the Contractor.
C. All material suitability tests shall be at the expense of the Contractor. Testing shall
be by an independent certified laboratory approved by the Engineer.
1.5 TEST STANDARDS
A. All sampling, specimen preparation, and testing of materials shall be in accordance
with the standards of nationally recognized technical organizations.
B. The physical characteristics of all materials not particularly specified shall conform
to the latest standards published by the ASTM, where applicable.
QUALITY CONTROL AND TESTING
01 43 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.6 UNCOVERING WORK
A. If any Work (or the work of others) that is to be inspected, tested, or approved is
covered by Contractor without concurrence of Engineer, it must, if requested by
Engineer, be uncovered for Engineer's observation and recovered at Contractor's
expense.
B. If Engineer considers it necessary or advisable that covered Work be re-observed
by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall
uncover, expose, or otherwise make available for observation, inspection, or testing
as Engineer may require, that portion of the Work in question, furnishing all
necessary labor, material, and equipment.
1. If it is found that the uncovered Work is defective, Contractor shall promptly
correct said defects, including all work involved in uncovering and recovering
the work, at no cost to the Owner.
2. If, the uncovered Work is not found to be defective, Contractor shall be
allowed an increase in the Contract Price or an extension of the Contract
Times, or both, directly attributable to such uncovering, exposure,
observation, inspection, testing, replacement, and reconstruction.
1.7 CORRECTION OR REMOVAL OF DEFECTIVE OR REJECTED WORK
A. Upon receipt of notice, Contractor shall correct all defective or rejected Work and
replace it with Work that is not defective, at no cost to the Owner.
1.8 ACCEPTANCE OF DEFECTIVE WORK
A. If, instead of requiring correction or removal and replacement of defective Work,
Owner prefers to accept it, Owner may do so.
1. If any such acceptance occurs, a Change Order will be issued incorporating
the necessary revisions in the Contract Documents with respect to the Work,
and Owner shall be entitled to an appropriate decrease in the Contract Price,
reflecting the diminished value of Work so accepted.
2. Engineer shall determine the reasonableness of the diminished value of Work
so accepted and Contractor shall pay all costs involved in making such
determination.
END SECTION
QUALITY CONTROL AND TESTING
01 43 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 50 00
TEMPORARY FACILITIES
PART 1 GENERAL
1.1 GENERAL
A. The Contractor shall provide all temporary facilities and utilities required for
completion of the Work as well as safety precautions and programs. No attempt is
made to set out in detail the Contractor's means or methods necessary to
accomplish the tasks involved.
1.2 TEMPORARY UTILITIES
A. Water
1. The Contractor may make arrangements with the Owner to use municipal
water where appropriate during construction. See Section 01 51 36 --
Watering of these specifications for details.
2. Water used for human consumption shall be kept free from contamination
and shall conform to the requirements of the State and local authorities for
potable water.
B. Sanitary Facilities
1. The Contractor shall provide suitable and adequate sanitary conveniences
for the use his staff at the site of the Work. Such conveniences shall include
chemical toilets or water closets and shall be located at appropriate locations
at the site of the Work. All sanitary conveniences shall conform to the
regulations of the public authority having jurisdiction over such matters.At the
completion of the Work, all such sanitary conveniences shall be removed and
the site left in a sanitary condition.
2. With respect to sanitation facilities, the Contractor shall cooperate with and
follow directions of representatives of the Public Health Service and the State.
State and County Public Health Service representatives shall have access to
the Work, whether it is in preparation or progress, and the Contractor shall
provide facilities for such access and inspection.
1.3 TEMPORARY CONSTRUCTION FACILITIES
A. Construction hoists, shoring, and similar temporary facilities shall be of ample size
and capacity to adequately support and move the loads to which they will be
subjected. Railings, enclosures, safety devices, and controls required by law or for
adequate protection of life and property shall be provided.
B. Temporary supports shall be designed with an adequate safety factor to assure
adequate load bearing capability. The Contractor shall submit design calculations
TEMPORARY FACILITIES
01 50 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
prepared by a professional registered engineer for staging and shoring prior to
application of loads.
C. Barriers shall be placed at each end of all excavations and at such places as may
be necessary along excavations to warn all pedestrian and vehicular traffic of such
excavations from one hour before sunset each day to one hour after sunrise of the
next day until such excavation is entirely refilled, compacted, and paved. All
excavations shall be barricaded in such a manner as to prevent person from falling,
walking, or otherwise entering any excavation in any street, roadway, parking lot,
treatment plant, or any other area, public or private.
D. The Contractor shall adequately identify and guard all hazardous areas and
conditions by visual warning devices and, where necessary, physical barriers. Such
devices shall, as a minimum, conform to the requirements of Cal/OSHA.
E. At such time or times any temporary construction facilities and utilities are no longer
required for the work, the Contractor shall notify the Engineer of his intent and
schedule for removal of the temporary facilities and utilities, and obtain the
Engineer's approval before removing the same. As approved, the Contractor shall
remove the temporary facilities and utilities from the site as his property and leave
the site in such condition as specified, as directed by the Engineer, and/or as
indicated on the Plans.
1.4 ACCESS ROADS AND STAGING AREA
A. Adequately access shall be maintained to all storage areas and other areas to which
frequent access is required. The Contractor shall limit the location of his storage of
equipment and materials outside of the project site. The Contractor shall make his
own arrangements for space that may be required and bear all associated costs.
The Contractor shall provide any temporary storage required for the protection of
equipment and materials as recommended by manufacturers of such materials.
B. Storage and protection:
1. Materials and equipment shall be stored in accordance with supplier's written
instructions, with seals and labels intact and legible. Exposed metal surfaces
of valves, fittings and similar materials shall be coated with accordance with
manufacturer's recommendations to prevent corrosion.
2. Storage shall be arranged to provide access for inspection. The Contractor
shall periodically inspect to assure materials and equipment are undamaged
and are maintained under required conditions.
END SECTION
TEMPORARY FACILITIES
01 50 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 51 36
WATERING
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work of this section consists of furnishing, hauling, and applying water required
for compaction of embankments, backfills, subgrade, and base course, and for
landscaping, and other construction operation.
1.2 RELATED WORK
A. Section 01 50 00 —Temporary Facilities
B. Section 01 57 27 — Dust Control
1.3 REFERENCES
A. State Standard Specifications Section 10-6, Watering
PART 2 PRODUCTS
2.1 WA TER
A. Free of debris, organic matter, and other objectionable substances.
PART 3 EXECUTION
3.1 WATER TRUCK
A. At least 1,000-gallon capacity.
B. Keep at least one water truck on site at all times, unless Engineer approves removal
of the truck from the site before final completion.
3.2 APPLICATION
A. Use pressure type distributors or a pipeline equipped with sprinkler system. Provide
approved meter devices near points of discharge.
B. Ensure a uniform application of water for optimum moisture content. Avoid
excessive runoff and minimize water waste.
C. The Contractor may water excavation areas before excavating. Drill full depth of
excavation to make moisture determinations.
D. If over watering occurs, de-water at no additional expense to the Owner.
WATERING
01 51 36-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.3 SPECIAL CONTROLS
The Contractor shall take all reasonable means to minimize inconvenience and injury to
the public by dust, noise, diversion of storm water, or other agencies under his control.
A. Dust Control
1. As specified in Section 01 57 27, Dust Control
B. Water
1. Water for construction purposes will be available at no cost to the Contractor
from existing County owned wells located at the site. The existing on-site
wells do not have electrical power or a working pump installed. The
Contractor shall be responsible for furnishing and installing a portable pump
and power source to lift water out of the well. The standing water level at the
site is approximately 175 feet below ground surface. The Contractor may
make arrangements to bring water to the site during construction if they do
not want to supply pumping equipment to retrieve water from the on-site
wells.
2. Water used for human consumption shall be kept free from contamination
and shall conform to the requirements of the State and local authorities for
potable water.
3. Full compensation for furnishing all labor, materials, tools and equipment and
for doing all work involved in furnishing and applying water as required by the
Contract Documents and Specifications, State Standard Specifications, shall
be considered as included in the contract unit prices paid for other items of
work and no additional allowance will be made therefore.
END SECTION
WATERING
01 51 36-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 55 26
TRAFFIC CONTROL PLAN
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work of this section consists of preparation of a Traffic Control Plan to provide
for safe movement of vehicular, bicycle and pedestrian traffic around construction
operations. The Contractor shall be solely responsible for providing all protective
measures necessary.
B. In addition to the following requirements, Contractor's Traffic Control Plan shall
incorporate all elements required by the governmental agency responsible for
issuing encroachment permits onto the road at issue, if those requirements differ
from or exceed those set forth herein.
1.2 REFERENCES
A. Caltrans Standard Specifications, current edition (State Standard Specifications)
B. Caltrans Standard Plans, and Revised Standard Plans (State Standard Plans)
C. California Department of Transportation (Caltrans) Manual of Uniform Traffic Control
Devices, Current Edition
D. AASHTO Roadside Design Guide, Current Edition
E. U.S. Department of Transportation, Federal Highway Administration, (USDOT):
Design Guidance: Accommodating Bicycle and Pedestrian Travel: a Recommended
Approach
1.3 SUBMITTALS
A. Submittals shall be in accordance with the General Conditions and Section 01 33
00— Submittal Procedures.
B. The Traffic Control Plan shall be submitted prior to or at the Pre-Construction
Conference, to allow sufficient time for the Engineer and the Owner to review the
plan prior to Notice to Proceed. Note: If a Traffic Control Plan is provided in the
Plans, it shall be considered to be a guideline only. Contractor shall be responsible
for development, submittal and implementation of the final Traffic Control Plan under
this paragraph and Section 01 57 56.
C. The Traffic Control Plan submitted by the Contractor shall include specific detour
routes, planned street closures, temporary signage, and flag persons if necessary,
and a description of how Contractor plans to provide safe vehicle passage, as well
as plans for the protection of pedestrians and bicyclists through the construction
zone, throughout the duration of the project. The plan may be staged as appropriate
to the scope of the construction work.
TRAFFIC CONTROL PLAN
01 55 26-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
D. Engineer shall review and comment on the Traffic Control Plan as any other
submittal.
E. The Traffic Control Authority, as defined in Section 01 57 56, which is the authority
in charge of the subject roads, may also provide comments on the Traffic Control
Plan within the same time period as allowed for submittal review.
F. Once the Traffic Control Authority is satisfied with the Traffic Control Plan and any
applicable fees have been paid by Contractor, the Traffic Control Authority will issue
the relevant encroachment permit.
1.4 REQUIRED PERMITS
A. Required Permits for this project include a Fresno County Encroachment Permit.
Contractor shall pay the required permit fee, and all associated inspection fees.
Costs for permits and inspection fees shall be included in Contractor's compensation
under Bid Item No. 3 Traffic Control.
PART 2 PRODUCTS
A. All products specified on the Traffic Control Plan shall conform to the requirements
of Section 01 57 56, Traffic Control.
PART 3 EXECUTION
3.1 TRAFFIC CONTROL PLAN GUIDELINES
A. Traffic Control Plan (TCP) shall be drawn on 24"x 36" plan sheets, unless otherwise
approved by the Engineer. TCPs may be submitted in AutoCAD .DWG format, in
PDF format, or in hard copy.
B. TCP must use legible lettering and clear, contrasting, symbols for viewing or printing.
C. Use a legend to define all signs and symbols and designate them with California
MUTCD-standard nomenclature.
D. Indicate Contractor's name, address, and telephone number. Include name and
telephone number of the 24-hour contact person representing the Contractor.
E. Indicate north arrow and bar scale.
F. Show all nearby streets with street names.
G. Show existing traffic signals and regulatory signs within the work area and affected
construction zone.
H. Show existing striping, pavement markings, painted crosswalks, and bike lanes
within the work area and affected construction zone.
TRAFFIC CONTROL PLAN
01 55 26-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
I. Show existing curbs, gutters, sidewalks, driveways, and intersections in the
construction work zone including areas affected by taper transition.
J. Show dimensions for all existing striping and proposed traffic control area within the
work area and affected construction zone.
K. Show staging area and materials storage area, as appropriate.
L. Indicate location of construction signs, barricades, and delineators.
M. Label all taper lengths and widths, delineator spacing and sign spacing. Spacing of
channelizing devices should not exceed 25 feet.
N. Show existing and proposed temporary parking restriction zones and signs, as
needed, within the work area.
O. Road closures will require approval from the Engineer.
P. Signs and barricades required to direct pedestrians through or around the
construction work zone shall be shown on the TCP.
3.2 MANDATORY GENERAL NOTES
A. All Traffic Control Plans shall include the following General Notes, as minimum
conditions. Additional conditions may be added at the discretion of the Traffic
Control Plan preparer.
B. All traffic control devices shall conform to the latest edition of the California Manual
on Uniform Traffic Control Devices (California MUTCD).
C. The Engineer or his representative has the authority to initiate field changes to
assure public safety.
D. All traffic control devices shall be removed from view when not in use.
E. Work hours shall be restricted to the period between 8:00 a.m. and 4:30 p.m.,
Monday through Friday, unless approved otherwise.
F. Night work is not allowed.
G. Trenches must be back filled or plated during non-working hours.
H. Pedestrian controls shall be provided as shown on the plans.
I. Temporary "NO PARKING" signs shall be posted 24 hours prior to commencing
work.
J. Access to driveways shall be maintained at all times unless other arrangements are
made.
K. The Contractor shall replace within 72 hours, all traffic signal loop detectors
damaged during construction.
TRAFFIC CONTROL PLAN
01 55 26-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
L. The Contractor shall replace within 24 hours, all striping removed or damaged by
construction work. (Striping may be replaced temporarily with tape.)
M. All Workers shall be equipped with Personal Protective Equipment in compliance
with the most recent version of the CAL/OSHA requirements, but at a minimum shall
include an orange vest (or a reflective vest at night). All flaggers shall also be
equipped with a hard hat, C28 "Stop/Slow" paddle and shall be trained in the proper
fundamentals of flagging traffic.
N. The Contractor shall maintain all traffic control devices 24 hours per day and 7 days
per week.
O. A minimum of one, twelve (12) foot travel lane in each direction shall be maintained
for public traffic unless otherwise approved by Fresno County.
P. A solar powered flashing arrow board shall be required on all arterial street lane
closures.
END SECTION
TRAFFIC CONTROL PLAN
01 55 26-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 57 19
ENVIRONMENTAL PROTECTION MEASURES
PART 1 GENERAL
1.1 GENERAL
A. The Contractor shall implement the environmental protection measures described
in the following sections, excepting those measures specifically identified to be
completed by the Owner.
1.2 NOISE
A. Noise generating equipment used during construction shall be restricted to the hours
from 7:00 a.m. to 7:00 p.m., Monday through Friday, and 9:00 a.m. to 6:00 p.m. on
Saturday and Sunday. Construction outside of these hours shall require written
approval by the Owner. Effective mufflers shall be fitted to gas-powered and diesel-
powered equipment.
1.3 BIOLOGICAL RESOURCES
A. No evidence of threatened or endangered species has been found on or near the
project site; however, if any evidence of threatened or endangered species is
observed during the course of construction, the Contractor shall notify the Owner
immediately.
1.4 CULTURAL RESOURCES
A. Remains archaeological features or materials are unearthed during any phase of
project activities, activities within fifty(50)feet of the find shall cease until Contractor
has contacted the California State Historic Preservation Office (SHPO), and the
significance of the resource has been evaluated. Any mitigation measures that may
be deemed necessary must have the approval of SHPO, and shall be implemented,
pursuant to the Secretary of the Interior's Standards and Guidelines for Archaeology
and Historic Preservation, 48 CFR 44716, by a "qualified" archaeologist
representing the Contractor prior to the resumption of construction activities.
B. If human remains are exposed by activity related to the project, the Contractor shall
comply with California State Health and Safety Code, Section 7050.5, which states
that no further disturbance shall occur until the County Coroner has made the
necessary findings as to origin and disposition pursuant to California Public
Resources Code, Section 5097.98.
1.5 AIR QUALITY
A. Contractor shall abide with all applicable state, federal, and local codes and
regulations for fugitive dust management and control. Refer to Section 01 57 27 —
Dust Control.
ENVIRONMENTAL PROTECTION MEASURES
01 57 19-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.6 HYDROLOGYAND WATER QUALITY
A. Contractor shall abide with all applicable state, federal, and local codes and
regulations for storm water management and control. Refer to Section 01 57 23 —
Storm Water Pollution Prevention Plan.
END SECTION
ENVIRONMENTAL PROTECTION MEASURES
01 57 19-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 57 23
STORM WATER POLLUTION PREVENTION PLAN
PART 1 GENERAL
1.1 WORK INCLUDES
A. The Contractor shall apply for and obtain coverage under State of California
Construction General Permit Order 2022-0057-DWQ, as applicable, at least three
weeks before starting Work and shall implement storm water pollution prevention
measures as prescribed in the Legally Responsible Person approved SWPPP to
prevent sediment and/or pollutants from entering storm drains, streams, or water
bodies throughout the duration of the Work in compliance with the permit
requirements, including CalGreen Building Standards. Work shall be performed in
accordance with all Federal, State, and local regulations. It is assumed that the
project's total disturbed surface area is greater than 1 acre.
B. The Contractor shall furnish and exercise every reasonable precaution to protect
channels, storm drains, and bodies of water from pollution and provide all labor,
materials, tools, and equipment necessary to prevent storm water pollution
associated with construction activities, including preparation of Stormwater Pollution
Prevention Plan (SWPPP) and amendments if necessary for CGP Compliance,
installation, maintenance and final removal of all temporary and permanent erosion
and sediment control measures, in accordance with the requirements of the Contract
Documents.
1. The Legally Responsible Person (LRP) is the County of Fresno.
2. The Approved Signatory for the LRP is representative designated by the
County of Fresno.
3. Contractor shall coordinate with Engineer and LRP to become a Data Entry
Person for the purpose of the Project. This will allow Contractor to upload
the required reports and plans to the SMARTS system. Each upload will still
require certification by the LRP, and it shall be Contractor's responsibility to
notify Engineer and LRP of each SMARTS upload so that LRP can make the
necessary approval.
C. Penalties: Failure to comply with this Section may result in significant fines and
possible imprisonment. The Regional Water Quality Control Board (RWQCB) or
other prosecuting authority may assess fines for each violation. Should the District
be fined or penalized as a result of the Contractor failing to comply with this Section
and applicable permit requirements, the Contractor shall reimburse the District for
any and all fines, penalties and related costs.
D. All costs for work required for compliance with this Section shall be included in the
price bid for Storm Water Pollution Prevention Plan (SWPPP) — Preparation and
Implementation.
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.2 REFERENCES
A. California State Water Resources Control Board, Construction General Permit
2022-0057-DWQ,
https://www.waterboards.ca.gov/board decisions/adopted orders/water quality/20
22/wqo 2022-0057-dwg.pdf
B. California Stormwater Quality Association (CASQA), https://www.casga.orq/
1.3 SUBMITTALS
A. As specified in the General Conditions, Section 01 33 00 — Submittal Procedures,
and Section 13 of the Special Provisions and Standard Specifications.
B. Submittals for the SWPPP shall be completed and submitted at least three weeks
prior to beginning work and within 5 days of issuance of the Notice of Award.
1. The contractor shall submit the appropriate project type SWPPP, Risk
Level/Type Level Determination, Post-Construction Calculations, Dewatering
Plan(s), and any additional Permit Registration Documents required for
submittal to SMARTS. Documents to be submitted to the State Water Board
via the SMARTS system after approval of the LRP. All documents shall be
kept onsite in either a job trailer or accessible lockbox.
2. The contractor shall submit the Annual Report(s), Sampling and Analysis
reports, Notice of Termination, and all other permit compliance documents
required for submittal to SMARTS. Documents to be submitted to the State
Water Board via the SMARTS system after approval of the LRP. All
documents shall be kept onsite in either a job trailer or accessible lockbox.
C. Certifications
1. As applicable to the appropriate permit requirements:
a. Copy of the Certificate of Training issued by CASQA demonstrating
qualification of the designated QSD or CBPELSG Licensed QSD
Training Program proof of good standing.
b. Copy of the Certificate of Training issued by CASQA demonstrating
qualification of the designated QSP(s) or CBPELSG Licensed QSD
Training Program proof of good standing.
C. Copy of the Certificate of Training issued by the Project QSP
demonstrating qualification of the designated QSP Delegate(s)
Foundational and Site-Specific Training.
D. Proof of project sign with SWPPP WDID number and the location to be displayed.
E. Proof of installation of rain gauge on project site.
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
F. Submit all required inspection reports including project photographs (weekly,
quarterly, precipitation event (pre, during and post), quarterly, and sampling results)
to Construction Manager, QSD, Engineer, and LRP within 24 hours of inspection.
1.4 QUALITY ASSURANCE
At minimum, the following measures shall be taken to help ensure control of storm water and
non-storm water pollution. These measures shall not be construed to limit or override the
measures set forth and called for in the SWPPP.
A. Develop, submit to the QSD, and obtain approval from the RWQCB for site
dewatering. Control the rate and effect of dewatering in such a manner as to avoid
all objectionable settlement and subsidence and to assure the integrity of the
finished work.
B. Where critical structures or facilities exist immediately adjacent to areas of proposed
dewatering, establish reference points and observe at frequent intervals to detect
any settlement that may develop. Conduct the dewatering operation in a manner
that protects adjacent natural resources and facilities. Cost of repairing all damage
to adjacent resources and facilities shall be the sole responsibility of the Contractor.
C. Before commencing grading, excavation or filling in any part of the site, Contractor
shall construct swales, diversion channels, inlet protection barriers, sedimentation
traps, and other measures to guide runoff away from the work area and to capture
eroded material before it reaches natural water courses. The measures shall be in
accordance with the approved storm water pollution prevention plans.
D. Arrange demolition activities to minimize erosion to the maximum practical extent.
Clearing, excavation, and grading shall be limited to those areas of the Project site
necessary for demolition. Minimize the area exposed and unprotected.
E. Clearly mark and delineate the work limits activities. Equipment shall not be allowed
to operate outside the limits of work or to disturb existing vegetation. Excavation
and grading shall be completed during the dry season to the maximum extent
possible.
1.5 GENERAL REQUIREMENTS
A. The Contractor shall exercise care in preserving vegetation and protecting property,
to avoid disturbing areas beyond the limits of the Work and promptly repair any
damage caused by Contractor operations.
B. The Contractor shall provide all necessary water pollution control devices to prevent,
control, and abate water pollution, and implement good housekeeping pollution
control measures to reduce the discharge of pollutants from the Site to the maximum
extent practicable. These water pollution control devices include structural BMPs,
drains, gutters, slope protection blankets and retention basins and shall be
constructed concurrently with other Work at the earliest practicable time.
C. Stockpiles of earth and other construction-related materials shall be protected from
being transported from the Site by wind or water using covers or equivalent.
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
D. The Contractor shall properly store and handle fuels, oils, solvents, and other toxic
materials in a manner not to contaminate the soil or surface waters, enter the
groundwater, or be placed where they may enter a live stream, channel, drain, or
other water conveyance facilities. All approved toxic storage containers shall be
protected from weather. Spills shall be cleaned immediately, and soiled materials
shall be properly disposed of. Spills shall not be washed into live streams, channels,
drains, storm drains, or other water conveyance facilities.
E. Excess or waste concrete (including concrete decant water) shall not be washed
onto bare ground, into the public way or any drainage systems. The concrete wastes
shall be retained on-site until they can be appropriately disposed of or recycled.
Concrete wastes shall not be washed into live streams, channels, drains, storm
drains, other water conveyance facilities, bare ground or unapproved concrete
washout containment areas.
F. Non-stormwater runoff from equipment washing, vehicle washing, and any other
activities shall be contained at the work site and properly disposed of. Non-
stormwater runoff shall not be allowed to enter live streams, channels, drains, storm
drains, or other water conveyance facilities.
G. The Contractor shall prevent sediments and other materials to be tracked from the
Site by vehicle traffic. Construction entrance roadways shall be stabilized to inhibit
sediments from being deposited onto public ways. The Contractor shall immediately
sweep up accidental depositions and not allow depositions to be washed away by
rain or by any other means.
1.6 REGULATORY REQUIREMENTS
A. The Contractor shall comply with the requirements of the State Water Resources
Control Board (SWRCB), RWQCB, California Administrative Code, California
Building Code, Owner and any other agencies having jurisdiction in storm water and
non-storm water discharges and waste management.
B. General Permit Registration Documents:
1. The Contractor shall employ or contract with qualified personnel to prepare
all compliance documents in accordance with the applicable regulatory
requirements.
2. All engineering calculations, reports, and drawings shall be prepared, and
signed by a California licensed engineer in accordance with California
Business and Professional Code Section 6700, et seq.
3. The LRPs qualified personnel shall file the required documents, as
necessary, through the SWRCB's Storm Water Multiple Application and
Report Tracking System (SMARTS) website.
4. The Contractor shall mail the appropriate application fee to the SWRCB no
later than two (2) days after notification of submittal to the SWRCB via
SMARTS. The Contractor shall affix the SWRCB Fee Statement Letter to the
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
application fee. The Contractor shall pay all amendment and/or annual fees
for subsequent years as required by the CGP.
5. The Contractor shall not commence any construction work until a Waste
Discharger Identification (WDID) number assigned by the SWRCB is
received. The Contractor shall retain a copy of the WDID onsite, as evidence
of the SWRCB acceptance of the PRDs/SWPPP/Waiver.
C. The Contractor shall comply with the discharge and effluent prohibitions and
limitations listing in the 2022 CGP.
1.7 STORM WATER POLLUTION PREVENTION PLAN IMPLEMENTATION
A. General Requirements:
1. Implementation of all BMPs shall be overseen by trained personnel employed
or retained by the Contractor.
2. All required site monitoring and water testing, as necessary, shall be
overseen by a QSP employed or retained by the Contractor.
3. All erosion and sediment control measures shall be implemented as specified
in the SWPPP.
4. A copy of the SWPPP, including working details (fact sheets)for construction
site BMPs and applicable amendments, shall be kept and maintained by the
Contractor on the construction site and continuously updated in accordance
with CGP requirements to reflect current site conditions throughout the
duration of the project.
B. The Contractor shall implement all activities required by the CGP for the Type and/or
Risk Level of the project as detailed in the SWPPP in accordance with the CGP. The
SWPPP shall Identify applicable best management practices (BMPs). All
stormwater or non-stormwater pollution prevention activities specified in the SWPPP
shall comply with the guidance provided in the "Stormwater Best Management
Practice Handbook, Construction," August 2023 or more current edition, published
by the California Stormwater Quality Association (CASQA).
1. The SWPPP shall detail the placement of physical BMPs required for
installation and the methods used to comply with those BMPs. The
Contractor's preferred techniques shall show how it will comply with the
stated objectives of the SWPPP and the terms of the CGP.
C. Non-Stormwater Management: As specified in the CGP as appropriate to the project
Risk Level, the SWPPP shall discuss any non-stormwater sources (i.e.,
landscaping, irrigation, pipe flushing, street washing and dewatering). In addition,
the SWPPP shall include standard observation measures and BMPs, including
BCT/BAT practices that are to be implemented in order to reduce the pollutant
loading in the discharge waters.
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
D. Amendments: All SWPPP amendments shall be prepared by the QSD at no
additional cost to the Owner.
1. The Contractor shall, at no additional cost to the Owner, amend the SWPPP
whenever there is a change in construction or operations which may affect
the discharge of pollutants to stormwater. All fees as determined by the
SWRCB will be paid by the Contractor.
2. The Contractor shall, at no additional cost to the Owner, amend the SWPPP
if it is in violation of any conditions of the CGP or has not achieved the general
objective of reducing pollutants in stormwater discharges. All fees as
determined by the SWRCB will be paid by the Contractor.
E. Annual Reporting: The Contractor shall submit to the LRP an annual report and all
required information for SMARTS data entry, no later than July 15th of each year.
The LRP shall submit to the SWRCB via the SMARTS system in accordance with
the requirements the CGP, including but not limited to: a summary and evaluation
of all sampling and analysis results, original laboratory reports, chain of custody
forms, a summary of all corrective actions taken during the compliance year and
identification of any compliance activities or corrective actions that were not
implemented. The LRP will certify the annual report by September 1 st. A project of
90 days or more duration can require more than one Annual Report. See below.
1. An Annual Report is required while the Project is still under construction, if
construction begins not later than June 1 of a calendar year and is not
completed by September 1 of that same year.
2. An Annual Report is required, without exception, within 90 days of or prior to
the September 1 following project completion.
Example: A project commencing on May 31 and completed on September 2
of the same year would require an annual report both by September 1 of the
reporting year, and prior Notice of Termination submittal.
F. Notice of Termination: Once construction is completed and the Site has been
stabilized with final, sustainable cover, the QSP shall prepare a Notice of
Termination (NOT), including a final site map, photos, and a final project Annual
Report, shall obtain necessary signatures from the LRP and shall submit all through
the State Water Board's SMARTS website within 80 days after all land disturbing
activities end and construction is complete. The LRP will certify the Notice of
Termination within 90 days of all land disturbing activities end and construction is
complete via SMARTS in accordance with the CGP.
A Notice of Termination is distinct from an Annual Report. Both are required.
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 2 PRODUCTS
2.1 GENERAL
A. Materials furnished for BMPs shall meet the requirements of the California
Stormwater Quality Association, Stormwater Best Management Practice Handbook,
Construction — August 2023 edition (or most current version) unless otherwise
indicated.
B. Before the work begins, sufficient equipment shall be available on the site to assure
that the operation and adequacy of the erosion control plans can be continuously
maintained.
PART 3 EXECUTION
3.1 GENERAL DESCRIPTION
A. The Contractor shall install and maintain all pollution, erosion, and sediment control
measures and carry out inspections in accordance the approved SWPPP.
B. Sediment transport and erosion from working stockpiles shall be controlled and
restricted from moving beyond the immediately stockpile area by implementing
applicable BMPs, including but not limited to construction of temporary toe-of-slope
ditches and accompanying silt fences as necessary. If the BMPs proposed in the
SWPPP prove inadequate to control sediment transport and erosion on the Site, the
Contractor shall without delay implement additional provisions to obtain effective
control. The SWPPP shall be updated to reflect the necessary changes as
discussed in paragraph 1.7 above.
C. The Contractor shall be responsible for taking the proper actions to prevent
contaminants and sediments from leaving the project Site. The Contractor shall take
immediate action if directed by the Construction Manager/LRP, or if the Contractor
observes contaminants and/or sediments entering the storm drainage system, to
prevent further stormwater from entering the system.
3.2 NOTIFICATION AND REPORTING
A. If non-stormwater pollution occurs in the work area for any reason or when the
Contractor becomes aware of any violation of this Section, the Contractor shall
correct the problem and shall follow the requirements of the SWPPP for monitoring,
control and reporting of non-stormwater discharges.
3.3 FIELD QUALITY CONTROL
A. The Contractor shall maintain the BMPs and other protective measures in good and
effective operating condition by performing routine inspections to determine
condition and effectiveness, by restoration of destroyed vegetative cover, and by
repair of erosion and sediment control measures and other protective measures.
Should the QSP note any deficiencies in necessary BMPs during the course of
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-7
Documentl
County of Fresno
Elkhorn Recharge Facility Project
QSP's inspections and reporting, Contractor shall immediately repair or replace the
defective BMPs as required by the QSP.
3.4 INSPECTIONS
A. The Contractor's QSP shall inspect disturbed areas of the construction site, areas
that have not been finally stabilized, areas used for storage of materials exposed to
precipitation, stabilization practices, structural practices, other controls, and area
where vehicles are stored and/or exit the Site at least weekly, and in accordance
with CGP precipitation event inspection requirements. The QSP shall perform
quarterly inspections per CGP requirements.
B. The Contractor's QSP shall inspect discharge locations or points to ascertain
whether BMPs are effective in preventing significant impacts to receiving waters.
Inspect locations where vehicles exit the Site for evidence of offsite sediment
tracking.
C. If required by the Project's Risk Level, Contractor's QSP shall conduct necessary
Precipitation Event Monitoring, Sampling, and Reporting as required under the
CGP.
D. Inspection Reports shall be in compliance with the requirements of the CGP for the
specified Risk Level. Furnish the report to the Construction Manager, QSD,
Engineer, and LRP within 24 hours of the inspection as a part of the Contractor's
daily report or as a standalone report.
E. The Contractor's trained personnel shall be responsible for site discharge sampling
and reporting as required under the CGP. Sample analysis reporting shall be
submitted to the LRP and QSD within 24 hours of receipt from the field sampler
and/or the laboratory along with sampling locations (latitude/longitude) and other
requirements listed in the SWPPP.
F. A copy of the QSP's inspection report shall be maintained on Site.
3.5 RECORDS
A. The Contractor shall retain records/copies of data used to complete the PRDs; the
SWPPP and all attachments and amendments; compliance certifications;
notifications of non-compliance; training; incidents such as spills or other releases,
including photographs as available; sampling and analysis of discharges discovered
through visual monitoring; all reports required by the CGP; BMP inspections and
checklists, and maintenance and repair activities; and activity-based BMPs, such as
good housekeeping, that have been implemented.
B. After the work is complete and accepted by the Owner, submit to the Engineer and
Owner all records/copies of documents required by the CGP, including, but not
limited to, the records/copies of the documents noted above, and all documents
uploaded to the SMARTS system.
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-8
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.6 MAINTENANCE OF TEMPORARY FACILITIES
A. Inspect erosion and sediment control structures daily, including site exit locations,
and as specified in the SWPPP.
B. Sediment shall be removed from behind run off control structures after each storm,
or as directed by the Engineer, LRP, QSD or QSP.
C. If areas are seeded, Contractor shall examine those areas during and after major
storms to check that grass is becoming established.
3.7 DISPOSAL OF SEDIMENT FROM STORM WATER POLLUTION CONTROL
STRUCTURES
A. Sediment excavated from temporary sediment control structures shall be disposed
on the site with general fill or with topsoil. Sediment shall be allowed to dry out as
required before reuse. All trash shall be removed before reuse.
B. Contractor shall place the sediment removed from traps and other structures where
it will not enter a storm drain or water course and where it will not immediately
reenter the basin.
3.8 REMOVAL OF TEMPORARY STORM WATER POLLUTION CONTROL MEASURES
A. In accordance with SWPPP requirements, temporary control measures shall be
removed once all drainage area ground disturbance is completed, permanent
drainage works have been constructed and full stabilization is achieved. Contractor
shall not breach any temporary control structures until the associated catchment
area is complete unless approved by the Engineer.
END SECTION
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-9
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
STORM WATER POLLUTION PREVENTION PLAN
01 57 23-10
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 57 27
DUST CONTROL
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work of this section consists of implementing measures to prevent air pollution
during construction activities, in accordance with Federal, State, and local
regulations, and in accordance with the Dust Control Plan (DCP). The DCP can be
amended, by the Owner and/or Contractor, as needed should revisions be
determined necessary during construction activities.
1.2 RELATED WORK
A. Section 14 of Special Provisions and Standard Specifications
B. Section 01 50 00 —Temporary Facilities
C. Section 01 51 36 —Watering
D. Division 2 — Existing Conditions
E. Division 31 — Earthwork
1.3 REFERENCES
A. San Joaquin Air Pollution Control District (SJVAPCD) Regulation Vill.
B. Dust Control Plan Fee, Pursuant to the adoption of Rule 3135, Adopted October 20,
2005 and subsequent revisions, compliance assistance bulletins and editions
regarding Rule 3135 and PM 10 regulations.
1.4 SUBMITTALS
A. Submittals shall be in accordance with the General Conditions and Section 01 33
00— Submittal Procedures.
B. Submit, prior to beginning work and within 5 days of issuance of the Notice of Award
a DCP.
1. The DCP shall show proposed arrangements and methods for dust control.
Show that the plans satisfy all SJVAPCD, State, and Federal Requirements.
2. Provide proof that the DCP and required application fee has been submitted
to the SJVAPCD for review and approval.
DUST CONTROL
01 57 27-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.5 QUALITY ASSURANCE
A. Control the rate and effect of watering in such a manner as to avoid all objectionable
settlement and subsidence as approved by the Engineer and to assure the integrity
of the finished work.
B. Before commencing grading, excavation or filling in any part of the site, Contractor
shall construct the required measures specified in the DCP.
C. Arrange demolition activities to minimize dust to the maximum practical extent.
Clearing, excavation, and grading shall be limited to those areas of the Project site
necessary for construction. Minimize the area exposed and unprotected.
D. Clearly mark and delineate the work limits activities. Equipment shall not be allowed
to operate outside the limits of work or to disturb existing vegetation.
1.6 REGULATORY REQUIREMENTS
A. Contractor shall comply with all provisions of the SJVAPCD regulations, as well as
Federal and State regulations.
B. The requirements of the Dust Control Plan shall apply continuously through the
duration of the Contract.
PART 2 PRODUCTS
2.1 EQUIPMENT
A. Before the work begins, sufficient equipment and resources shall be available on
the site to assure that the operation and adequacy of the dust control measures can
be continuously maintained.
2.2 DUST CONTROL MEASURES
A. Water shall be available to the contractor for dust control as specified in section 01
50 00 —Temporary Facilities.
B. Dust Suppressants shall be polymer emulsions or hygroscopic suppressants.
Petroleum emulsions and bituminous materials will not be allowed.
1. If dust suppressants other than water are utilized, Contractor shall submit
SDS, Manufacturer's Usage Instructions, and certification by the
manufacturer that the product is safe for ground application.
2. If dust suppressants other than water are utilized, contractor shall notify
owner 15 days prior to use for notification to the SJVAPCD.
C. Gravel used for Gravel Pads shall be washed gravel, a minimum of one inch in
diameter, and shall be placed a minimum of six inches deep.
DUST CONTROL
01 57 27-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 3 EXECUTION
3.1 GENERAL DESCRIPTION
A. Coordinate procedures with Section 14 of Special Provisions and Standard
Specifications.
B. Dust control measures shall include, but may not be limited to: Water application,
dust suppressant application, physical barriers limiting site access, reduction of
vehicle speed on site, utilization of gravel pads, utilization of grizzlies, and wheel
washers. If physical barriers are utilized, the Engineer shall approve the location,
size, and type. Physical barriers shall be removed upon project completion.
C. Furnish, install, maintain, and operate necessary control measures and other
equipment necessary to prevent dust. Temporary measures shall be to Contractor's
own design and Contractor shall be solely responsible for risks related to the
management of dust control during construction.
3.2 METHODS
A. As described in the DCP and approved by the Engineer.
3.3 MAINTENANCE OF TEMPORARY FACILITIES
A. Inspect dust control facilities daily and as specified in the DCP.
B. Sediment shall be removed from grizzlies, gravel pads, and/or paved surfaces as
required by the DCP, or as directed by the Engineer.
C. If areas are seeded, contractor shall examine those areas during or after major
storms to check that grass is becoming established.
3.4 DISPOSAL OF SOIL FROM PAVED SURFACES AND DUST CONTROL DEVICES
A. Soil excavated from temporary dust control structures shall be disposed on the site
with general fill or with topsoil. Soil shall be allowed to dry out as required before
reuse. Any trash shall be removed before reuse.
B. Contractor shall place the sediment removed from traps and other structures where
it will not enter immediately reenter the device or paved area.
3.5 REMOVAL OF TEMPORARY DUST CONTROL MEASURES
A. Temporary control measures shall be removed once grading is completed and soils
have stabilized.
3.6 RECORD KEEPING
A. Contractor shall keep accurate records as required by the SJVAPCD of dust control
methods utilized during the course of construction. The Contractor shall utilize the
forms provided by the SJVAPCD, available on the SJVAPCD website.
DUST CONTROL
01 57 27-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. Contractor shall keep a copy of the approved DCP, any approved revisions, and all
dust control records at the site.
C. Contractor shall furnish upon request by the Owner, Engineer, or SJVAPCD
Inspector the approved DCP, approved revisions, and dust control records.
D. Contractor shall maintain dust control records for one year after project completion.
3.7 DUST CONTROL
A. The Contractor shall take whatever steps, procedures, or means as are required to
limit dust generated by his operations during the Work, including Saturdays,
Sundays, and Holidays. Dust shall be controlled to the standards of the local
governing agency or, in the absence of local standards, to the satisfaction of the
Engineer. Dust control shall extend to any unpaved road which the Contractor or
any of his subcontractors are using, to excavation or fill areas, to demolition
operations, and to other activities. Control shall be by sprinkling, use of dust
palliatives, modification of operations, or any other means acceptable to the local
governing agency or, in the absence of same, the Engineer.
B. If the dust control is not adequate in the opinion of the Engineer, this work may be
done by others, and the cost shall be deducted from the total payment due the
Contractor.
END SECTION
DUST CONTROL
01 57 27-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 57 50
CONSTRUCTION STAKES, LINES, AND GRADES
PART 1 GENERAL
1.1 LINES AND GRADE
A. The Work shall be executed in accordance with the lines and grades indicated in
the Contract Documents. Distances and measurements, except elevations and
structural dimensions, shall be made on horizontal planes.
1.2 OWNER'S SURVEY SERVICES
A. All construction surveying and staking for construction shall be coordinated with the
County Survey Division.
B. Construction surveying and staking for construction will be done by a Licensed Land
Surveyor employed by the Engineer, at the Owner's expense. The Engineer will
provide construction stakes for the features in the table below. Stakes will be
provided at 50 foot intervals on curves and 100 foot intervals on straight lines.
Additional detail staking layout and slope staking will be the responsibility of the
Contractor.
Pipelines and Outlets One set of Alignment Control Stakes
1 Trip)
Structures One Set of Four Control Stakes per Structure
1 Trip, with Pipeline and Outlets Staking)
Recharge Basin Basin hingepoint (1 Trip)
Stockpile Areas Toe of embankment (1 Trip)
Fencing One Set of Horizontal Location Stakes
(1 Trip, with Finish Grade Control Staking)
C. Additional detail staking layout will be the responsibility of the Contractor. Additional
trips shall be at the expense of the Contractor.
D. The Contractor shall be responsible for preserving construction survey stakes,
permanent survey monuments and bench marks for the duration of their usefulness.
If any construction survey stakes permanent survey monuments or benchmarks are
lost or disturbed and need to be replaced, such replacement shall be made by the
Engineer at the expense of the Contractor.
E. The Contractor shall notify the Engineer at least three (3) working days before he
will require survey services in connection with laying out of any portion of the Work.
The Contractor at his own expense shall dig all holes necessary for line and grade
stakes prior to requesting survey services that depend on such digging.
CONSTRUCTION STAKES, LINES, AND GRADES
01 57 50-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.3 CONSTRUCTION STAKING
A. Engineer or Engineer's representative will provide project control monuments as
shown on the Plans (vertical and horizontal) at the Owner's expense.
B. All other construction staking necessary for the work shall be done by Contractor.
END SECTION
CONSTRUCTION STAKES, LINES, AND GRADES
01 57 50-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 57 56
TRAFFIC CONTROL
PART 1 GENERAL
1.1 INTENT
A. Contractor shall prepare and have approved a Traffic Control Plan as specified in
Section 01 55 26 - Traffic Control Plan, and Section 12 of Special Provisions and
Standard Specifications. The approving agency for the Traffic Control Plan (the
Traffic Control Authority, or TCA) is the County of Fresno Public Works and
Planning, Road Maintenance and Operations Division, (559) 600-4234.
1.2 WORK INCLUDED
A. The work of this section consists of implementation of the Traffic Control Plan to
provide for safe movement of vehicular, bicycle and pedestrian traffic around
construction operations. The Contractor shall be solely responsible for implementing
providing all protective measures necessary.
B. All work shall conform with the provisions of Caltrans Standard Specifications,
Section 12, "Temporary Traffic Control,"and the California Manual of Uniform Traffic
Control Devices, Part 6, and as more particularly specified below.
C. The Contractor shall establish and maintain detours and conduct construction
operations in such a manner as to minimize hazard, inconvenience and disruption
to the public.
D. The Contractor shall provide for protection of pedestrians and separation of
pedestrians from construction operations at all times.
E. The Contractor shall clean up the site each day after completing work and shall
remove all traffic hazards. Daily traffic control measures shall continue until cleanup
activities have been satisfactorily completed and the Contractor's equipment has
been removed from the traveled way.
F. The Contractor shall direct, divert and detour traffic through, around and adjacent to
construction operations in accordance with the approved Traffic Control Plan.
G. With the approval of the TCA, Contractor may revise the Traffic Control Plan as
Contractor, Owner and/or Engineer determine necessary.
H. Traffic control provisions shall conform with, but not limited to, the following
requirements:
1. The California Manual on Uniform Traffic Control Devices (MUTCD), latest
edition, is hereby referred to and incorporated herein as though set forth in full.
The Contractor shall be responsible for providing all necessary traffic control
facilities, 24 hours per day, 7 days per week for the duration of the project
involving street work.
TRAFFIC CONTROL
01 57 56-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. The Contractor shall maintain pedestrian crossings with adequate visibility for
approaching traffic.
3. The Contractor shall notify County Fire and Sheriff Departments, and County
Road Maintenance and Operations Division at least forty-eight (48) hours in
advance of any proposed lane closure. Any lane closures must have prior
approval of the County of Fresno and have pre-notification warning signs in
place seven (7) calendar days prior to said closure.
4. The Contractor shall obtain an encroachment permit and approval of a traffic
control plan conforming to the requirements specified herein and the Caltrans
encroachment permit requirements for any work encroaching in Caltrans right-
of-way or affecting traffic flow in Caltrans right-of-way.
5. The Contractor shall submit a traffic control plan to the County of Fresno (and
Caltrans if required) for review and approval. A copy of the approved traffic
control plan shall be provided to the Engineer prior to the start of construction
activities.
6. The Contractor shall strictly comply with, and will be solely responsible for, all
required traffic control and devices as per approved plan and any revisions
thereof. The Contractor shall inspect the traffic control setup at two-hour
intervals, at a minimum, and correct all problems immediately.
7. The Contractor shall provide safe access for the County, County's
representatives, and Caltrans (if applicable) inspection staff.
8. Specific traffic control measures associated with the work of this Contract are
as follows:
a. Existing striping and road stencil work which conflicts with detour layout
shall be removed. Conflicting signs shall be covered.
b. Where traffic is moved out of its normal position, traffic lanes must be a
minimum of ten (10) feet wide. One (1) lane of traffic in each direction
shall be maintained, at all times, unless approved otherwise by the County
(and Caltrans).
c. Lane closures shall be limited between the hours of 9 AM to 4 PM to
minimize disruptions to commuter traffic. All lane closures must be
approved by the County (and Caltrans) in advance. The road shall be
returned to two-way traffic outside of the hours specified above.
d. The Contractor may use trench plates to re-open the road to two-way
traffic overnight, however, temporary trench resurfacing shall be placed
after each road crossing is complete. Temporary trench resurfacing shall
be maintained until permanent trench resurfacing is placed. Permanent
trench resurfacing shall be scheduled and placed immediately following
acceptance of water main, services and appurtenances installed.
e. Access to all local streets, businesses and residences shall be maintained
at all times, except when the Contractor's operations must temporarily
block access to driveways, the Contractor shall provide a minimum of
forty-eight (48) hour written notice to the residents and minimize the
duration of interruptions to driveway access.
TRAFFIC CONTROL
01 57 56-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.3 REFERENCES
A. Caltrans Standard Specifications, current edition (State Standard Specifications)
B. Caltrans Standard Plans, and Revised Standard Plans (State Standard Plans)
C. California Department of Transportation (Caltrans) Manual of Uniform Traffic Control
Devices, Current Edition
D. AASHTO Roadside Design Guide, Current Edition
E. U.S. Department of Transportation, Federal Highway Administration, (USDOT):
Design Guidance: Accommodating Bicycle and Pedestrian Travel: a Recommended
Approach
1.4 SUBMITTALS
A. Submittals shall be in accordance with the General Conditions and Section 01 33
00— Submittal Procedures.
1.5 PERMITS REQUIRED
A. An encroachment permit is required for this work, to be issued by the County. This
fee shall be paid by Contractor, and shall be included in the Traffic Control bid item.
No separate payment will be made.
PART 2 PRODUCTS
2.1 CONSTRUCTION SIGNS
A. Construction signs shall conform to the standards of the California Manual on
Uniform Traffic Control Devices (California MUTCD), current edition and Section 12,
"Temporary Traffic Control," of the State Standard Specifications.
B. Temporary warning signs in construction areas shall have a black legend on an
orange background. Color for other signs shall follow the standard for all highway
signs.
C. All signs used shall be reflectorized or illuminated.
D. Covers for existing signs shall be constructed of plywood or metal. No holes shall
be drilled into existing signs.
2.2 OTHER TRAFFIC CONTROL DEVICES
A. In general, all, traffic control devices shall conform to the standards of the California
MUTCD, current edition and Section 12, "Temporary Traffic Control," of the State
Standard Specifications.
B. Cones and Delineators:
TRAFFIC CONTROL
01 57 56-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. Cones shall consist of conical-shaped plastic devices which shall be 18
inches to 24 inches in height.
2. Delineators shall consist of cylindrical plastic devices, which shall be 48
inches in height.
3. Cones and delineators shall have flexible bases of suitable weight to ensure
stability.
4. Cones used during hours of darkness shall be internally illuminated or
reflectorized meeting the requirements of the California MUTCD.
C. Barricades
1. Barricades shall be Type I, Type II or Type III, as set forth in the California
MUTCD.
2. Barricades used during hours of darkness shall be reflectorized and equipped
with flashers.
D. Flaggers
1. Flaggers may be required to provide for public safety or the regulation of
traffic, or by jurisdictional authorities; and if used, shall be properly equipped
and certified.
E. Signalized Traffic Control System
1. A signalized traffic control system must be installed to control two-direction
alternating traffic at all times. Traffic control system shall be designed by a
registered civil engineer and submitted to Caltrans for approval. The
Contractor shall have workers onsite 24 hours per day and 7 days a week to
monitor the traffic control setup continuously while lane closure maintained to
ensure that traffic control system is working properly and correct any
problems immediately.
PART 3 EXECUTION
3.1 GENERAL
A. A minimum of 30 calendar days in advance, the Contractor shall implement a public
outreach program to inform the community of disruption to traffic due to construction.
3.2 DIVERTING TRAFFIC
A. Whenever construction operations obstruct the flow of vehicular traffic or present a
hazard to vehicles operating in the vicinity of construction operations, the Contractor
shall take appropriate action to warn, detour and otherwise protect approaching
drivers and vehicles.
TRAFFIC CONTROL
01 57 56-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. Whenever construction operations obstruct the flow of pedestrian traffic or present
a hazard to pedestrians, the Contractor shall take appropriate action to protect and
separate pedestrians from the work area. Such action may include placement of
barricades, warning signs, and/or provision of personnel as required to protect
vehicles and pedestrians as conditions warrant.
C. Keep traffic areas free of excavated material, construction equipment, pipe and
other materials and equipment.
D. Conduct operations in a manner to avoid unnecessary interference with public and
private roads and drives and provide and maintain temporary access for businesses
and residences. Provide and maintain suitable and safe bridges, detours, or other
temporary expedients for accommodation of public and private travel. When access
to private driveways must be temporarily denied due to construction operations,
notify the property owner or responsible party of such closure not less than 24 hours
in advance of closure. Give notification in writing and include the estimated duration
of the closure.
E. The minimum separation between the edge of travel lane and the work area shall
be six feet. A temporary protective K-rail barrier shall be installed if there is less than
six feet of clearance between the work area and edge of travel lane.
F. Notify the fire department, police/sheriff department, highway patrol, ambulance
service, local school district, and transit 14 days before closing roadway or portion
thereof. Notify said departments or agencies when streets are again passable for
vehicles. Conduct operations with the least interference to fire equipment access,
and at no time prevent such access. Furnish Contractor's night emergency
telephone numbers to the police or sheriff's department.
G. Pedestrian and bicycle access along sidewalks and streets shall be kept open and
safe from construction activities and traffic lanes.
3.3 TRAFFIC CONTROL DEVICES
A. General
1. Traffic control devices shall be provided in sufficient quantities and types as
required providing safe and adequate traffic control.
2. During hours of darkness, approved lights shall be included, in proper working
order, to illuminate signs and hazards and alert approaching traffic.
3. Barricades shall be furnished and maintained along all open trenches in
contact with traffic.
4. No work may begin on any day or at any time before traffic control devices
have been placed.
B. Placement
1. All traffic control devices shall be placed in accordance with the California
MUTCD and approved Traffic Control Plan.
TRAFFIC CONTROL
01 57 56-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. Locations of devices shall be adjusted to suit the conditions and
circumstances of each detour situation. In all cases, signs shall be placed to
most effectively convey their messages to approaching traffic.
C. Maintenance of Devices
1. The Contractor shall maintain all traffic control devices, at proper locations
and in proper working order, during construction operations and whenever a
hazard resulting from Contractor's operations exists.
2. The Contractor shall adjust and revise traffic control devices, placement, etc.,
to suit changing conditions around construction operations.
D. Removal of Devices
1. Traffic control devices shall remain in place to alert approaching traffic of
upcoming hazards.
2. After hazard has been removed, all traffic control devices shall be removed.
Signs shall be removed, or their messages covered to the satisfaction of the
Owner.
3.4 NOTICE OF CHANGES
A. The Contractor shall notify the Owner in writing at least forty-eight (48) hours,
excluding holidays and weekends, prior to instituting any lane closure or detour. The
Contractor shall also notify the Owner in writing at least forty-eight (48) hours,
excluding holidays and weekends, prior to opening lane closures or detours before
moving to another excavation segment. At the end of each day's work, the
Contractor shall inform the Owner of the status of all detours and/or lane or road
closures.
3.5 EMERGENCY VEHICLE ACCESS THROUGH DETOURS
A. During all detours and/or street closures the Contractor shall provide for movement
of emergency vehicles through the work area whenever possible.
3.6 ROADWAY USAGE BETWEEN OPERATIONS
A. Keep fire hydrants and water control valves free from obstruction and available for
use.
B. At all times when work is not actually in progress, Contractor shall make passable
and shall open to traffic such portions of the project and temporary roadways or
portions thereof as may be agreed upon between Contractor and Owner.
C. The Contractor shall not be permitted to maintain any lane closure or road closure
during non-working hours without first obtaining approval of the Owner.
D. Restoration of Pavement
TRAFFIC CONTROL
01 57 56-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. During non-working hours the Contractor shall restore travel lanes to their
original alignment and configuration by means of backfilling and temporary
pavement or bridging where possible.
2. The Contractor shall place "ROUGH ROAD" signs conforming to the
California MUTCD at uneven temporary pavement or bridging.
3.7 PARKING RESTRICTIONS
A. General: The Contractor shall post approved "NO PARKING" signs at all locations
necessary to establish work areas and detour traffic.
B. Signs:
1. Signs shall read: "NO PARKING - CONSTRUCTION TOW-AWAY ZONE."
Show hours of parking restriction.
2. Signs shall be placed at least 24 hours in advance of restriction.
3.8 PLATING OVER TRENCHES AND EXCAVATIONS
A. General:
1. Plating shall be placed across all trenches and excavations in accordance
with requirements of the specifications.
B. Design of Plating:
1. Plating for vehicular traffic shall be of sufficient width to accommodate the
required number of travel lanes.
2. Plating shall be designed to support H-20 vehicular traffic.
3. All plating shall be set flush with travel surface or a satisfactory transition from
travel surface to top of plating shall be provided.
a. A satisfactory transition shall mean a change in elevation between the
levels of not less than twelve (12) inches horizontal to one (1) inch
vertical.
b. Transition may be accomplished by means of temporary pavement.
END SECTION
TRAFFIC CONTROL
01 57 56-7
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page Intentionally Left Blank
TRAFFIC CONTROL
01 57 56-8
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 01 77 00
CONTRACT CLOSEOUT
PART 1 GENERAL
1.1 GENERAL
A. It is the intent of these Contract Documents that the Contractor shall deliver a
complete and operable facility capable of performing its intended functions and
ready for use.
1.2 CLEANING
A. Throughout the period of construction the Contractor shall keep the Work site free
and clean of all rubbish and debris, and shall promptly remove from the site, or from
property adjacent to the site of the Work, all unused and rejected materials, surplus
earth, concrete, plaster, and debris, excepting select material which may be required
for refilling or grading.
1.3 FINAL SITE CLEAN-UP
A. Upon completion of the Work, and prior to final acceptance, the Contractor shall
remove from the vicinity of the Work all paint, surplus material, and equipment
belonging to him or used under his direction during construction.
B. The Contractor shall restore to original condition all property not designated for
alteration by these Contract Documents.
1.4 WASTE DISPOSAL
A. The Contractor shall dispose of surplus materials, waste products, demolition
materials, and debris. The Contractor shall transport and dispose of waste materials
in accordance with applicable laws and regulations.
1.5 PROJECT RECORD DOCUMENTS
A. The Contractor shall maintain at the site, available to the Owner and Engineer, one
copy of the Contract Documents, Drawings, Shop Drawings, Change Orders, and
other modifications in good order and annotated to show all changes made during
construction. These Documents shall be delivered to the Engineer for the Owner
upon completion of the Work.
B. Record documents shall be reviewed during progress meetings to ascertain that all
changes have been recorded.
C. Store Record Documents separate from documents used for construction.
CONTRACT CLOSEOUT
01 77 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.6 TOUCH-UP AND REPAIR
A. The Contractor shall touch-up or repair finished surfaces on structures, equipment,
fixtures, or installations that have been damaged prior to final acceptance. Surfaces
on which such touch-up or repair cannot be successfully accomplished shall be
completely refinished or in the case of hardware and similar small items, the item
shall be replaced. Such items shall include, but not be limited to, the following:
1. Road surfaces
2. Exposed structure surfaces
3. Exposed equipment surfaces
4. Exposed piping surfaces
1.7 EQUIPMENT START-UP
A. After all acceptance tests have been completed by the Contractor and Owner but
prior to final acceptance, the Contractor shall recheck all equipment for proper
alignment and adjustment, check oil levels, re-lubricate all bearings and wearing
points, and in general assure that all equipment is in proper condition for continuous
operation.
1.8 OPERATION AND MAINTENANCE (O&M) MANUALS
A. See Section 01 33 00 — Submittal Procedures.
1.9 FINAL EQUIPMENT CHECK
A. After testing and before acceptance, all equipment shall be test run by the Owner
for a minimum of 7 days to ensure proper operation. At the end of the test run each
piece of machinery shall be lubricated and all components and couplings checked
for proper alignment and adjustment.
B. Submit written certification that Contract Documents have been reviewed, Work has
been inspected, and that Work is complete in accordance with Contract Documents
and ready for Engineer's inspection.
C. Provide submittals to the Owner required by other governing authorities.
1.10 MANUFACTURER'S CERTIFICATES OF PROPER INSTALLATION
1. The Contractor shall submit manufacturers' certificates of proper installation
for all items of equipment.
PART 2 PRODUCTS
(Not Used)
CONTRACT CLOSEOUT
01 77 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 3 EXECUTION
(Not Used)
END SECTION
CONTRACT CLOSEOUT
01 77 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
CONTRACT CLOSEOUT
01 77 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 02 01 20
PROTECTION OF UNDERGROUND
FACILITIES AND SURVEY MONUMENTS
PART 1 GENERAL
1.1 UNDERGROUND FACILITIES
A. Shown or Indicated: The information and data shown or indicated in the Contract
Documents with respect to existing underground facilities at or contiguous to the
Site is based on information and data furnished to Owner or Engineer by the owners
of such underground facilities, including Owner, or by others.
1. Owner and Engineer shall not be responsible for the accuracy or
completeness of any such information or data; and
2. The cost of all of the following will be included in the Contract Price, and
Contractor shall have full responsibility for:
a. Reviewing and checking all such information and data,
b. Locating all Underground Facilities shown or indicated in the Contract
Documents,
C. Coordination of the Work with the owners of such underground
facilities, including Owner, during construction, and
d. The safety and protection of all such underground facilities and
repairing any damage thereto resulting from the Work.
B. Not Shown or Indicated: If an underground facility is uncovered or revealed at or
contiguous to the Site which was not shown or indicated with reasonable accuracy
in the Contract Documents, the following shall apply.
1. Contractor shall develop and execute a work-plan, subject to Engineer's
approval to protect underground facilities.
2. The Contractor shall expose, prior to staking and trenching, all existing
utilities and existing facilities which may control proposed facility grades, and
alignment. Two working days notice shall be given to the Engineer prior to
commencing this work.
3. Full compensation for all costs involved in locating, verifying, protecting,
exposing, and otherwise providing for utilities shall be included in the amounts
bid for the various items of work, and no separate payment shall be made
therefore.
PROTECTION OF UNDERGROUND FACILITIES
0201 20-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.2 PROTECTION
A. The Contractor shall not interrupt the service function or disturb the supporting base
of any Utility by disrupting any facility identified in the Plans and Specifications
without authority from the Owner or order from the Engineer. Where protection of
such facilities is required to ensure support of utilities, the Contractor shall, unless
otherwise provided, furnish and place the necessary protection at the Contractor's
expense.
B. The Contractor shall be prepared at all times with labor, equipment and materials to
make repair on damaged mains or Utility facilities. The Contractor shall immediately
notify the Engineer and the Utility owner if he disturbs, disconnects or damages any
Utility. The Contractor shall bear the costs of repair or replacement of any Utility
facility described with reasonable accuracy in the Plans and Specifications that is
damaged by the Contractor. No extra compensation will be made for the repair of
any services or mains damaged by the Contractor, nor for any damage incurred if
the neglect or failure of providing protective barriers, lights and other devices or
means required to protect such existing utilities or facilities described with
reasonable accuracy in the Plans and Specifications.
1.3 SURVEY MARKERS AND PERMANENT REFERENCE POINTS
A. Surveying and Permanent Survey Markers
The Engineer will take measurements to assure the preservation of survey markers
(monuments and bench marks). The Contractor shall not disturb permanent survey
markers without the consent of Engineer and shall bear the expense of replacing
any that may be disturbed without permission.
1. Replacement of survey markers shall be done only by the Engineer.
2. If disturbing of markers cannot be avoided, the Owner shall pay the cost of
replacing said markers.
B. Lot Corner Monuments
The Contractor shall preserve property line and corner survey markers except where
their destruction is unavoidable and the Contractor is proceeding in accordance with
accepted practice. Markers that are lost or disturbed by his operations shall be
replaced at the Contractor's expense by the Engineer.
END SECTION
PROTECTION OF UNDERGROUND FACILITIES
0201 20-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 02 41 00
DEMOLITION
PART 1 GENERAL
1.1 DESCRIPTION
A. The work of this section consists of demolition and removal of pavements, slabs,
miscellaneous debris, signs, barriers, salvaged items, and portions of abandoned
utilities. Includes all material, equipment, and tools to demolish and remove items
as shown on these Plans, and to restore the demolished areas to a safe, and need
area.
B. Definitions:
1. Portland Cement Concrete: A mixture of Portland cement, fine aggregate,
coarse aggregate, admixtures (if used) and water, proportioned and mixed.
Also, included is rebar.
2. Asphalt Concrete: A mixture of liquid asphalt and graded aggregate used as
paving material for roadways and parking lots.
1.2 WORK INCLUDED
A. Repair and restoration of areas damaged due to demolition work.
B. Salvaging of equipment for Owner.
C. Removal of demolished materials from site.
D. Remove existing piping and other existing structures as shown on the Plans to be
removed.
E. Properly dispose of all removed materials.
F. Dewatering as needed in order to complete the proposed demolition.
G. Removal of trees and landscaping as required for construction.
1.3 RELATED WORK
A. Section 01 57 23 —Storm Water Pollution Prevention Plan
B. Section 01 57 27 — Dust Control
C. Section 03 03 00 — Cast In Place Concrete
D. Section 31 11 00 — Clearing and Grubbing
E. Division 31 — Earthwork
DEMOLITION
0241 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.4 SEQUENCING
A. Sequence work to minimize interference with overall construction activities and
Liberty Canal water deliveries. Demolition shall be shown on the Project schedule.
B. Portions of existing PVC irrigation pipelines within the basin area to be removed as
noted on the Plans shall be located, excavated, and properly disposed of prior to
the start of basin excavation.
C. Portions of existing asbestos cement pipe within the basin area to be removed as
noted on the Plans shall be located, excavated, and properly disposed of according
to all Federal and State regulations prior to the start of basin excavation
1.5 REGULATORY REQUIREMENTS
A. Obtain any required permits.
B. Dispose of removed materials in an approved disposal or salvage facility.
1.6 REFERENCES
A. Section 17-2 — Clearing and Grubbing, State Standard Specifications
B. Section 19 — Earthwork, State Standard Specifications
1.7 SUBMITTALS
A. As specified in the General Conditions Section 01 33 00 — Submittal Procedures
B. Demolition plan including sequence of operations. The plan shall specifically
address methods of demolition, schedule, sequence of demolition, and procedures
for archeological monitoring. Demolition shall not proceed until the plan has been
approved.
1.8 QUALITY ASSURANCE
A. General: Take all necessary precautions with regard to safety in carrying out the
demolition and site work. Erect suitable barriers around open excavations and fulfill
all appropriate requirements of CAL/OSHA. Comply with safety requirements for
demolition, ANSI A10.6-90.
1.9 PROJECT CONDITIONS
A. Underground utilities exist at this site. Contractor shall take all necessary
precautions to protect said utilities. Notify Engineer of any deviation in utility location
from that which is shown on the drawings.
B. Keep dust to a minimum at removal site and on haul roads. Use sprinklers or water
trucks as necessary or as directed by the Engineer.
C. Ensure safety of persons in demolition area. Provide temporary barricades as
required.
DEMOLITION
0241 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
D. Excavations may encounter groundwater and require dewatering depending on the
time of year and amount of seasonal run-off. Loose sands exposed in excavation
sidewalls may be unstable and require shoring or lying back in accordance with
OSHA requirements. Flowing sands may also be encountered in excavations below
groundwater levels.
1.10 CLOSEOUT SUBMITTALS
A. As specified in Section 01 77 00— Contract Closeout.
B. Show all capped and abandoned utility terminations and location of remaining
facilities on project Record Drawings.
PART 2 PRODUCTS
2.1 REPAIR AND RESTORATION MATERIALS
A. Concrete shall be as specified in Section 03 30 00 — Cast In Place Concrete.
B. Backfill materials shall be as required by Section 19 — Earthwork, State Standard
Specifications.
C. Asphalt and concrete shall match existing materials and conditions.
D. Asphalt and concrete shall be replaced in conformance with governing authority
standards.
2.2 MATERIALS
A. Items to be Salvaged and Relocated shall be salvaged and/or relocated as shown
on the drawings, or as directed by the Engineer.
B. Materials and items demolished and not designated for reuse, salvage or transfer to
the Owner, as well as all debris, rubbish and other materials resulting from the
demolition operations, shall become the property of the Contractor and shall be
removed from the site within 48 hours of demolition.
C. Storage or sale of the removed items will not be permitted at the site.
PART 3 EXECUTION
3.1 INSPECTION
A. Prior to demolition, inspect the site conditions, verifying all governing dimensions,
notes and specification. Notify the Engineer of any errors or omissions in the
contract documents.
B. Make such explorations and probes as are necessary to ascertain any required
protection measures before proceeding with the demolition and removal work.
DEMOLITION
0241 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.2 PREPARATION
A. Protect existing, appurtenances, structures, which are not to be demolished.
B. Prior to demolition work, all soil erosion control measures specified in Section 01 57
23 - Stormwater Pollution Prevention Plan (SWPPP) and inlet protection barriers
shall be in place. Contractor shall provide appropriate measures to prohibit
demolition debris and/or soil from entering any watercourse.
1. Protect all buildings, structures, utilities, and vegetation to remain.
3.3 DEMOLITION REQUIREMENTS
A. Conduct demolition to protect and minimize damage to structures and existing
improvements.
B. Conduct salvaging to protect and minimize damage to salvaged equipment.
C. Execute the work in a careful, orderly and safe manner, with the least possible
disturbance to the public. Cease operations immediately if adjacent work appears
to be endangered. Do not resume operations until corrective measures have been
taken.
D. Pavement and Slabs:
1. Remove completely all Portland cement concrete slabs-on-grade including,
but not limited to, equipment pads, sidewalks, etc. If approved by the
Engineer, the Contractor may crush Portland concrete for use as aggregate
base.
2. Saw cut existing asphalt concrete pavements cleanly in straight continuous
lines. Remove asphalt concrete pavement as shown on the drawings.
a. Asphalt Concrete Milling Equipment: Milling machines shall be power
operated, self-propelled machines capable of removing the desired
thickness. They shall have sufficient power, traction and stability to
accurately maintain depth of cut and slope.
3. Any material thus processed shall conform to the specifications for Section
32 11 23—Aggregate Base
4. In areas that are demolished, but where no future roads or structures are
shown, the exposed subgrade shall be scarified an additional 18 inches
before placing backfill.
E. Concrete and Masonry Structures: Remove structure to a minimum of 3 feet below
grade. Break remaining portions to permit drainage. Remove completely if under
proposed structures or roadways.
DEMOLITION
0241 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
F. Items to be Salvaged: Remove as directed by the Engineer. Remove carefully. All
salvaged material remains the property of the Owner. Store where directed by the
Engineer.
G. Abandoned Utilities: Remove above ground utilities and terminate as approved by
the utility company and the Engineer. Remove necessary portions of underground
utilities to within 24 inches of excavation or final grade. Plug abandoned pipes and
conduits with concrete plugs. Plugs shall be 6 inches or 2 times the pipe diameter
in length, whichever is greater.
1. Water lines shall be capped as close as possible to active mains.
3.4 SALVAGE EQUIPMENT
A. Salvaged equipment shall be delivered to the Owner at a designated site within the
project site. Salvaged equipment shall be placed on wood or concrete blocks so the
equipment will be 4 inches minimum above ground elevation.
3.5 PRESERVATION
A. If indicated or required, preserve trees, plants, rock outcroppings, or other features
designated to remain. Protect trees and plants from damage; fell trees in a manner
which shall not injure standing trees, plants and improvements which are to be
preserved.
3.6 RESTORATION
A. All demolition areas, staging/stockpiling, and open excavations shall be filled in
accordance with the Earthwork Sections. Fill all open excavations deeper than one
foot to an elevation to match the surrounding topography.
1. New Construction Areas: As shown on drawings.
3.7 DISPOSAL
A. As specified in Section 01 50 00—Temporary Facilities.
END SECTION
DEMOLITION
0241 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
DEMOLITION
0241 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 05 10
LEAKAGE TESTING OF HYDRAULIC STRUCTURES
PART 1 GENERAL
1.1 WORK INCLUDED
A. This work described in this section includes leakage testing of concrete structures
subject to hydrostatic pressure.
1.2 RELATED WORK
A. Section 01 51 36 —Watering
B. Section 03 30 00 —General Concrete Construction
C. Section 03 60 00 —Grout
D. Section 07 92 00 — Caulking and Sealants
E. Section 40 05 00 — Pipe and Fittings
1.3 REFERENCES
A. None
1.4 SUBMITTALS
A. Submit a testing schedule, including proposed plans for water conveyance, control,
disinfection, and disposal in writing for approval a minimum of 14 days before testing
is to start. The submittal shall include the contractor's plan for the release of water
from structures after testing has been completed.
PART 2 PRODUCTS
2.1 MATERIALS
A. The Contractor shall furnish and install all temporary fittings and equipment required
for the completion of the testing described herein.
B. Temporary valves, bulkheads, or other water control equipment and materials shall
be as determined by the Contractor. No materials shall be used which would
damage the structure or its future intended function.
C. Pressure gauge(s) implemented for testing purposes shall be sufficiently detailed
and in range to accurately read test pressure.
D. All leakage testing shall be conducted using air or water, at the Contractor's option.
LEAKAGE TESTING OF HYDRAULIC STRUCTURES
03 05 10-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 3 EXECUTION
3.1 PREPARATION
A. Contractor shall verify that concrete strength has attained at least 90 percent of its
28-day design strength prior to testing.
B. Prior to testing, all hydraulic structures shall be cleaned by thoroughly hosing down
all surfaces with a high pressure hose. All water, dirt, and foreign material
accumulated in this cleaning operation shall be discharged from the structure or
otherwise removed.
C. Contractor shall verify that all valves or gates are fully closed and all pipe
penetrations are temporarily plugged prior to conducting leakage test.
3.2 TESTING
A. Fill the structure with water or air.
1. If water is used, the structure shall be slowly filled with water, ensuring all air
is expelled from the structure. The structure shall stand full of water for at
least twenty-four (24) hours prior to testing to allow all air to escape.
B. A minimum test pressure equal to six (6) psi shall be applied.
C. The test pressure in the structure shall be maintained for twenty-four (24) hours.
Test pressure shall be maintained at six(6) psi, at a minimum, during the test period.
At no time during the test shall the pressure fall more than one (1) psi below the
starting test pressure.
D. The structure shall be considered to have passed the test if the pressure within the
structure is within one (1) psi of the starting test pressure and no additional air or
water has been introduced into the structure.
E. If the structure fails to pass the leakage test, the Contractor shall empty the structure
as acceptable to the Construction Manager and shall examine the exterior and
interior for evidence of any cracking or other conditions that might be responsible
for the leakage. Any cracks shall be repaired and sealed with polyurethane sealant
in accordance with Section 03 30 00 — Cast-In-Place Concrete. Any evidence of
leakage shall be repaired. Following these operations, the Contractor shall again
test the hydraulic structure.
F. Wet spots or other apparent seepage on the exterior areas or the wall faces shall
not be acceptable. Wet spots are defined as spots where moisture can be picked
up on a dry hand. Any cracks or other areas of apparent leakage, including wet
spots on the wall or wall footing, shall be sealed with sealant system compatible with
the defective area or other means acceptable to the Engineer. Allow the joint to set
and cure following the cement manufacturer's instructions. Do not load the joint for
at least 8 hours after joint assembly.
END SECTION
LEAKAGE TESTING OF HYDRAULIC STRUCTURES
03 05 10-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 11 00
CONCRETE FORMWORK
PART 1 GENERAL
1.1 WORK INCLUDED
A. Work required under this section consists of furnishing all materials, supplies,
equipment, tools, transportation, and facilities, and performing all labor and services
incidental to furnishing and installing concrete formwork as described in this section
of the Specifications, shown on the accompanying Plans, or reasonably implied
therefrom. The work shall include, but is not necessarily limited to:
B. Scope:
1. Design of formwork, shoring and reshoring.
2. Furnishing, erection, and removal of forms.
3. Shoring, bracing, and anchorage of formwork.
4. Openings for other work.
1.2 RELATED SECTIONS
A. Section 03 15 00 — Concrete Accessories
B. Section 03 20 00 — Concrete Reinforcing
C. Section 03 30 00 — Cast-In-Place Concrete
D. Section 03 39 00 — Concrete Curing
1.3 REFERENCES
A. Industry Codes and Standards
1. American Concrete Institute (ACI) Manual of Concrete Practice
ACI 117 Standard Tolerances for Concrete Construction and
Materials and Commentary
ACI 301 Specifications for Structural Concrete for Buildings
ACI 318 Building Code Requirements for Structural Concrete
ACI 347 Guide to Formwork for Concrete
2. Voluntary Product Standard
a. PS-1 — Construction and Industrial Plywood
B. Western Wood Products Association (WWPA)
CONCRETE FORMWORK
0311 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
C. American Plywood Association Design and Construction Guide
D. Government Regulations
1. U.S. Department of Labor, Occupational Safety and Health Administration
(OSHA) Regulations
a. OSHA 29 CFR Part 1926.701 Safety and Health Regulations for
Construction
2. Cal/OSHA Standards, Division of Industrial Safety, Construction Safety
Orders, Article 29 Erection and Construction
a. Section 1717 Falsework and Vertical Shoring
E. Air Quality Management District — Local AQMD
F. Where reference is made to one of the above, the revision in effect at the time of bid
opening shall apply.
1.4 SUBMITTALS
A. As specified in General Conditions and Section 01 33 00 - Submittal Procedures.
B. Provide concrete construction joints and expansion joints of the types and locations
indicated. Submit for approval shop drawings showing proposed location and type
of required construction for any joints not shown on the Drawings, and sequence of
forming and concrete placing operations.
C. Provide formwork, shoring and reshoring calculations for information only.
1.5 DESIGN REQUIREMENTS
A. Design, engineer and construct formwork, shoring and bracing to conform to ACI
318 Section 26.11. Resultant concrete to conform to required shape, line and
dimension. Design of formwork is Contractor's responsibility.
B. The formwork shall be designed for the loads and lateral pressures outlined in
Chapter 2 of ACI 347R, and lateral forces as specified by the CBC.
C. Above grade forms for elevated slabs and for walls exceeding 4 ft. in height shall be
designed by a professional Civil or Structural engineer registered in the State of
California.
D. Foundation concrete may be placed directly into neat excavations, provided
foundation trench walls are sufficiently stable [subject to approval of DSA].
Otherwise, minimum formwork is mandatory to ensure clean excavations and
properly formed surfaces immediately prior to and during placing of concrete.
CONCRETE FORMWORK
0311 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.6 COORDINATION
A. Coordinate this Section with other Sections of work that require attachment of
components to formwork.
B. If formwork is placed after reinforcement resulting in insufficient concrete cover over
reinforcement, Contractor shall adjust reinforcement positioning to accomplish
required cover or otherwise request instructions from Architect before proceeding.
1.7 QUALITY ASSURANCE
A. Requirements of Regulatory Agencies. The requirements of California Division of
Occupational Safety and Health, Construction Safety Orders Section 1717 and
OSHA Part 1926, Section 1926.701 apply to the Work of this Section, and the
Contractor shall prepare and maintain at least one (1) copy of the required drawings
at the site. Design of the structures shown on the Drawings does not include any
allowance or consideration for imposed construction loads. Provide forms, shoring
and falsework adequate for imposed live and dead loads, including equipment,
height of concrete drop, concrete and foundation pressures, stresses, lateral
stability, and other safety factors during construction.
B. Standards and Tolerances. Employ formwork complying with ACI 347 Guide to
Formwork for Concrete, except as exceeded by the requirements of regulatory
agencies or as otherwise indicated or specified. Design and construct formwork to
produce finished concrete conforming to tolerances given in ACI 117
1. Form offset shall meet the requirements of Class C.
PART 2 PRODUCTS
2.1 FORM COATING
A. Form coating compounds shall be biodegradable with a VOC level less than 50
grams/liter. Non-grain raising and non-staining resin or polymer type that will not
leave residual matter on surface of concrete or adversely affect bonding to concrete
of paint, plaster, mortar, protective coatings, waterproofing or other applied
materials. Coatings containing mineral oils, paraffin, waxes, or other non-drying
ingredients are not permitted. For concrete surfaces contacting potable stored
water, use only coatings and form-release agents that are completely non-toxic.
2.2 LUMBER
A. WWPA Structural Light Framing No. 1 or Structural Joists and Planks No. 1, or
equal. Board forms, if used, shall be No. 2 Common or better, T&G or shiplap,
S1 S2E, or better.
B. Plywood. APA- MDO (Medium Density Overlay) Plyform, Group 1, Exterior, PS-1,
for exposed surfaces. APA - BB (No-overlay) Plyform, Class 1, Exterior, PS-1 for
unexposed surfaces.
CONCRETE FORMWORK
0311 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2.3 METAL FORM TIES
A. Provide commercially manufactured, prefabricated rod, snap-off, or threaded
internal disconnecting type of tensile strength to resist all imposed loads. Use only
ties that leave no metal within 1'/z-inch of concrete surfaces after removal. Employ
snap-off type ties having integral washer spreaders of diameter to fully close tie
holes in forms.
PART 3 EXECUTIONS
3.1 FORM TYPES
A. Smooth Surface Concrete. Use specified plywood or metal forms, as approved, for
interior and exterior exposed above-grade concrete and all formed concrete in
contact with liquids, waterproofing and protective coatings.
B. General Concrete. Use either plywood or board forms for concealed surfaces, or
form as specified for smooth surface concrete.
3.2 SHORING AND FALSE WORK
A. Distribute loads properly over base area on which shoring is erected, either concrete
slabs or ground; if on ground, protect against undermining or settlement, particularly
against wetting of soils.
B. Alignment. Construct forms to produce in finished structure all lines, grades, and
camber, as required.
3.3 FORM CONSTRUCTION
A. Erect formwork, shoring and bracing to achieve design requirements in accordance
with requirements of ACI 318 Section 26.11.
B. Build forms to exact shapes, sizes, lines, and dimensions as required to obtain
accurate alignment, location and grades, and level and plumb work in finished
structures. Provide for openings, offsets, keyways, recesses, moldings, chamfers,
blocking, joint screeds, bulkheads, anchorages, and other required features. Make
forms easily removable without hammering or prying against concrete. Use
approved metal spreaders to provide accurate spreading of forms. Construct forms
so that no sagging, leakage, or displacement occurs during and after pouring of
concrete.
C. Provide bracing to ensure stability of formwork. Shore or strengthen formwork
subject to overstressing by construction loads.
D. Arrange and assemble formwork to permit dismantling and stripping. Do not
damage concrete during stripping. Permit removal of remaining principal shoring.
Conform to Title 8, Subchapter 4, Construction Safety Orders, CCR.
E. Align joints and make watertight. Keep form joints to a minimum.
CONCRETE FORMWORK
0311 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
F. Obtain approval before framing openings in structural members that are not
indicated on Drawings.
G. Form Joints and Tie Holes. Seal joints between form panels with specified calking
compound. Unless form tie spreaders fully seal tie holes in forms, seal around ties
with specified materials and prevent leakage of concrete mortar.
H. Nails, Spikes, Lag Bolts,Through Bolts,Anchorages: Sized as required, of sufficient
strength and character to maintain formwork in place while placing concrete.
I. Reuse. Clean and recondition form material before each reuse. Fill all holes, cracks
and defects. Unsatisfactory material (in the opinion of the Construction Manager)
shall be rejected and removed from the site.
J. Provide 1/4" inch chamfers at all exposed outside corners in the maximum lengths
possible. Use mill run chamfer strips surfaced all sides. Provide rounded top edges
of sidewalks, walkways, and where directed.
3.4 ALLOWABLE VARIATIONS FOR FORMED SURFACES
A. Tolerances: Per ACI 317 requirements.
B. Surface irregularities, ACI 347R Class A, gradual or abrupt irregularities of 1/8 inch
for exposed to view concrete. Class B, 1/4 inch for plaster cement finish.
3.5 APPLICATION- FORM RELEASE AGENT
A. Apply form release agent on formwork in accordance with manufacturer's
recommendations.
B. Apply prior to placement of reinforcing steel, anchoring devices and embedded
items.
C. Do not apply form release agent where concrete surfaces will receive special
finishes or applied coverings that are affected by agent. Soak inside surfaces of
untreated forms with clean water. Keep surfaces coated prior to placement of
concrete.
3.6 EMBEDDED PARTS, OPENINGS AND HARDWARE
A. Provide formed openings where required for items to be embedded in or passing
through concrete work. No openings or embedded items permitted in structural
slabs within 18 inches of columns. Conform to ACI 318 Section 26.11.
B. Locate and set in place items that will be cast directly into concrete.
C. Coordinate work of other Sections in forming and placing openings, slots, reglets,
recesses, chases, sleeves, bolts, anchors and other inserts, whether indicated on
the structural drawings or not.
D. Install accessories in accordance with manufacturer's instructions, straight, level
and plumb. Ensure items are not disturbed during concrete placement.
CONCRETE FORMWORK
0311 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
E. Install electrical conduits per the direction of the electrical contractor as not to reduce
the strength of the construction. Support embedded pipes and conduits
independently from reinforcing steel in a manner to prevent metallic contact and
thereby prevent electrolytic deterioration. Place embedded pipes and conduits as
nearly as possible to the centerline of the concrete section. Submit all conduit,
piping and other wall penetrations, reinforcements and anchor bolt sizing and
locations to Owner's review and approval.
F. Provide temporary ports or openings in formwork where required to facilitate
cleaning and inspection. Locate openings at bottom of forms to allow flushing water
to drain.
G. Close temporary openings with tight fitting panels, flush with inside face of forms
and neatly fitted so joints will not be apparent in exposed concrete surfaces.
3.7 FIELD QUALITY
A. Inspection of Forms: Check forms prior to placement of any concrete for grade and
alignment.
B. Control during Concrete Placement: Check forms during concrete placement and
to promptly seal all mortar leaks and to correct all form movement or misalignment.
3.8 REMOVAL OF FORMS AND SHORING
A. Do not remove forms or shoring until concrete has attained sufficient strength to
support its own weight and all imposed construction and permanent loads.
B. Form Removal. Minimum times for removal after concrete placement are as follows:
Beam sides but not shoring 3 days
Column forms and wall forms 2 days
Forms for supported slabs but not shoring 14 days
C. Shoring and Falsework Removal. Do not remove shoring and falsework until
21 days after concrete placement, or until concrete has attained at least 90 percent
of the 28 day design compressive strength as demonstrated by control test
cylinders, but in no event, not sooner than 14 days.
D. All form materials, during stripping of forms below finish grade, shall be removed
and deposed of unless otherwise approved by the Engineer.
E. Restriction. Do not impose construction, equipment, or permanent loads on
columns, supported slabs, or supported beams until concrete has attained the 28-
day design compressive strength.
F. Concrete Curing During Removals. Refer to Section 03 39 00 of these
Specifications.
END SECTION
CONCRETE FORMWORK
0311 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 15 00
CONCRETE ACCESSORIES
PART 1 GENERAL
1.1 WORK INCLUDED
A. Furnish all materials, supplies, and performing all labor to furnish and install
concrete accessories as described in this section of the Specifications, shown on
the Plans. The work shall include, but is not necessarily limited to
1. Polyvinyl chloride waterstop.
2. Hydrophilic waterstop
3. Bentonite strip waterstop
4. Preformed synthetic sponge rubber expansion joint material.
5. Preformed bituminous fiber expansion joint material.
1.2 REFERENCES
A. American Society for Testing and Materials (ASTM):
1. D412 — Standard Test Methods for Vulcanized Rubber and Thermoplastic
Elastomers—Tension
2. D570 - Standard Test Method for Water Absorption of Plastics
3. D624 - Standard Test Method for Tear Strength of Conventional Vulcanized
Rubber and Thermoplastic Elastomers
4. D638 - Standard Test Method for Tensile Properties of Plastics
5. D746 - Standard Test Method for Brittleness Temperature of Plastics and
Elastomers by Impact
6. D747 - Standard Test Method for Apparent Bending Modulus of Plastics by
Means of a Cantilever Beam
7. D792 - Standard Test Methods for Density and Specific Gravity (Relative
Density) of Plastics by Displacement
8. D994 - Standard Specification for Preformed Expansion Joint Filler for
Concrete (Bituminous Type)
9. D2240 - Standard Test Method for Rubber Property—Durometer Hardness
B. U. S. Army Corps of Engineers (USACE):
CONCRETE ACCESSORIES
03 15 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. CRD-C-572, Specification for Polyvinyl Chloride Waterstop.
1.3 RELATED WORK
A. Section 03 30 00 — Cast in Place Concrete
B. Section 07 92 00 — Caulking and Sealants
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittal
Procedures.
B. Product Data:
1. Waterstops and Preformed Expansion Joint Material: Sufficient information on
each type of material for review to determine conformance of material to
requirements specified.
C. Provide material certificates, shop fabrication and placement drawings, and
schedule.
D. Samples: Provide samples of each product to be supplied under this section.
E. Manufacturer's Installation Instructions: For all materials specified under this section
F. Quality Control Submittals:
1. Certificates of Compliance:
a. Written certificates that waterstops and Preformed Expansion Joint
Material supplied meet or exceed physical property requirements of this
section.
1.5 QUALITY ASSURANCE
A. Mock-Ups:
1. Welding Demonstration:
a. Demonstrate ability to weld acceptable joints in polyvinyl chloride
waterstop before installation of waterstop begins.
B. Field Joints:
1. Polyvinyl Chloride Waterstop Field Joints: Shall be free of misalignment,
bubbles, inadequate bond, porosity, cracks, offsets and other defects which
would reduce the potential resistance of the material to water pressure at any
point. Replace defective joints, remove faulty material from the site.
C. Inspections:
1. Quality of welded joints will be subject to acceptance of the Engineer.
CONCRETE ACCESSORIES
03 15 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. Polyvinyl Chloride Waterstop: The following defects that represent a partial
list that will be grounds for rejection.
a. Any combination of offset or crack which will result in a net reduction
in the cross section of the waterstop in excess of 1/16-inch or 15
percent of the material thickness, at any point, whichever is less.
b. Misalignment of the joint, which will result in misalignment of the
waterstop in excess of 1/2-inch in 10 feet.
C. Porosity in the welded joint as evidenced by visual inspection.
d. Bubbles or inadequate bonding.
PART 2 PRODUCTS
2.1 MANUFACTURED UNITS
A. Waterstops:
1. Polyvinyl Chloride Waterstops:
a. One of the following or Engineer approved equivalent:
1) Vinylex Corporation, Kwik-Tie.
2) Greenstreak Plastic Products Company, Inc.
b. Type: Ribbed Waterstop. Unless otherwise specified, joints shall be
constructed as follows:
1) Construction Joints: ribbed type, width to be 6 inches unless
otherwise specified or shown on the plans, without center bulb.
2) Expansion Joints: ribbed type, width to be 6 inches unless
otherwise specified or shown on the plans, with hollow center
bulb.
C. Provide polyvinyl chloride waterstops complying with following
requirements:
Property Test Method Required Limits
Water absorption ASTM D570 0.15% max
Tear Resistance ASTM D624 200 lb/in (35 kN/m) min.
Ultimate Elongation ASTM D638 350% min.
Tensile Strength ASTM D638 2000 psi (13.78 Mpa) min.
Low Temperature ASTM D746 No Failure @ -35' F (-37° C)
Brittleness
Stiffness in Flexure ASTM D747 600 psi (4.13 Mpa) min.
Specific Gravity ASTM D792 1.45 max.
Hardness, Shore A ASTM D2240 79 +3
CONCRETE ACCESSORIES
03 15 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
Tensile Strength after CRD-C 572 1850 psi (11.03 Mpa) min.
accelerated extraction
Elongation after accelerated CRD-0572 300% min.
extraction
Effect of Alkalies after 7 CRD-0572
days:
Weight Change between -0.10% /+0.25%
Hardness Change +/- 5 points
2. Hydrophilic waterstop
a. One of the following or Engineer approved equivalent:
1) W. R. Grace and Company, Adcor ES
2) Greenstreak Plastic Products Company, Inc., Hydrotite
b. Performance Requirements as follows:
Chloroprene Rubber
Property Test Method Required Limits
Tensile Strength ASTM D412 1300 PSI min.
Ultimate Elongation ASTM D412 400% min.
Hardness Shore A ASTM D2240 50 +/- 5
Tear Resistance ASTM D624 100 lb/inch min.
Modified Chloro rene (Hydrophilic) Rubber
Property Test Method Required Limits
Tensile Strength ASTM D412 350 PSI min.
Ultimate Elongation ASTM D412 600% min.
Hardness Shore A ASTM D2240 52 +/- 5
Tear Resistance ASTM D624 50 lb/inch
Expansion Ratio Volumetric 3 to 1 min.
Change -
Distilled Water
700 F
3. Bentonite Strip Waterstop
a. One of the following or Engineer approved equivalent:
1) Cetco, Waterstop, RX.
2) Green Streak, Swell Stop
B. Preformed Expansion Joint Materials:
1. Preformed Synthetic Sponge Rubber Expansion Joint Material:
a. Manufacturers: One of the following or Engineer approved equivalent:
1) JD Russell Co, Reflex
CONCRETE ACCESSORIES
03 15 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2) W.R. Meadows, Sponge Rubber Expansion Joint
2. Preformed Bituminous Fiber Expansion Joint Material:
a. Conform to ASTM D994, preformed bituminous type, 1/2-inch thick
b. Manufacturers: One of the following or Engineer approved equivalent:
1) JD Russell Co., Fiberflex
2) W.R. Meadows, Fiber Expansion Joint
2.2 ACCESSORIES
A. Adhesives and sealants:
1. Provide as recommended by product supplier.
PART 3 EXECUTION
3.1 INSTALLATION
A. Waterstops - General:
1. Waterstops shall be stored so as to permit free circulation of air around the
waterstop material and to prevent direct exposure to sunlight.
2. Install waterstops in concrete joints where indicated on the Drawings.
3. Carry waterstops in walls into lower slabs and join to waterstops in slabs with
appropriate types of fittings.
4. In Water bearing Structures: Provide all joints with waterstops, whether
indicated on the Drawings or not.
5. Provide waterstops that are continuous.
6. Set waterstops accurately to position and line as indicated on the Drawings.
7. Hold and securely fix edges in position at intervals of not more than 24-inches
so that they do not move during placing of concrete.
8. Position the waterstop so that the center axis of the waterstop shall be
coincident with the centerline of the joint, unless detailed otherwise.
9. Do not drive nails, screws, or other fasteners through waterstops in vicinity of
construction joints.
10. Secure waterstop against movement at not more than 24-inches on centers.
11. Terminate waterstops 3-inches from top of finish surfaces of walls and slabs
unless otherwise specified or indicated on the Drawings.
CONCRETE ACCESSORIES
03 15 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
12. When any waterstop is installed in the concrete on one side of a joint, while
the other half or portion of the waterstop remains exposed to the atmosphere
for more than two days, suitable precautions shall be taken to shade and
protect the exposed waterstop from direct rays of sunlight during the entire
exposure and until the exposed portion is embedded in concrete.
13. Use specific type in applications as indicated on the Drawings.
14. No scrap or recycled material shall be used.
B. Polyvinyl Chloride Waterstops:
1. Install waterstops so that joints are watertight.
2. Weld joints such as unions, crosses, ells, and tees, with
thermostatically controlled equipment recommended by waterstop
manufacturer.
a. The material shall not be damaged by heat sealing.
b. Make joints by overlapping then simultaneously cut the ends of the
sections to be spliced so they will form a smooth even joint.
C. The continuity of the waterstop ribs and tubular center axis shall be
maintained.
d. The splices shall have a tensile strength of not less than 60 percent of
the unspliced materials tensile strength.
3. Butt joints of the ends of two identical waterstop sections may be made while
the material is in the forms.
4. All joints with waterstops involving more than two ends to be joined together,
and all joints that involve an angle cut, alignment change, or the joining of two
dissimilar waterstop sections shall be prefabricated prior to placement in
the forms, providing not less than 24-inch long strips of waterstop
material beyond the joint.
5. Vertical crosses and tees shall be prefabricated by the manufacturer.
Horizontal crosses or tees may be field or factory welded.
6. Split type waterstop will not be permitted except where specifically indicated
on the Plans.
C. Hydrophillic Waterstops
1. Apply adhesive recommended by the manufacturer for the given application.
2. Cut coil ends square or at proper angle for mitered corners with a sharp blade
to fit splices together without overlaps.
CONCRETE ACCESSORIES
03 15 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3. Splices and exposed cells shall be sealed using adhesives recommended by
the manufacturer.
4. Provide minimum concrete cover per manufacturer's recommendations and
in no instance less than 2 inches.
5. Surfaces shall be even, smooth, clean and dry.
6. Do not use when the head exceeds 150'
D. Bentonite Waterstops
1. Apply adhesive recommended by the manufacturer for the given application.
2. Maintain the minimum clear cover recommended by the manufacturer but in
no instance less than 2 inches.
3. Butt splice by pressing ends together to ensure no separation or air pockets.
Do not overlap the ends of the waterstops.
4. Remove release paper immediately prior to the second concrete pour.
5. Replace waterstop showing signs of premature swelling, discontinuity or
debris contamination.
E. Preformed Expansion Joint Material:
1. Fasten expansion joint strips to concrete, masonry, or forms with
adhesive. No nailing will be permitted, nor shall expansion joint strips be
placed without fastening.
2. Install expansion joint filler in accordance with manufacturer's instructions.
3. Install joint filler '/z inch (13 mm) below the concrete surface.
4. Prior to sealing, slide expansion joint cap over the expansion joint.
5. Place concrete and screed to finish grade, allow adequate during time before
removing top of expansion joint cap. Pull cap free and discard.
6. Seal with joint sealant.
F. Joints:
1. Install construction and expansion joints as indicated on the Plans.
END SECTION
CONCRETE ACCESSORIES
03 15 00-7
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
CONCRETE ACCESSORIES
03 15 00-8
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 15 20
ANCHOR BOLTS AND POST-INSTALLED ANCHORS
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work of this section consists of furnishing and installing all materials and
equipment and providing all labor necessary to complete the work shown on the
drawings and/or listed below and all other work and miscellaneous items not
specifically mentioned but reasonably inferred for a complete installation, including
all accessories and appurtenances required for a completed system.
B. Cast-in-Place anchor bolts, anchor bolts and threaded rod anchors for epoxy
grouting.
C. Expansion anchors to be installed in hardened concrete.
1.2 RELATED WORK
A. Section 03 30 00 — Cast-in-Place Concrete
B. Section 03 60 00 - Grout
C. Section 05 50 00 — Fabricated Metal
D. Section 05 12 00 —Structural Steel and Miscellaneous Metals
1.3 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00—Submittal Procedures.
1.4 GENERAL
A. Unless otherwise specified or indicated on the drawings, all anchor bolts shall be
cast-in-place bolts, shall have a diameter of at least 3/4 inch, and shall be headed
and shall include a square washer a minimum of 1/4 inch thick and 2 inches square.
B. Expansion anchors and threaded rod anchors indicated or accepted in lieu of cast-
in-place anchor bolts for equipment or structural framing shall have a diameter of at
least 3/4 inch and shall be ICC Evaluation Service Report listed.
1. Unless otherwise specified or indicated on the drawings, or approved by the
Engineer, all other expansion anchors shall have a diameter of at least 1/2
inch.
ANCHOR BOLTS AND POST-INSTALLED ANCHORS
03 15 20-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 2 MATERIALS
2.1 MATERIALS
A. Nuts and washers for anchor bolts and expansion anchors shall be the same material
as the bolts or anchors they are used with.
Application Reference
A. Anchor Bolts and Nuts
1. Carbon Steel ASTM A307
2. Stainless Steel IFI-104, Grade 304 or 316
3. Galvanized Steel Carbon steel bolts and nuts; hot-dip
alvanized, ASTM A153 and A385.
B. Threaded Rod Anchors and Nuts
1. Carbon Steel ASTM F1554, Grade 55 with ASTM A563
nuts
2. Stainless Steel ASTM 593 with ASTM F594 nuts
3. Galvanized Steel Carbon steel bolts and nuts; hot-dip
alvanized, ASTM A153 and A385
C. Flat Washers ANSI B18.22.1; of the same material as
anchor bolts and nuts.
D. Expansion Anchors
1. For Concrete Fed Spec FF-S-325; wedge type, Group II,
Type 4, Class 1 or 2; self-drilling type, Group
III, Type 1; or nondrilling type, Group VIII,
Type 1 or 2; Hilti Kwik Bolt TZ ICC ESR-
1917, Simpson Strong-Bolt 2 ICC ESR 3037,
or ICC approved equivalent.
E. Adhesive Anchors Hilti HIT RE-500 V3 ICC ESR 3814, ITW Red
Head A7+ICC ESR 3903 or ICC approved
equivalent.
B. Anchor bolts, threaded rod anchors, expansion bolts and adhesive anchors for buried
service, splash zones, and immersion service shall be stainless steel. Anchor bolts,
threaded rods and adhesive anchors for exterior use shall be hot dipped galvanized.
Zinc coated expansion anchors shall not be used for buried, splash zone, immersion
or exterior service.
PART 3 EXECUTION
3.1 ANCHOR BOLTS
A. Anchor bolts shall be delivered in time to permit setting before the structural concrete
is placed. Anchor bolts which are cast in place in concrete shall be provided with
sufficient threads to permit a nut to be installed on the concrete side of the concrete
form or supporting template.
B. Anchor bolts and threaded rod anchors which are to be epoxy grouted shall be clean
and free of coatings that would weaken the bond with epoxy.
ANCHOR BOLTS AND POST-INSTALLED ANCHORS
03 15 20-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
C. Two nuts, a jam nut, and a washer shall be furnished for anchor bolts and threaded
rod anchors indicated on the drawings to have locknuts; two nuts and a washer shall
be furnished for all other anchor bolts.
D. Anti-seize thread lubricant shall be liberally applied to projecting, threaded portions
of stainless steel anchor bolts and threaded rod anchors immediately before final
installation and tightening of the nuts.
3.2 EXPANSION ANCHORS
A. Expansion anchors shall be installed in conformity with the manufacturer's
instructions and ICC Evaluation Service Report recommendations for maximum
holding power, but in no case shall the depth of hold be less than four (4) bolt-hole
diameters. The minimum distance between the center of any expansion anchor and
an edge or exterior corner of concrete shall be at least four and one half(4-1/2)times
the diameter of the hole in which the anchor is installed. Unless otherwise indicated
on the Plans, the minimum distance between the centers of the expansion anchors
shall be at least eight (8) times the diameter of the hole in which the anchors are
installed.
B. Anti-seize thread lubricant shall be liberally applied to threaded stainless steel
components immediately before assembly.
3.3 ADHESIVE ANCHORS
A. Adhesive anchors shall be installed in conformity with the manufacturer's instructions
and ICC Evaluation Service Report recommendations. Anchors must be installed in
holes drilled using carbide-tipped drill bits or diamond core drill bits. Should diamond
core drill bits be used, the manufacturer's roughening tool must be used in
conjunction with the bit.
END SECTION
ANCHOR BOLTS AND POST-INSTALLED ANCHORS
03 15 20-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
ANCHOR BOLTS AND POST-INSTALLED ANCHORS
03 15 20-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 20 00
CONCRETE REINFORCING
PART 1 GENERAL
1.1 WORK INCLUDED
A. Work required under this section consists of furnishing all materials, supplies,
equipment, tools, transportation, and facilities, and performing all labor and services
incidental to furnishing and installing concrete reinforcing work as described in this
section of the Specifications, shown on the accompanying Plans, or reasonably
implied therefrom, except as hereinafter specifically excluded. The work shall
include, but is not necessarily limited to:
1. Provide reinforcing work, complete as indicated, specified and required.
2. Furnishing and placing bar and wire reinforcement for cast-in-place concrete.
1.2 RELATED WORK
A. Section 03 11 00 — Concrete Formwork
B. Section 03 30 00 — Cast-In-Place Concrete
C. Section 03 41 00 — Precast Concrete Structures
1.3 REFERENCES
A. Industry Codes and Standards
1. American Society for Testing and Materials (ASTM)
a. A1064/A1064M - Standard Specification for Carbon-Steel Wire and
Welded Wire Reinforcement, Plain and Deformed, for Concrete
b. A615/A615M - Standard Specification for Deformed and Plain Billet-
Steel Bars for Concrete Reinforcement
C. ASTM A706 - Specification for Deformed and Plain Low-Alloy Steel
Deformed Bars for Concrete Reinforcement.
2. California Building Code (CBC)
3. Concrete Reinforcing Steel Institute (CRSI)
a. Manual of Standard Practice (CRSI Manual)
4. American Concrete Institute (ACI)
a. ACI 301 Specification for Structural Concrete
CONCRETE REINFORCING
03 20 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
b. ACI 315 - Details and Detailing of Concrete Reinforcing.
C. ACI 318 - Building Code Requirements for Structural Concrete and
Commentary.
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittal
Procedures.
B. Provide material certificates, shop fabrication and placement drawings, and
schedule for all reinforcing steel, imbedded items, form release and curing
compounds.
1. Shop Drawings. Submit shop drawings for reinforcing steel prepared in
accordance with ACI Details and Detailing Reinforcing. Show layouts,
bending diagrams, assembly diagrams, dimensioned types and locations of
all bar laps and splices, and shapes, dimensions, and details of bar
reinforcing and accessories. Include layout plans for bar supports and chairs,
with typical details. Dimensions and quantities shown on the shop drawings
are the responsibility of the Contractor and Owner's approval of shop
drawings shall not constitute approval of dimensions and quantities thereon.
1.5 QUALITY ASSURANCE
A. Code Requirements: Unless otherwise specified all work specified herein and as
shown on the drawings shall conform to the applicable requirements of the California
Building Code (CBC), and the State Standard Specifications.
B. Standard: Reinforcing steel installations shall conform to the current specification
requirements of the Concrete Reinforcing Steel Institute "Manual of Standard
Practice" (herein referred to as the CRSI Manual) except as otherwise indicated or
specified.
C. Shop Quality Control:
1. Provide Testing Laboratory with access to fabrication plant to facilitate
inspection of reinforcement. Provide notification of commencement and
duration of shop fabrication in sufficient time to allow inspection.
D. Field Quality Control: All continuous inspections shall be performed by "Special
Inspectors" qualified and approved by Governing Building Code Authority or
inspector as otherwise qualified and approved by the Owner. Reports as required
by Code shall be prepared and submitted to Owner, Building Department, Design
Professional in Responsible Charge and Contractor.
1. Inspection of Reinforcing. Provide 48-hour advance notice to permit
inspection of in-place reinforcement prior to closing forms, and refer to
applicable requirements of Section 03 30 00 of these Specifications.
CONCRETE REINFORCING
03 20 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. Concreting Operations. During concrete placing, assign construction
personnel to inspect reinforcement and maintain bars in correct positions at
each pour location.
E. COORDINATION
1. Coordinate with placement of formwork, formed openings and other Work.
PART 2 PRODUCTS
2.1 REINFORCING
A. Deformed bars conforming to ASTM A615, Type "S", in the grades as follows, and
conforming to ACI 318 Chapter 20 and Section 26.6.
1. For No.4 and larger bars, use 60 ksi yield grade.
2. For ties and stirrups, and No. 3 and smaller bars, use 40 or 60 ksi yield grade.
2.2 WELDED WIRE REINFORCEMENT
A. Conform to ASTM A1064 in flat sheets, uncoated finish. 6 x 6 - W4.0 x W4.0 unless
otherwise noted on drawings.
2.3 TIE WIRE
A. Annealed steel, 16-gage minimum.
2.4 REINFORCING SUPPORT
A. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support
of reinforcement during concrete placement conditions.
B. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed
Concrete Surfaces: Plastic coated steel type; size and shape as required.
C. Concrete Blocks: Approximately 3 inches dimension each side.
2.5 COUPLER SPLICE DEVICES
A. Reinforcing bar coupler/splice devices which bear current ICC Evaluation Report
Number, and which develop at least 125 percent of bar yield strength in tension may
be used with Owner's approval in lieu of lapped bar-type splices. Submit for Owner's
approval in each instance.
2.6 DOWELS
A. Where and as designated on Drawings, provide reinforcing bar dowels in new work
and for anchorage to existing concrete. For anchorage where shown or required to
existing construction, use non-shrink epoxy type grout or deferred bolting devices
as approved in each instance and conforming to "Product" Article requirements of
this Specification.
CONCRETE REINFORCING
03 20 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2.7 FABRICATION AND DELIVERY
A. Conform to CRSI Manual Chapters 6 and 7 except as otherwise indicated or
specified and ACI 315 and 318. Bundle reinforcement and tag with suitable
identification to facilitate sorting and placing, and transport and store at site so as
not to damage material. Keep a sufficient supply of tested, approved, and proper
reinforcement at site to avoid delays.
B. Bending and Forming. Fabricate bars of indicated size and accurately form to
shapes and lengths indicated and required by methods not injurious to materials.
Do not heat reinforcement for bending. Bars with kinks or bends not scheduled will
be rejected. Rebending of bars in prohibited.
PART 3 EXECUTION
3.1 PLACING
A. General: Comply with CBC and CRSI's "Manual of Standard Practice" for placing
reinforcement, except no reduction of concrete cover is allowable for bars at
concrete surfaces exposed in liquid or water-containing structures.
B. Cleaning. Before placing reinforcing, and again before concrete is placed, clean
reinforcement of loose mill scale, oil, or other coating that might destroy or reduce
bond. Do not allow form coatings, release agents, bond breaker, or curing
compound to contact reinforcement.
C. Concrete coverage over reinforcing bars shall be in accordance with ACI 318
Section 20.5.1.3 unless otherwise shown on the Drawings. Measure the coverage
to the outer edge of ties, stirrups, bar spacers, hangers, and like items, and detail
and fabricate the reinforcing accordingly.
D. Accommodate placement of formed openings.
E. Securing in Place. Accurately place reinforcement and securely wire tie in precise
position at all points where bars cross. Tie stirrups to bars at both top and bottom.
Bend ends of binding wires inward, allowing no encroachment on the concrete
cover; exercise special care at surfaces to remain exposed and unpainted. Support
bars in accordance with CRSI Manual Chapter 3, Specifications for Placing Bar
Supports, using approved chairs and supports.
F. Splices. Provide wired contact lap splices unless otherwise indicated or approved.
Provide lap lengths as indicated on the Drawings.
1. Vertical Bars. Except as specifically detailed or otherwise indicated, splicing
of vertical bars in concrete is not permitted except at the indicated or
approved horizontal construction joints or as otherwise specifically detailed.
2. Horizontal Bars. Except as specifically detailed or otherwise indicated,
splicing of horizontal bars in concrete is not permitted except at the indicated
or approved vertical construction joints or as otherwise specifically detailed.
CONCRETE REINFORCING
03 20 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3. Tie reinforcement splices and intersections per CBC and CRSI, Chapter 10-
General Principles for Placing, Splicing and Tying Reinforcing Bars, unless
otherwise shown on the Drawings.
G. Welding. Welding of reinforcing bars may be permitted on case-by-case basis. All
welding of reinforcing bars will be approved by the Engineers.
H. Additional Reinforcing. Provide additional reinforcing bars at sleeves and openings
as indicated on the Drawings.
I. Welded Wire Reinforcement. Install necessary supports and chairs to hold in place
during concrete pours. Straighten reinforcement to lay in flat plane and bend
reinforcement as shown or required to fit work. Provide laps of no less than one
complete mesh unless otherwise detailed. Tie every other wire at laps. Welded
wire reinforcement rolls are not acceptable.
J. During placing of structural concrete slabs, provide a full-time reinforcing steel placer
to repair and replace reinforcing to its proper location. Provide additional chairs of
the proper size available to place under bars displaced during the concrete pouring
operation.
END SECTION
CONCRETE REINFORCING
03 20 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
CONCRETE REINFORCING
03 20 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 30 00
CAST-IN-PLACE CONCRETE
PART 1 GENERAL
1.1 WORK INCLUDED
A. Work required under this section consists of furnishing all materials, supplies,
equipment, tools, transportation, and facilities, and performing all labor and services
incidental to furnishing and installing concrete work as described in this section of
the Specifications, shown on the accompanying Plans, or reasonably implied
therefrom, except as hereinafter specifically excluded. The work shall include, but
is not necessarily limited to:
1. All concrete placement and finishing.
2. Installation of all reglets, bolts, anchors, sleeves, etc., whether furnished
under this section or by others.
3. The furnishing of all items required to be or shown on the Plans as embedded
in concrete, which are not specifically required under other sections.
4. Setting headers and screeds for finishing and protecting concrete.
B. Where prior inspection and test of materials are required, documentary evidence, in
the form of test reports, shall be furnished prior to the time the material is
incorporated into the work. All rejected material shall be promptly removed from the
premises.
1.2 RELATED WORK
A. Section 03 11 00 — Concrete Formwork
B. Section 03 15 00 — Concrete Accessories
C. Section 03 15 20 —Anchor Bolts and Post-Installed Anchors
D. Section 03 20 00 — Concrete Reinforcing
E. Section 03 39 00 — Concrete Curing
F. Section 03 41 00 — Precast Concrete Structures
G. Section 03 60 00 —Grout
H. Section 05 50 00 — Fabricated Metal
I. Section 07 92 00 — Caulking and Sealants
J. Section 09 90 00 — Painting and Coating
CAST-IN-PLACE CONCRETE
03 30 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.3 REFERENCES
A. American Concrete Institute (ACI)
B. American Society for Testing and Materials (ASTM)
C. State Standard Specifications
D. California Building Code (CBC)
1.4 DEFECTIVE WORK
A. Work considered to be defective may be ordered, by the Engineer, to be replaced
in which case the Contractor shall remove and replace the defective work at his
expense. Work considered to be defective shall include, but not be limited to, the
following:
1. Concrete incorrectly formed, or not conforming to details and dimensions on
the Plans or with the intent of these documents or concrete the surfaces of
which are out of plumb or level.
2. Concrete in which defective or inadequate reinforcing steel has been placed.
3. Concrete containing wood, cloth, or other foreign matter, rock pockets, voids,
honeycombs, cracks or cold joints not scheduled or indicated on the Plans.
4. Concrete below specified strength.
1.5 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittal
Procedures.
B. Provide material certificates, mix designs including laboratory tests, shop fabrication
and placement drawings, and schedule for all reinforcing steel, embedded items,
form release and curing compounds.
C. The Contractor shall provide a proposed concrete placement plan (to minimize the
effects of cracking and differential settlement) to the Engineer, and gain approval of
said plan, prior to ordering of reinforcing steel. As a minimum this plan shall contain
the layout of horizontal and vertical construction joints, spaced no greater than 30
feet apart (unless specifically approved otherwise by the Engineer), and a pour
schedule for the individual slab and wall pours. All construction joints shall be sized
in conformance with the Typical Longitudinal Keys Detail and shall contain water
stops as shown on the Construction Joint with Waterstop Detail.
CAST-IN-PLACE CONCRETE
03 30 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 2 PRODUCTS
2.1 CONCRETE
A. Concrete shall conform to Section 90 of the State Standard Specifications. Unless
otherwise shown on the concrete note sheet or specified in other sections, all
concrete shall contain not less than 658 pounds of Portland cement per cubic yard
of concrete (7 sack) with a minimum 28-day compressive strength of 4,000 psi.
1. Portland cement shall be Type II Modified or Type V.
2. Water/cement ratio shall not exceed 0.45 (by weight).
3. Slump at placement shall be 3 inches +/- 1 inch.
B. Concrete for canal liner shall conform to Section 90 of the State Standard
Specifications. Unless otherwise shown or specified, all concrete shall contain not
less than 564 pounds of Portland cement per cubic yard of concrete (6 sack) with a
minimum 28-day compressive strength of 3000 psi.
1. Portland cement shall be Type II,
2. Concrete shall contain 4% ±1% entrained air.
3. Water/cement ratio shall not exceed 0.50 (by weight).
4. Slump at placement shall be 4 inches.
C. Concrete used for thrust blocks shall contain not less than 517 pounds of Type II
Portland Cement per cubic yard of concrete (5 1/2 sack) with a slump of 4 inches
+/- 1 inch with a minimum compressive strength of 2,500 psi.
D. Concrete used for pipe encasement shall contain not less than 517 pounds of Type
II Portland Cement per cubic yard of concrete (5 1/2 sack) with a minimum
compressive strength of 2,500 psi.
E. Slurry cement backfill used in lieu of compacted soil shall contain not less than 188-
pounds of Type II Portland Cement per cubic yard of concrete (2 sack) and shall
comply with Section 19 of the State Standard Specifications.
F. Exposure Categories for Concrete shall be as follows:
1. Thrust blocks, foundations and other concrete exposed to soil — F0, S1, W1,
C1
2.2 AGGREGATE
A. Aggregate for normal weight concrete shall conform to ASTM C33. Aggregates shall
be free of dirt, clay balls, roots, bark and other deleterious substances and shall be
thoroughly washed before use.
CAST-IN-PLACE CONCRETE
03 30 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. The combined aggregates for concrete shall conform to the grading limits for the
one-inch, maximum size specified in Section 90-1.02C(4)(d) of the State Standard
Specifications, Combined Aggregate Grading.
2.3 WATER
A. Water shall be clean and free from injurious amounts of acids, alkalis, salts, oils,
organic materials or other deleterious substances.
2.4 FLYASH
A. Fly Ash: ASTM C618, Class F
1. Type of fly ash shall be compatible with the type of cement and the intended
use of the concrete.
B. The weight of fly ash conforming to ASTM C618 shall not exceed 25 percent of the
total cementitious material.
2.5 ADMIXTURES
A. Air Entraining: ASTM C260
B. Water Reducing: ASTM C494, Type A or D
C. Accelerating: ASTM C494, Type C or E
1. No admixture containing any chloride ions is acceptable.
D. Retarding: ASTM C494, Type B or D
PART 3 EXECUTION
3.1 REINFORCING STEEL
A. Reinforcing shall comply with Section 03 20 00 — Concrete Reinforcement.
3.2 FORMS
A. Formwork shall conform with Section 03 11 00 — Concrete Formwork.
3.3 PLACING
A. All concrete shall be placed before it has taken its initial set and shall be placed in
horizontal layers and in such a manner as to avoid segregation. The concrete
adjacent to the forms and joints shall be thoroughly consolidated per ACI 309.
1. Pumping equipment shall be of suitable type, without Y-sections, and with
adequate pumping capacity.
2. Loss of slump in pumping shall not exceed 11/2".
CAST-IN-PLACE CONCRETE
03 30 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3. Concrete shall not be placed through reinforcing that may cause separation
of aggregates.
B. The concrete shall be deposited as nearly as possible in its final position. Drop
chutes and elephant trunks shall be used on drops greater than 5 feet. Concrete
shall be placed at such a rate that all concrete in the same lift will be deposited on
plastic concrete. The concrete comprising each unit of work shall be placed in a
continuous lift.
C. The Contractor shall notify the Engineer 24 hours (1 working day) prior to concrete
placement.
1. The form work and reinforcing steel placement shall be approved by the
Engineer prior to ordering concrete.
D. Form Removal. Minimum times for removal after concrete placement shall conform
to 03 11 00— Concrete Formwork.
E. Construction Joints
1. At ends of the first concrete pour, provide forms that positively locate any
waterstop. Ensure the end forms of walls are removable without releasing the
side forms. Provide seals around reinforcement and water stop to prevent
mortar leaks.
2. Overlap the hardened concrete of the first pour with forms for the second pour.
Brace the ends of the forms against the hardened concrete to prevent joint
offsets and mortar leakage. Align any exterior features required on the
finished surface.
3.4 CONCRETE JOINTS
A. General
1. Provide joints:
a. As shown on the Drawings and as noted below in these Specifications.
b. As required for constructability
C. After favorable review of layout, sequence and concrete placement
program.
2. Provide minimum curing times before the second placement:
a. 2 days after the first concrete placement at the joint.
b. 10 days after each adjacent concrete placement, for infill pours or
checkerboard placement pattern.
B. Control Joints:
CAST-IN-PLACE CONCRETE
03 30 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. Space typical control joints in slabs on grade or suspended slabs not
exceeding 10 feet, or as shown on the Drawings. Control joints shall not be
provided in water containment structures.
2. If cast-in with the concrete, positively locate the preformed joint filler and hold
rigidly in place during concreting.
3. If saw-cut, use a wheeled power saw as soon as the concrete surface is firm
enough. Saw-cut control joints must be constructed within 8-hours after
concrete placement. Fill the groove with sealant over a backer rod.
C. Construction Joints:
1. Produce quality concrete, with full continuity of reinforcing and water tightness
across the joints.
2. Space typical slab joints not exceeding 30 feet in the direction of the transverse
or secondary reinforcing, typically the smaller reinforcing nearer to the center
of the slab thickness. Space typical vertical wall joints no more than 30 feet
apart.
3. Provide all joints in walls and slabs, retaining liquids, or earth with 6-inch
waterstops. Continue all reinforcing through the joint unless otherwise noted.
4. After the first concrete placement at the joint, do not walk on or disturb any
reinforcing extending into the second placement area for at least 48 hours.
5. Before depositing new concrete on or against concrete that has hardened,
clean and roughen the entire surface of the joint exposing clean coarse
aggregate solidly embedded in mortar matrix. Provide typically 1/4-inch
roughness or amplitude of the concrete surface measured from the top of the
exposed aggregate to the bottom of pockets between stones.
6. Drench the prepared joint with clean water and remove prior to the concrete
pour.
7. Use special care in vibrating adjacent to construction joints to ensure thorough
consolidation of the concrete around the waterstops and against the hardened
portion of the joint. Additional hand tamping may be required.
8. For joints that are shown on architectural drawings as having a continuous
reveal or recess, leave the wood form or pour strip used to create the reveal
or recess in place or re-insert before roughening. Prevent the next concrete
placement from filling the reveal or recess.
D. Expansion Joints
1. Stop all steel reinforcing clear of the joint at each side.
2. Provide center bulb waterstop continuously around the joint in walls and slabs
retaining liquids.
CAST-IN-PLACE CONCRETE
03 30 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3. Prepare a smooth first concrete surface with all voids filled.
4. Provide preformed joint filler, securely fastened to the existing concrete as
directed by the Manufacturer.
5. Install bond breaker and sealant after curing is completed and when directed.
E. Bonding to Pre-existing Concrete: Mechanically roughen the old surface to a 1/4-
inch amplitude, as defined in construction joint paragraph above. Apply epoxy
bonding material prior to concreting, as recommended by the manufacturer.
F. Waterstop
1. Restrict field splices to butt joints in straight runs. For PVC type, make by heat
welding, using a splicing iron. For rubber, provide sleeve joints and glue.
Follow the manufacturer's specifications.
2. Positively locate and support in the forms so that concrete may be placed,
consolidated, and vibrated on both sides of the embedded portion without
displacement of the waterstop and without causing voids in the concrete.
Protect the outstanding portion from damage during the first concrete pour
and clean and positively support prior to the second pour. Place, consolidate
and vibrate the second pour without displacement of the waterstop and
without causing voids in the concrete.
3.5 CONCRETE CURING
A. Exposed concrete surfaces shall be protected from premature drying in accordance
with Section 03 39 00— Concrete Curing.
3.6 FINISHING
A. Defective and honeycombed surfaces shall be chipped back to such a depth to
expose solid concrete. The surface shall be dampened and coated with a bonding
agent and packed with mortar.
B. Concrete Finishes for Vertical Wall Surfaces:
1. Form facing material shall produce a smooth, hard, uniform texture.
a. Use forms specified for surfaces exposed to view in accordance with
the Plans and other Specification Sections.
2. At a minimum, repair the following surface defects:
a. Tie holes
b. Honeycombs deeper than '/4"
C. Air pockets deeper than '/4"
d. Rock holes deeper than
CAST-IN-PLACE CONCRETE
03 30 00-7
Documentl
County of Fresno
Elkhorn Recharge Facility Project
e. Scabbing
3. Chip or rub off fins exceeding 1/8" in height.
4. Provide SF/ESF-3.0 finish and a smooth-rubbed finish for:
a. Walls being waterproofed, painted, coated with some other material.
b. Use at all exposed surfaces not specified to receive another finish.
C. Related Uniform Surfaces (Except Slabs):
1. Strike smooth tops of walls or buttresses, horizontal offsets, and similar
unformed surfaces occurring adjacent to formed surfaces after concrete is
placed.
2. Float surface to a texture consistent with that of formed surfaces.
3. Continue treatment uniformly across unformed surfaces.
D. Concrete Finishes for Horizontal Slab Surfaces:
1. General: Tamp concrete to force coarse aggregate down from surface.
Screed with straightedge, eliminate high and low places, bring surface to
required finish elevations; slope uniformly to drains. Dusting of surface with
dry cement or sand during finishing processes not permitted.
2. Slab Finish shall be as follows:
a. Surfaces intended to receive damp proofing or water proofing
membranes: Float finish.
b. Floors intended to receive floor coverings and interior rooms: Trowel
finish.
c. Sidewalks, garage floors, drive-throughs and ramps: Broom finish.
d. Exterior slabs, platforms, steps and landings, exterior and interior
pedestrian ramps and interior stairs and all process equipment areas,
not covered by other finish materials: Broom finish.
3. Tolerance for finished surface shall not exceed SO FF=35, SO FL = 25.
4. No tolerance will be allowed that will result in the maximum running, or cross,
slope exceeding the requirements of the Americans with Disabilities Act.
3.7 TESTING
A. Testing of concrete shall be as required by the Engineer and in accordance with
ACI 301, Chapter 1.7.
1. All costs of initial testing will be paid by the Owner unless otherwise noted.
CAST-IN-PLACE CONCRETE
03 30 00-8
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. All costs involved, including those required by the Engineer, in retesting of
concrete required because of a failure to meet these Specifications shall be
at the expense of the Contractor.
3.8 WATERTIGHTNESS OF CONCRETE WORK
A. It is the intent of this Specification to obtain concrete and grout with homogenous
structure, which when hardened will have the required strength, is watertight, and
resistance to weathering.
3.9 HYDRAULIC TESTING OF STRUCTURES
A. It is the intent of this Specification to obtain concrete and grout with homogenous
structure, which when hardened will have the required strength, watertightness, and
resistance to weathering. Testing of structures shall be done in accordance with
Section 03 05 10 — Leakage Testing of Hydraulic Structures.
END SECTION
CAST-IN-PLACE CONCRETE
03 30 00-9
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
CAST-IN-PLACE CONCRETE
03 30 00-10
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 39 00
CONCRETE CURING
PART 1 GENERAL
1.1 WORK INCLUDED
A. Work required under this section consists of furnishing all materials, supplies,
equipment, tools, transportation, and facilities, and performing all labor and services
incidental to concrete curing.
1.2 RELATED WORK
A. Division 03 — Concrete
1.3 REFERENCES
A. State Standard Specifications, latest edition with amendments.
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00—Submittal Procedures.
PART 2 PRODUCTS
2.1 METHODS OF CURING
A. Newly placed concrete shall be cured by the methods specified in Section 90-1.0313
of the State Standard Specifications (SSS).
1. 90-1.03B(2), Water Method
2. 90-1.03B(3), Curing Compound Method
3. 90-1.03B(4), Waterproof Membrane Method
4. 90-1.03B(5), Forms-In-Place Method
PART 3 EXECUTION
3.1 CURING
A. Exposed concrete surfaces shall be protected from premature drying by covering as
soon as possible with canvas, plastic sheets with sealed joints, burlap, sand or other
satisfactory materials and kept continuously moist; or, if the surfaces are not covered,
they shall be kept continuously moist by flushing or sprinkling. Curing shall continue
for a period of not less than 7 days after placing the concrete.
CONCRETE CURING
03 39 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. If curing compound is used, it must be nontoxic and taste and odor free, and provide
a paintable concrete surface. Curing compound shall include a dye and two (2)
applications shall be made to insure coverage.
C. Curing materials and methods require approval by the Engineer prior to use.
3.2 CURING PAVEMENT
A. The entire exposed area of the pavement, including edges, shall be cured by the
waterproof membrane method, or curing compound method using curing compound
(1) or(2) as the Contractor may elect. Should the side forms be removed before the
expiration of 72 hours following the start of curing,the exposed pavement edges shall
also be cured. If the pavement is cured by means of the curing compound method,
the saw-cut and all portions of the curing compound that have been disturbed by
sawing operations shall be restored by spraying with additional curing compound.
B. Curing shall commence as soon as the finishing process provided in Section
40-1.H(3), "Final Finishing," has been completed. The method selected shall
conform to the provisions in SSS Section 90-1.03B, " Curing Concrete."
C. When the curing compound method is used, the compound shall be applied to the
entire pavement surface by mechanical sprayers. Spraying equipment shall be of
the fully atomizing type equipped with a tank agitator that provides for continual
agitation of the curing compound during the time of application. The spray shall be
adequately protected against wind, and the nozzles shall be so oriented or moved
mechanically transversely as to result in the minimum specified rate of coverage
being applied uniformly on exposed faces. Hand spraying of small and irregular
areas, and areas inaccessible to mechanical spraying equipment, in the opinion of
the Engineer, will be permitted. When the ambient air temperature is above 60°F
(150C), the Contractor shall fog the surface of the concrete with a fine spray of water
as specified in SSS Section 90-1.03B(2), "Water Method." The surface of the
pavement shall be kept moist between the hours of 10:00 a.m. and 4:30 p.m. on the
day the concrete is placed. However, the fogging done after the curing compound
has been applied shall not begin until the compound has set sufficiently to prevent
displacement. Fogging shall be discontinued if ordered in writing by the Engineer.
3.3 CURING STRUCTURES
A. Newly placed concrete for cast-in-place structures, other than highway bridge decks,
shall be cured by the water method, the forms-in-place method, or, as permitted
herein, by the curing compound method, in conformance with the provisions in SSS
Section 90-1.03B, "Curing Concrete."
B. The curing compound method using a pigmented curing compound may be used on
concrete surfaces of construction joints, surfaces that are to be buried underground,
and surfaces where only Ordinary Surface Finish is to be applied and on which a
uniform color is not required and that will not be visible from a public traveled way. If
the Contractor elects to use the curing compound method on the bottom slab of box
girder spans, the curing compound shall be curing compound (1), pigmented, Type
2, Class B.
CONCRETE CURING
03 39 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
C. The top surface of highway bridge decks shall be cured by both the curing compound
method and the water method. The curing compound shall be curing compound (1),
pigmented, Type 2, Class B.
D. Concrete surfaces of minor structures, as defined in SSS Section 51-7, "Minor
Structures," shall be cured by the water method, the forms-in-place method or the
curing compound method.
E. When deemed necessary by the Engineer during periods of hot weather, water shall
be applied to concrete surfaces being cured by the curing compound method or by
the forms-in-place method, until the Engineer determines that a cooling effect is no
longer required. Application of water for this purpose will be paid for as extra work.
3.4 CURING PRECAST CONCRETE MEMBERS
A. Precast concrete members shall be cured in conformance with any of the methods
specified in SSS Section 90-1.03B, " Curing Concrete." Curing shall be provided for
the minimum time specified for each method or until the concrete reaches its design
strength, whichever is less. Steam curing may also be used for precast members
and shall conform to the following provisions:
1. After placement of the concrete, members shall be held for a minimum 4-hour
pre-steaming period. If the ambient air temperature is below 50°F (10°C),
steam shall be applied during the pre-steaming period to hold the air
surrounding the member at a temperature between 50OF and 90 F (10°C and
32°C).
2. To prevent moisture loss on exposed surfaces during the pre-steaming period,
members shall be covered as soon as possible after casting or the exposed
surfaces shall be kept wet by fog spray or wet blankets.
3. Enclosures for steam curing shall allow free circulation of steam about the
member and shall be constructed to contain the live steam with a minimum
moisture loss. The use of tarpaulins or similar flexible covers will be
permitted, provided they are kept in good repair and secured in such a
manner as to prevent the loss of steam and moisture.
4. Steam at the jets shall be at low pressure and in a saturated condition. Steam
jets shall not impinge directly on the concrete, test cylinders, or forms. During
application of the steam, the temperature rise within the enclosure shall not
exceed 40°F (22°C)} per hour. The curing temperature throughout the
enclosure shall not exceed 150 F (65°C) and shall be maintained at a
constant level for a sufficient time necessary to develop the required transfer
strength. Control cylinders shall be covered to prevent moisture loss and
shall be placed in a location where temperature is representative of the
average temperature of the enclosure.
5. Temperature recording devices that will provide an accurate, continuous,
permanent record of the curing temperature shall be provided. A minimum
of one temperature recording device per 200 feet of continuous bed length
will be required for checking temperature.
CONCRETE CURING
03 39 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
6. Members in pretension beds shall be de-tensioned immediately after the
termination of steam curing while the concrete and forms are still warm, or
the temperature under the enclosure shall be maintained above 60 F (15°C)
until the stress is transferred to the concrete.
7. Curing of precast concrete will be considered completed after termination of
the steam curing cycle.
3.5 CURING SLOPE PROTECTION
A. Concrete slope protection shall be cured in conformance with any of the methods
specified in Section 90-1.03B, " Curing Concrete."
B. Concreted-rock slope protection shall be cured in conformance with any of the
methods specified in Section 90-1.03B, " Curing Concrete," or with a blanket of earth
kept wet for 72 hours, or by sprinkling with a fine spray of water every 2 hours during
the daytime for a period of 3 days.
3.6 CURING MISCELLANEOUS CONCRETE WORK
A. Exposed surfaces of curbs shall be cured by pigmented curing compounds as
specified in SSS Section 90-1.03B(3), "Curing Compound Method."
B. Concrete sidewalks, gutter depressions, island paving, curb ramps, driveways, and
other miscellaneous concrete areas shall be cured in conformance with any of the
methods specified in SSS Section 90-1.03B, "Curing Concrete."
C. Shotcrete shall be cured for at least 72 hours by spraying with water, or by a moist
earth blanket, or by any of the methods provided in SSS Section 90-1.03B, "Curing
Concrete."
D. Mortar and grout shall be cured by keeping the surface damp for 3 days.
E. After placing, the exposed surfaces of sign structure foundations, including pedestal
portions, if constructed, shall be cured for at least 72 hours by spraying with water,
or by a moist earth blanket, or by any of the methods provided in SSS Section
90-1.03B, "Curing Concrete."
END SECTION
CONCRETE CURING
03 39 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 41 00
PRECAST CONCRETE STRUCTURES
PART 1 GENERAL
1.1 WORK INCLUDED
A. Work required under this section consists of furnishing and installing precast,
reinforced concrete structures of the sizes and types called for on the Plans, complete
with openings, inserts, and hardware.
1.2 RELATED WORK
A. Section 03 30 00 — Cast In Place Concrete
B. Section 03 60 00 —Grout
C. Section 05 50 00 — Fabricated Metal
D. Section 07 92 00 — Caulking and Sealants
E. Division 31 — Earthwork
F. Section 33 11 12 — Reinforced Concrete Low-Head Pressure Pipe
G. Section 40 05 00 — Pipe and Fittings
1.3 REFERENCES
A. American Concrete Institute (ACI)
B. American Society for Testing and Materials (ASTM)
C. State Standard Specifications
D. California Building Code (CBC)
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittal
Procedures.
B. Manufacturer's descriptive details of the manufacturer's latest standard product
proposed for use on this project, including, but not limited to:
1. All principal dimensions.
2. Knockout locations and dimensions.
3. Hardware details.
PRECAST CONCRETE STRUCTURES
0341 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
4. Certification that the cement conforms to ASTM C150.
C. Shop and erection drawings, including design criteria and calculations, locations and
types of all inserts, and the locations of all openings and location and type of joints.
1. The calculations and design drawings shall be stamped and signed by a civil
or structural engineer registered in the State of California.
1.5 DEFECTIVE WORK
A. Work considered to be defective may be ordered, by the Engineer, to be replaced
in which case the Contractor shall remove and replace the defective work at his
expense.
PART 2 PRODUCTS
2.1 GENERAL
A. Design all precast structures as specified herein and in accordance with the
applicable requirements of ASTM C913, except that Type II modified Portland
cement shall be used.
1. Comply with the provisions of Section 03 30 00 —Cast In Place Concrete.
B. Structures shall be of the sizes and configurations shown on the Drawings, with
openings as shown. Wall and floor thickness, roof thickness and joint location shall
be determined by the fabricator.
2.2 STRUCTURES
A. Precast concrete standpipe for the Conveyance Channel Outlet shall be RGRCP
have a height of 13'-6" with an inside diameter of 84".
PART 3 EXECUTION
3.1 GENERAL:
A. Precast structures shall be set vertically and in true alignment, at the elevations
indicated and at the locations shown on the Plans
B. All holes in sections used for handling purposes shall be thoroughly plugged with
rubber plugs or mortar.
C. If starter couplings are not supplied, place pipe sections flush on the inside of the
structure wall, projecting outside sufficiently for proper connection with the next pipe
section
D. Follow manufacture's recommended installation procedures.
END SECTION
PRECAST CONCRETE STRUCTURES
0341 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 03 60 00
GROUT
PART 1 GENERAL
1.1 WORK INCLUDED
A. Epoxy grouting of anchor bolts and reinforcing bars to be installed in hardened
concrete.
B. Adhesive bonding of fresh concrete to existing hardened concrete surfaces.
C. Installation of pipe and sleeve into existing concrete.
D. Structure and Equipment leveling pads.
1.2 RELATED WORK
A. Section 03 15 20 - Anchor Bolts and Expansion Anchors
B. Section 03 30 00 - Cast-in-Place Concrete
1.3 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittal
Procedures.
PART 2 PRODUCTS
Material Type Approved Product
1. Non-shrinking Grout L&M Chemical "Crystex", Gifford-Hill "Supreme",
Master Builders "Masterflow 713 Grout"
Sauereisen Cements "F-100 Level Fill Grout",
U.S. Grout "Five Star Grout", UPCO "Upcon High
Flow" or "Upcon Super Flow", or equal.
2. Epoxy Grout
a. Adhesive, Moisture insensitive
For floors and horizontal surfaces Adhesive Engineering "Concresive 1539", Rescon
"Concrete Bonder R616", or equal
For vertical walls or overhead Adhesive engineering "Concressive 1440" Rescon
applications, non-sagging consistency "Concrete Bonder R616" orequal
b. Aggregate As recommended by the epoxy grout
manufacturer
3. Epoxy Bonding Adhesive Sikadur 32, Hi-Mod Master Builders Concresive
Standard Liquid orequal.
4. Water Clean and free from deleterious substances.
GROUT
03 60 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
A. Non-shrinking grout shall be furnished factory premixed, so only water is added at
jobsite. Grout shall be mixed in a mechanical mixer. No more water shall be used
than is necessary to produce a flowable grout.
1. Cured grout shall have a minimum compressive strength of 3500 psi.
B. Epoxy grout shall consist of a two component liquid epoxy adhesive of appropriate
viscosity for the application and location and an inert aggregate filler component.
Components shall be packaged separately at the factory and field mixed. All
proportioning and mixing of the components shall be in accordance with the
manufacturer's recommendations.
1. Cured grout shall have a minimum compressive strength of 3500 psi.
PART 3 EXECUTION
3.1 PREPARATION
A. The concrete surface to receive non-shrinking grout shall be saturated with water
for 24 hours prior to grouting.
B. Where indicated on the drawings, dowels shall be epoxy grouted in holes drilled into
hardened concrete. Hole diameter shall be as recommended by the manufacturer.
The embedment depth for epoxy grouted dowels shall be as indicated on the Plans.
C. Holes shall be prepared for grouting as recommended by the grout manufacturer.
D. The existing concrete surface to receive fresh concrete shall be clean and sound.
The existing surface may be dry or damp, but free of standing water, free of dust,
laitance, grease, airing compounds, and disintegrated materials. The existing
concrete surface and rebar shall be sand blasted or cleaned by approved
mechanical methods.
3.2 INSTALLATION
A. Non-shrinking Grout
1. Placement - Unless otherwise specified or indicated on the Plans, the
thickness of grout shall be 1-1/2 inches. Grout shall be placed in strict
accordance with the directions of the manufacturer.
2. Edge Finishing -The grout shall be finished smooth in all locations where the
edge of the grout will be exposed to view after it has reached its initial set.
Except where indicated to be finished on a slope, the edges of grout shall be
cut off flush at the base plate, bedplate, member, or piece of equipment.
3. Curing—Non-shrinking grout shall be protected against rapid loss of moisture
by covering with wet rags or polyethylene sheets. After edge finishing is
complete, the grout shall be wet cured for at least 7 days.
GROUT
03 60 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
4. Epoxy Grout- Dowels shall be clean, dry, and free of grease and other foreign
matter at time of installation. The bars shall be set and positioned and the
epoxy grout shall be placed and finished in accordance with the
recommendations of the grout manufacturer. Particular care shall be taken
to ensure that all spaces and cavities are filled with epoxy grout, without
voids.
B. Epoxy Bonding Adhesive: Pre-mix each component as specified by manufacturer.
Mix only that quantity that can be applied within its pot life. Apply as specified by
manufacturer.
END SECTION
GROUT
03 60 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
GROUT
03 60 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 05 05 20
BOLTS, WASHERS, ANCHORS AND EYEBOLTS
PART 1 GENERAL
1.1 WORK INCLUDED
A. This section describes materials and installation of anchor bolts, connecting bolts,
washers, drilled anchors, epoxy anchors, screw anchors, eyebolts, and stainless
steel fasteners.
1.2 DESIGN CRITERIA
A. Structural Connections: AISC Specification for Structural Steel Buildings (June 22,
2010), except connection details are shown in the Drawings.
1.3 REFERENCES
A. American Institute of Steel Construction (AISC)
B. American Society for Testing and Materials (ASTM)
C. Research Council on Structural Connections (RCSC)
1.4 SUBMITTALS
A. Submit shop drawings in accordance with the General Conditions and Section 01
33 00— Submittals.
B. Submit manufacturer's catalog data and ICC Evaluation Service Reports for bolts,
washers, and concrete anchors. Show dimensions and reference materials of
construction by ASTM designation and grade.
C. Submit anchor bolt layout drawings.
PART 2 PRODUCTS
2.1 GENERAL
A. Anchor bolts, drilled anchors and epoxy anchors for buried service, immersion
service and in splash zones shall be stainless steel. All other anchor bolts, drilled
anchors and epoxy anchors shall be galvanized steel unless otherwise specified on
the Plans.
2.2 ANCHOR BOLTS
A. Steel anchor bolts shall conform to ASTM F1554, Grade 36, Class 1A or 2A unless
otherwise indicated. Size, length and thread length shall be as shown on the
Drawings.
BOLTS, WASHERS, ANCHORS AND EYEBOLTS
05 05 20-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. Bolts shall be provided with a head and two washers of a minimum of inch thick
and 2 inches square. One washer shall be embedded in the concrete at the head
of the bolt.
C. Anchor bolts, nuts and washers shall be galvanized per ASTM F2329.
2.3 CONNECTION BOLTS
A. Steel connection bolts shall conform to ASTM A325, Type 1 with the threads
included in the shear plane.
B. Provide galvanized bolts where shown in Drawings. Galvanizing of bolts, nuts, and
washers shall be in accordance with ASTM F2329.
2.4 STAINLESS STEEL BOLTS
A. Stainless steel bolts shall be ASTM A193, Grade B8 or ASTM F593, Type 316. Nuts
shall be ASTM A194, Grade 316 or ASTM F594, Type 316. Use ASTM A194 nuts
with ASTM A193 bolts; use ASTM F594 nuts with ASTM F593 bolts. Provide washer
for each nut and bolthead. Washers shall be of the same material as the nuts.
2.5 LUBRICANT FOR STAINLESS STEEL BOLTS AND NUTS
A. Lubricant shall be chloride free and shall be RAMCO TG-50, Anti-Seize by RAMCO,
HuskeyTM Lube-O-Seal by HUSK-ITT Corporation, or equal.
2.6 WASHERS
A. Washers for bolts conforming to ASTM F1554 shall conform to ASTM F436, Type
1.
B. Washers for bolts conforming to ASTM A307 shall conform to ASTM F844.
C. Washers for bolts conforming to ASTM A325 shall be square or rectangular, tapered
in thickness, smooth, hot-dipped galvanized, conforming to ASTM F436.
D. Stainless steel washers shall be Type 316.
2.7 DRILLED ANCHORS
A. Unless otherwise indicated in the Drawings, drilled anchors shall be 316 stainless
steel wedge anchors as manufactured by ITW Red Head Trubolt+, Kwik Bolt TZ by
Hilti, or equal. Anchors shall have ICC-approved testing.
2.8 EPDXYANCHORS
A. Epoxy anchors in concrete shall be 316 stainless steel threaded rod adhesive
anchors. Adhesive shall be ITW Red Head Epcon S7, Hilti HIT RE 500-SD, or equal.
Epoxy anchor assemblies shall be ICC approved.
B. Epoxy anchors in grouted concrete masonry walls shall be 316 stainless threaded
rods. Epoxy adhesive shall be Hilti HIT HY 70, Simpson ET-HP, or equal.
BOLTS, WASHERS, ANCHORS AND EYEBOLTS
05 05 20-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 3 EXECUTION
3.1 STORAGE OF MATERIALS
A. Store material, either plain or fabricated, above ground on platforms, skids, or other
supports. Keep material free from dirt, grease, and other foreign matter and protect
from corrosion.
3.2 GALVANIZING
A. Zinc coating for bolts, anchor bolts, and threaded parts shall be in accordance with
ASTM F2329.
3.3 INSTALLING CONNECTION BOLTS
A. Use steel bolts to connect structural steel members. Use stainless steel bolts to
connect structural aluminum members.
B. Install ASTM A325 bolts and washers per the RCSC "Specification for Structural
Joints Using High Strength Bolts".
C. Bolt holes in structural members shall be 1/16 inch in diameter larger than bolt size.
Measure cast-in-place bolt locations in the field before drilling companion holes in
structural steel beam or assembly.
D. Slotted holes, if required in the Drawings, shall conform to AISC 360-10, Chapter J,
Section J3, Table J3.3.
E. Drive bolts accurately into the holes without damaging the thread. Protect boltheads
from damage during driving. Boltheads and nuts or washers shall rest squarely
against the metal. Where bolts are to be used on beveled surfaces having slopes
greater than 1 in 20 with a plane normal to the bolt axis, provide beveled washers
to give full bearing to the head or nut. Where self-locking nuts are not furnished, bolt
threads shall be upset to prevent the nuts from backing off.
F. Bolts shall be of the length that will extend entirely through but not more than 1/4
inch beyond the nuts. Draw boltheads and nuts tight against the work.
3.4 INSTALLATION OF STAINLESS STEEL BOLTS AND NUTS
A. Prior to assembly, coat threaded portions of stainless steel bolts and nuts with
lubricant.
3.5 INSTALLING ANCHOR BOLTS
A. Anchor bolts shall be delivered in time to permit setting before the structural concrete
is placed. Anchor bolts which are cast in place in concrete shall be provided with
sufficient threads to permit a nut to be installed on the concrete side of the concrete
form or supporting template.
B. Preset bolts and anchors by the use of templates. Do not use concrete anchors set
in holes drilled in the concrete after the concrete is placed for mechanical equipment.
BOLTS, WASHERS, ANCHORS AND EYEBOLTS
05 05 20-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
Anchor bolts and threaded rod anchors which are to be epoxy grouted shall be clean
and free of coatings that would weaken the bond with epoxy.
C. Two nuts, a jam nut, and a washer shall be furnished for anchor bolts and threaded
rod anchors indicated on the drawings to have locknuts; two nuts and a washer shall
be furnished for all other anchor bolts.
D. Anti-seize thread lubricant shall be liberally applied to projecting, threaded portions
of stainless steel anchor bolts and threaded rod anchors immediately before final
installation and tightening of the nuts.
E. For static items such as storage tanks, use preset anchor bolts or drilled anchors
with ICC report data.
F. After anchor bolts have been embedded, protect projecting threads by applying
grease and having the nuts installed until the time of installation of the equipment or
metalwork.
3.6 INSTALLING DRILLED ANCHORS
A. Minimum depth of embedment of drilled mechanical anchors shall be as
recommended by the manufacturer, but no less than that shown in the Drawings.
B. Prepare holes for drilled anchors in accordance with the anchor manufacturer's
recommendations prior to installation.
3.7 INSTALLING EXPDXYANCHORS
A. Epoxy anchors shall be clean and free of coatings that would weaken the bond with
epoxy.
B. Minimum depth of embedment of epoxy anchors shall be as recommended by the
manufacturer, but no less than that shown in the Drawings.
C. Prepare holes for epoxy anchors in accordance with the anchor manufacturer's
recommendations prior to installation.
END SECTION
BOLTS, WASHERS, ANCHORS AND EYEBOLTS
05 05 20-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 05 12 00
STRUCTURAL STEEL AND MISCELLANEOUS METALS
PART 1 GENERAL
1.1 WORK INCLUDED
A. Fabricated items from metal shapes, plates, sheets, rods, bars or castings, and
other wrought or cast metals except component parts of equipment.
B. Structural steel shall include all structural members and fasteners.
C. Floor plates, and gratings.
D. Fabricated metal items that are indicated on the drawings but not mentioned
specifically herein shall be fabricated in accordance with the applicable
requirements of this section.
1.2 RELATED WORK
A. Section 03 15 20 —Anchor Bolts and Expansion Anchors
B. Section 03 30 00 — Cast-in-Place Concrete
C. Section 03 60 00 —Grout
D. Section 09 90 00 — Painting and Coating
1.3 REFERENCES
A. Except as modified herein, all work specified herein shall comply with the applicable
requirements of the following standards:
1. California Building Code
2. Aluminum Association
3. American Institute of Steel Construction
4. American Iron and Steel Institute
5. American National Standards Institute
6. American Society of Testing and Materials
7. American Welding Society
8. National Association of Architectural Metal Mfg.
9. The applicable sections of OSHA code
STRUCTURAL STEEL AND MISCELLANEOUS METALS
05 12 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.4 SUBMITTALS
A. Complete assembly, installation drawings, detailed specifications and data covering
materials used and accessories forming part of the furnished product shall be
submitted in accordance with the General Conditions and Section 01 33 00 -
Submittals.
B. All bolted connections and welds shall be properly identified on the detailed shop
drawings.
C. Submittals for high strength bolts and load indicator washers shall include
statements from the bolt and washer manufacturers certifying satisfactory
compliance with the governing standards and the specified tests.
D. Welding procedures, welding procedure qualification records and welder
qualifications shall be submitted as required.
1.5 INSPECTION AND TESTING
A. All costs for any inspections and tests shall be coordinated and paid by the Owner.
B. Contractor shall schedule testing with the testing laboratory so that tests and shop
inspections may be made in sufficient time for approvals to be given prior to
fabrication.
1. Do not fabricate, use or deliver any steel to the site until it has been tested,
or accompanied by a certificate of compliance issued by testing laboratory or
by fabricator.
2. All welding shall be done by AWS certified welders approved by the Engineer.
3. Copies of all test reports shall be supplied to the Engineer.
1.6 TOLERANCES
A. For materials, fabrications and erection shall not exceed those tolerances as set
forth in the "Code of Standard Practice, American Institute of Steel Construction",
as adopted and revised to date.
1.7 CLEANING AND STRAIGHTENING
A. All material, before being fabricated, shall be thoroughly wire brushed, cleaned of
all scale and rust, and shall be thoroughly straightened by methods that will not
injure the material before being worked on. After punching or working the
component parts of a riveted member, all twists or bends shall be removed before
the parts are assembled. All finished members shall be free from twists, bends or
open joints, when erected.
STRUCTURAL STEEL AND MISCELLANEOUS METALS
05 12 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.8 GAS CUTTING
A. Gas cutting shall be done by machine when possible. All re-entrant corners shall
be shaped notch free to a radius of at least one-half inch.
1.9 QUALITY ASSURANCE
A. All welding procedures and operators for welding of steel and aluminum fabrications
shall be qualified in accordance with the applicable provisions of AWS, and as set
forth in the fasteners section.
1.10 DELIVERY, STORAGE AND HANDLING
A. Materials shall be handled,transported, and delivered in a manner which will prevent
bends, dents, significant coating damage, or corrosion. Damaged materials shall be
promptly replaced.
B. Structural and miscellaneous metals work shall be stored on blocking so that no
metal touches the ground and water cannot collect thereon. The material shall be
protected against bending under its own weight or superimposed loads.
PART 2 PRODUCTS
2.1 GENERAL
A. Structural and miscellaneous metal work shall be fabricated in conformity with
dimensions, arrangements, sizes, and weights or thicknesses specified or indicated
on the drawings.
2.2 STRUCTURAL STEEL
A. Steel
1. Shapes except Wide ASTM A36
Flange, Plates, HSS tube
and pipe, and Bars
2. Wide Flange Shapes ASTM A992
3. Sheets ASTM A366 OR A569, zinc coated
4. Checkered Plate ASTM A786 carbon steel, skid resistant pattern
5. HSS Round and ASTM A500 Grade B
Rectangular
5. Pipe ASTM A120 OR A53, Type E or S, Grade B
6. Bolts and Nuts ASTM A307 (unfinished)
7. Bolts and Nuts, High ASTM A325 Type 1
Strength
8. Nuts, Heavy-Hex ASTM A563, compatible with bolts
STRUCTURAL STEEL AND MISCELLANEOUS METALS
05 12 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
9. Nuts, Self-Locking Prevailing torque type; IFI-100, Grade A
10. Washers
a. Flat ANSI B18.22.1
b. Flat, Hardened ASTM F436, Type 1
C. Lock ANSI B18.21.1, helical spring type
11. Nuts, Self-Locking Prevailing torque type; IFI-100, Grade A
12. Threaded Rods ASTM A36
13. Anchor Rods or Threaded ASTM F1554 Grade 55 with heavy hex nuts
B. Stainless Steel
1. Plates ASTM A167, Type 304, or ASTM A240,Type
316L
2. Bolts and Nuts IFI - 104, Grade 303, 304, or 305
3. Washers
a. Flat ANSI B18.22.1 Type 316
b. Lock ANSI B18.21.1, helical spring type, Type 316
4. Anchors ASTM F593 with ASTM F594 Nuts
C. Shop Coatings
1. Rust-Inhibitive Primer Universal type; Cook"391-N-167 Barrier Coat",
Koppers "No. 10 Inhibitive Primer", Tnemec 77
Chem-Prime", or Valspar"13-R-28 Chromox
Primer." Devoe "Devran 203".
2. Epoxy Paint Ameron "Amerlock 400 High Solids Epoxy
Coating", Carboline "Carboguard 891", Tnemec
"Series N140", or Devoe "Bar Rust 235H"; &
"Devflex 4208".
3. Coal Tar Paint Koppers "Bitumastic Super Service Black",
Tnemec "46-449 Heavy Duty Black", or Valspar
"High-Build Bituminous Coating 35-J-10."
4. Galvanizing ASTM A123, A153, A385
D. Except as otherwise specified or indicated on the drawings, all materials and work
shall conform to the applicable provisions of the AISC "Steel Construction Manual"
and AISC "Specification for the Design, Fabrication and Erection of Structural Steel
for Buildings".
E. When required, all fabricating plants providing structural steel under these
specifications shall be certified in accordance with the AISC Quality Certification
Program for the required certification category.
STRUCTURAL STEEL AND MISCELLANEOUS METALS
05 12 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2.3 HIGH STRENGTH BOLTED CONNECTIONS.
A. Unless otherwise required, bolted connections for structural steel, as defined in the
AISC manual, shall be made with ASTM A325 high strength bolts conforming to the
"Specifications for Structural Joints Using ASTM A325 or A490 Bolts" as approved
by the Research Council on Structural Connections. The method of installation, pre-
tensioning procedures, and bolting equipment and tools shall likewise conform to
the above referenced ASTM standard.
B. Field-welded connections will not be acceptable for structural steel unless indicated
on the drawings.
C. Bolt holes shall have a diameter nominally 1/16 inch larger than the nominal bolt
diameter. Bolt holes for one ply only of vertical diagonal bracing connections may
be oversized to a diameter nominally 3/16 inch larger than the nominal bolt diameter.
If oversized holes are provided in an outer ply, a hardened flat washer shall be
installed over each hole during bolting.
D. Beveled washers shall be used when the bearing faces of bolted parts have a slope
of 1:20 or greater with respect to a plane perpendicular to the bolt axis. Bolt length
shall be increased as needed to accommodate the beveled washers.
E. Except as otherwise required or specified herein, bolted connections shall be
bearing type with threads excluded from the shear plane. Slip critical connections
shall be used in diagonal bracing connections, where slip critical connections are
indicated on the drawings, or where oversize holes or slotted holes parallel to the
direction of the load are used.
PART 3 EXECUTION
3.1 WELDING
A. Welding and related operations shall conform to applicable provisions of the
Structural Welding Code, AWS D1.1, of the American Welding Society.
B. All welding shall be performed in accordance with written procedures, using only
those joint details which have prequalified status when performed in accordance
with AWS D1.1.
C. All welding shall be performed by welders qualified in accordance with the American
Welding Society for steel welding and American Society for Mechanical Engineers
Section IX for stainless steel welding. Welding procedure specifications
qualification records, and welder qualification records shall be submitted as
required.
1. The operator, the welding equipment, the electrodes, the methods of making
the welds as completed shall be approved by the inspector of the testing
laboratory.
STRUCTURAL STEEL AND MISCELLANEOUS METALS
05 12 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. All welds shall be visibly inspected in accordance with AWS procedures.
Additional inspection or testing shall be performed as indicated on the
drawings.
D. Welds not dimensioned on the drawings shall be sized to develop the full strength
of the least strength component of the connection.
E. Where structural or miscellaneous steel connections are welded, all butt and miter
welds shall be continuous and, where exposed to view, shall be ground smooth.
Intermittent welds shall have an effective length of at least 2 inches and shall be
spaced not more than 6 inches apart.
F. Surfaces to be welded and surfaces adjacent (within 2 inches) of a weld shall be
free from loose or thick scale, slab, rust, moisture, grease, paint (except approved
weldable primers) and other foreign materials that would prevent proper welding or
release objectionable fumes.
G. Defective welds or unsatisfactory parts shall be cut out and replaced.
3.2 SURFACE COATING
A. Shop Painting
1. All structural steel not encased in concrete shall be thoroughly cleaned, wire
brushed, removing all scale and given one heavy coat of paint as specified
in Section 09 90 00 — Painting and Coating.
2. Structural steel parts not in contact, but inaccessible after assembly shall be
painted with two coats before assembly as specified in Section 09 90 00 —
Painting.
B. Field Painting
1. After erection, all parts where paint has been rubbed or burned off or where
skips have occurred in shop painting, all field rivets, bolts and welded areas
shall be painted as specified in Section 09 90 00 — Painting and Coating.
3.3 INSTALLATION AND FIELD QUALITY CONTROL
A. All posts of railings shall be rigidly attached to concrete structures by approved
anchors through railing post base plates. In any section, or run of railing, the center
lines of all members shall be in true alignment lying in the same vertical frame.
B. After installation, railings shall be checked for final alignment, using a tightly drawn
wire for reference. The maximum misalignment tolerance for railing shall be 1/8
inch in 12 feet. Bent, deformed or otherwise damaged railings shall be replaced.
STRUCTURAL STEEL AND MISCELLANEOUS METALS
05 12 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.4 ADJUSTING AND CLEANING
A. Items which have been given shop applied protective coatings that become
damaged during erection or installation shall be repaired with the same or equivalent
coating.
END SECTION
STRUCTURAL STEEL AND MISCELLANEOUS METALS
05 12 00-7
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
STRUCTURAL STEEL AND MISCELLANEOUS METALS
05 12 00-8
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 05 50 00
FABRICATED METAL
PART 1 GENERAL
1.1 WORK INCLUDED
A. Provide metals work for trash rack, fencing, guard posts, and other miscellaneous
metal works, complete as indicated, specified, and required.
1. Steel channel and/or angle frames and thresholds with anchors
2. Guard post assemblies for removable and stationary types
3. Miscellaneous iron and steel items indicated, specified, or required for
completion of the Work, unless included under other Sections of the
Specification
4. Miscellaneous connections, anchors, bolts, clips, spacers, nuts, washers,
shapes and inserts, as required
5. Galvanizing, shop primer finishes for work of this Section as specified or
required, including field touchups.
1.2 RELATED WORK
A. Section 03 15 20 —Anchor Bolts and Expansion Anchors
B. Section 03 30 00 — Cast-In-Place Concrete
C. Section 09 90 00 — Painting and Coating
1.3 REFERENCES
A. Industry Codes and Standards
American Institute of Steel Construction (AISC)
Specification for the Design, Fabrication and Erection of Steel for Buildings
Code of Standard Practice for Steel Buildings and Bridges
American Society for Testing and Materials (ASTM)
American Welding Society (AWS)
AWS D 1.1 Structural Welding Code Steel
B. Government Regulations
FABRICATED METAL
05 50 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
U.S. Department of Labor, Occupational Safety and Health Administration (OSHA)
Cal/OSHA Standards
1.4 QUALITY ASSURANCE
A. Unless otherwise specified all work specified herein and shown on the Drawings
shall conform to the applicable requirements of the following specifications and
codes:
1. Fabricate and erect miscellaneous metal work in accordance with the latest
edition of the AISC "Specification for the Design, Fabrication and Erection of
Steel for Buildings," and "Code of Standard Practice for Steel Buildings and
Bridges."
2. Inspections. Perform all field welding and field high strength bolting of
structural steel assemblies under the inspection of the Engineer. Notify the
Engineer at least 48 hours in advance of needed inspections. Provide copies
of testing and inspection reports to the Engineer.
1.5 SUBMITTALS
A. Furnish submittals, samples and material data in conformance with the General
Conditions and Section 01 33 00 — Submittal Procedures.
1. Shop Drawings and Erection Drawings. Show materials and specification list,
construction and fabrication details, layout and erection diagrams and
method of anchorage to adjacent construction. Give location, type, size and
extent of welding and bolted connections and clearly distinguish between
shop and field connections. Coordinate shop drawings with related trades to
ensure proper mating of assemblies.
a. Catalog work sheets showing illustrated cuts of item to be furnished,
scale details and dimensions may be submitted for standard
manufactured items.
b. Where items must fit and coordinate with finished surfaces and/or
constructed spaces, take measurements at site and not from
Drawings. Where concrete, masonry or other materials must be set to
exact locations to receive work, furnish assistance and direction
necessary to permit other trades to properly locate their work. Where
welded connectors, concrete, or masonry inserts are required to
receive work, show on shop drawings exact locations required.
2. Shop Painting Data. Submit product list with product data sheets of intended
shop coats. These products shall be compatible with the products and
manufacturers with those systems Specified in Section 09 90 00 — Painting
and Coating.
FABRICATED METAL
05 50 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 2 PRODUCTS
2.1 MATERIALS— GENERAL
A. Provide materials that are new, sound and conforming to the following:
ASTM Class, Grade
Item Standard No. Type or Alloy No.
Cast Iron
Cast Iron A48 Class 40B
Steel
Galvanized sheet iron or steel A653 Coating G90
Black steel, sheet or strip A569 --
A570
Coil late A635 --
Structural plate, bars, rolled A36 --
shapes, and miscellaneous
items (except W and HSS
shapes)
Rolled W shapes A992 Grade 50
HSS Shapes A500 Grade B
Standard bolts, nuts and A307 --
washers
High strength bolts, nuts and A325 --
hardened flat washers A490
Eyebolts A489 T pe 1
Tubing, cold-formed A500 Tubing, hot-formed A501 --
Steel pipe A53 Grade B
Stainless steel
Plate, sheet and strip A240 Type 304* or 316**
Bars and shapes A276 Type 304* or 316**
Aluminum
Flashing sheet aluminum B209 Alloy 5005-H-14,
0.032 inches minimum
thickness
Structural sheet aluminum B209 Alloy 6061-T6
Structural aluminum B209 Alloy 6061-T6
B308
Extruded aluminum B221 Alloy 6063-T42
*Use Type 304L if material will be welded
**Use Type 316L if material will be welded
FABRICATED METAL
05 50 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. Anchor bolts:
a. Anchorages for all locations unless otherwise indicated on Drawings:
Stainless steel, Type 316, Hilti HIT RE-500 V3 ICC ESR 3814
adhesive anchors, or Engineer approved equivalent.
b. Chemical bond or adhesive type DBDs, if approved by the
manufacturer and the Engineer, are acceptable for anchorage of
vibrating machinery or equipment.
2. Expansion Anchors.
a. Hilti Kwik Bolt TZ ICC ESR-1917, Standard Type or Engineer
approved equivalent.
3. Galvanizing.
a. Iron and Steel. ASTM A123, with average weight per square foot of
2.0 ounces and not less than 1.8 ounces per square foot.
b. Ferrous Metal Hardware Items. ASTM A153 with average coating
weight of 1.3 ounces per sq. ft.
C. Touch-up Material for Galvanized Coatings. Repair galvanized
coatings marred or damaged during erection or fabrication by use of
DRYGALV as manufactured by the American Solder and Flux
Company, Galvalloy, Galvion, Rust-Oleum 7085 Cold Galvanizing
Compound, or Engineer approved equivalent.
4. Welding Electrodes. Use welding electrodes conforming to AWS D1.1.
5. Shop Prime Paint. To assure compatibility with deferred field-applied paint
or coating systems, for ferrous metals other than stainless steel, galvanized
steel and cast iron, provide surface preparations and use shop prime paint
product and manufacturer as painting or protective coating system intended
for field application specified in Section 09 90 00 - Painting.
a. Do not shop prime portions of work immediately adjacent to intended
field welds, or portions intended for embedment.
PART 3 EXECUTION
3.1 GENERAL FABRICATION AND INSTALLATION REQUIREMENTS
A. Standards: Thoroughly clean ferrous metals of all loose scale and rust before being
fabricated. Provide finished members free of twists, bends or open joints, and that
present a neat workmanlike appearance when completed. Perform steel work
conforming to the best practices set forth in the "Specifications for the Design,
Fabrication and Erection of Structural Steel for Buildings" of the American Institute
of Steel Construction.
FABRICATED METAL
05 50 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. Perform aluminum work conforming to the applicable requirements of
"Specifications for Aluminum Structures, Aluminum Construction Manual" of
the Aluminum Association.
B. Welding: Perform all welding in accordance with the "Structural Welding Code-
Steel," AWS D1.1.
1. Use only welders qualified by tests in accordance with AWS B 3.0.
C. General Fabrication and Installation
1. Using new stock of sizes specified or detailed, fabricate in shop producing
high grade metal work. Form and fabricate to meet required conditions.
Include clips, straps, bolts, screws, and other fastenings necessary to secure
the work. Accurately make and tightly fit joining and intersections in true
planes with adequate secure fastenings. Erect all metal work plumb, true on
line and in its designated location. Grind and finish smooth field welds on
exposed surface. Bolt or weld connections as indicated on Drawings. After
installation, leave all work in a neat and clean condition, ready for field
painting or coating.
a. The maximum misalignment tolerance for railing shall be 1/8 inch in 12
feet. Bent, deformed or otherwise damaged railings shall be replaced.
2. Coordinate work of this Section with related trades. Particular attention is
required for items to be embedded in concrete work. Provide all punching
and drillings indicated or required for attachment of other work to that of this
Section.
3. Compliance with Safety Requirements: Dimensions required for the
fabrication and installation of handrails, ladders, grating, plate, pipe hangers
and etc. which are not shown on the Drawings, shall conform to the
requirements of the Division of Occupational Health and Safety.
D. Protection
1. Provide protection and repair of adjacent surfaces and areas which may
become damaged as a result of work of this Section. Protect work performed
hereunder until completion and final acceptance of project by the Owner.
Repair or replace all damaged or defective work to original specified
condition, at no additional cost to the Owner.
E. Painting
1. Apply all products in strict conformance with manufacturer's printed
instructions.
2. Provide one or more shop coats of paint on all ferrous metals, except cast-
iron, ductile iron, stainless steel and galvanized metals. Before priming,
thoroughly clean surfaces. Allow shop coats to dry before materials are
FABRICATED METAL
05 50 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
loaded for delivery to the job site. After erection, paint all areas where the
shop coats have been rubbed off or omitted.
a. See Section 09 90 00 — Painting and Coating of these specifications
for surface preparation, prime coatings, finish painting and coatings.
3. Isolate aluminum members from contact with dissimilar metals, concrete and
masonry to provide protection from electrolytic deterioration. Use non-
absorptive tape or gaskets, heavy brush coat of approved zinc chromate
primer made with a synthetic resin vehicle; or apply a heavy coat of approved
alkali-resistant bituminous paint.
END SECTION
FABRICATED METAL
05 50 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 07 92 00
CAULKING AND SEALANTS
PART 1 GENERAL
1.1 WORK INCLUDED
A. Sealing and caulking at locations specified and indicated on the Plans.
B. All labor, materials, equipment, tools and incidentals necessary and required for the
completion of the work.
1.2 RELATED WORK
A. Section 03 30 00 — Cast-in-Place Concrete
B. Section 09 90 00 — Painting and Coating
1.3 REFERENCES
A. American National Standards Institute/National Sanitation Foundation.
1. ANSI/NSF Standard 61 - Drinking Water System Components - Health Effects.
B. American Society for Testing Materials (ASTM):
1. C 920 - Specification for Elastomeric Joint Sealants.
C. Federal Specification (FS):
1. FS TT-S-00227e - Sealing Compound, Elastomeric Type, Multi-Component.
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittals.
B. Shop Drawings:
1. Shop Drawings, Product Data, and Samples.
2. Applicator's qualifications.
3. Product technical data including:
a. Acknowledgement that products submitted meet requirements of
standards referenced.
b. Manufacturer's installation instructions.
C. Manufacturer's recommendations for joint cleaner, primer, backer rod,
tooling and bond breaker.
CAULKING AND SEALANTS
07 92 00-1
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 07-Thermal-Moisture Protection\07 92 00 Caulking&Sealants.docx
County of Fresno
Elkhorn Recharge Facility Project
4. Certification from sealant manufacturer stating product being used is
recommended for and is best suited for joint in which it is being applied.
5. Warranty.
C. Samples:
1. Cured sample of each color for Engineer's color selection. Color chart not
acceptable.
PART 2 PRODUCTS
2.1 MATERIALS
A. POLYURETHANE COMPOUNDS
1. Exterior Applications: One or two component polysulfide liquid polymer base
rubber compounds, which cure at normal temperature to a flexible firm
rubber, tack-free, paintable, in gun grade or knife or trowel consistency,
conforming to ASTM C920-11, Type S, Grade NS, Class 35 for use in types
T1, T2, NT, M, O, G, I, A..
a. DAP "Premium Polyurethane Construction Adhesive Sealant", Sika
"Sikaflex la" or "Sikaflex 2c NS", WR Meadows "Pourthane NS", or
Engineer approved equivalent.
2. Color of caulking and sealants shall match color of adjacent work.
3. Interior Applications: Butyl based compound, smooth flowing, single
component, architectural grade, synthetic, general purpose caulking
compound, composed of 80-100% solids, butyl, non-oily, non-hardening,
curing to a tack-free surface, paintable, in gun grade or knife or trowel
consistency.
a. DAP Butyl-Flex, Sika Sikaflex 1a or Engineer approved equivalent.
4. Horizontal Applications. Elastomeric, one-component, self-leveling
polyurethane sealant conforming to ASTM C920-11, Type S, Grade P, Class
25 for use in types T1, T2, NT, M, O, G.
a. "Pourthane SL" WR Meadows, "Sikaflex+ Self-Leveling Sealant" or
Engineer approved equivalent
5. Color of caulking and sealants shall match color of adjacent work.
B. SILICONE SEALANTS
1. Where silicone sealant is shown or noted on Plans or noted in the
Specifications, it shall be a one part, type S, in gun grade consistency.
CAULKING AND SEALANTS
07 92 00-2
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 07-Thermal-Moisture Protection\07 92 00 Caulking&Sealants.docx
County of Fresno
Elkhorn Recharge Facility Project
a. General Electrical 1200 Series, Dow Corning Number 795. or Engineer
approved equivalent.
2. Color of sealant shall match the color of adjacent work.
C. ACRYLIC-LATEX SEALANTS
1. Permanently flexible, non-staining, and non-bleeding latex modified acrylic
sealant compound.
a. Tremco Mono, Pecora Corp. Number AC-20, Sonneborn Sonolac or
Engineer approved equivalent.
2. Color of sealant shall match the color of adjacent work.
D. PRIMERS
1. Primers shall be quick drying, colorless, non-staining sealer of type and
consistency recommended by the manufacturer of the sealant material for the
surfaces to be caulked and sealed.
E. PACKING AND FILLERS
1. Closed-cell expanded sponge rubber manufactured from synthetic polymer
neoprene base, or resilient polyethylene foam backer rod, compatible
with the caulking compound used.
a. WR Meadows "Kool-Rod", Rubatex Corp. Rubatex-Cord or Engineer
approved equivalent.
2. Size: Minimum 25 percent greater than nominal joint width.
PART 3 EXECUTION
3.1 EXECUTION
A. SCHEDULE
1. Synthetic Rubber Sealing Compound (Polyurethane), Non-Sag:
a. Use where indicated on the Drawings.
b. Water-bearing and earth-bearing concrete structures.
C. Joints in masonry, concrete vertical surfaces, and metal-faced
panels in vertical surfaces.
d. Joints between sheet metal flashing and trim.
e. Joints between sheet metal flashing and trim, and vertical wall
surfaces.
CAULKING AND SEALANTS
07 92 00-3
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 07-Thermal-Moisture Protection\07 92 00 Caulking&Sealants.docx
County of Fresno
Elkhorn Recharge Facility Project
f. Small voids between materials requiring filling for weather tight
performance in vertical surfaces.
g. Surfaces in contact with bituminous materials in vertical surfaces.
h. Perimeters of frames of doors, windows, louvers, pipe
penetrations.
2. Synthetic Rubber Sealing Compound (Polyurethane), Self-Leveling:
a. Use where indicated on the Drawings
b. Expansion and control joints in masonry, concrete horizontal
surfaces, and metal panels in horizontal surfaces
C. Small voids between materials requiring filling for weather tight
performance in horizontal surfaces
d. Surfaces in contact with bituminous materials
e. Perimeters of frames, louvers, pipe penetrations in horizontal
surfaces.
3. Silicone:
a. Use where indicated on the Drawings.
b. Joints and recesses formed where window, door, louver and vent
frames, and sill adjoin masonry, concrete, stucco, or metal surfaces.
C. Door threshold bedding.
d. Moist or wet locations, including joints around plumbing fixtures.
e. Plenum joints.
4. Acrylic Latex:
a. Use where indicated on the Drawings.
b. Interior joints with movement less than 7.5 percent and not subject
to wet conditions.
B. STORAGE AND HANDLING
1. Deliver, store, and handle products in accordance with manufacturer's
recommendations.
2. Do not use material older than 6 months old. Store materials at
temperatures lower than 80 degrees Fahrenheit
CAULKING AND SEALANTS
07 92 00-4
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 07-Thermal-Moisture Protection\07 92 00 Caulking&Sealants.docx
County of Fresno
Elkhorn Recharge Facility Project
C. APPLICATION AND WORKMANSHIP
1. Surface Preparation:
a. Allow concrete to cure at least 14 days prior to applying caulking
b. Joints and spaces to be caulked or sealed shall be completely cleaned
of all dirt, dust, mortar, oil and other foreign materials which might
adversely affect the caulking work. Where necessary, degrease with
an approved solvent or commercial degreasing agent. Surfaces shall
be thoroughly dry before application of caulking compounds.
1) Preparation of surfaces to receive caulking compound shall
conform to the caulking manufacturer's specifications.
C. All joints shall be enclosed on three sides. Where adequate grooves
for caulking have not been provided, suitable grooves shall be
provided to the depth required or as indicated on Drawings and without
damage to the adjoining work. No grinding shall be required on metal
surfaces.
2. Application:
a. General: Do not apply sealant on wet or frosty surfaces or when
surface temperature is higher than 120 degrees Fahrenheit or lower
than recommended by the manufacturer. Caulking and sealants shall
be applied by experienced mechanics using specified materials and
proper tools.
b. Priming: Concrete, masonry, and other porous surfaces, and any
other surfaces if recommended by the manufacturer, shall be primed
before applying caulking and sealants.
C. Packing: Joints and spaces deeper than 1/2-inch shall be filled with
packing to within 1/2-inch of the surface. Then the joints shall be filed
with caulking compound. There shall be a minimum of 3/8-inch in
depth of caulking compound in all joints 1/2-inch in depth or deeper.
d. Caulking and Sealant Compounds: Compounds shall not be used
when they become too jelled to be discharged in a continuous flow
from the gun. Modification of compounds by addition of liquids,
solvents, or powders will not be permitted.
e. Tools and Workmanship: Compounds shall be applied with guns,
knives or trowels as required. Fill all voids and joints solid. Caulk
around entire perimeter of each opening, unless shown or specified
otherwise.
f. Finishing: Caulked and sealed joints shall be neatly pointed on flush
surfaces, and internal comers. Excess material shall be cleanly
removed. Caulking where exposed, shall be free of wrinkles and
CAULKING AND SEALANTS
07 92 00-5
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 07-Thermal-Moisture Protection\07 92 00 Caulking&Sealants.docx
County of Fresno
Elkhorn Recharge Facility Project
uniformly smooth. Caulking and sealing shall be complete before final
coats of paint are applied.
3. Cleaning: Clean surfaces of all materials adjoining caulked and sealed joints
of any smears of compound or other soiling due to caulking applications.
D. Miscellaneous Caulking and Sealing Work: The entire extent of caulking and sealing
work is not necessarily fully or individually described here. Caulking shall be
provided wherever required to prevent light leakage as well as moisture leakage.
END SECTION
CAULKING AND SEALANTS
07 92 00-6
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 07-Thermal-Moisture Protection\07 92 00 Caulking&Sealants.docx
County of Fresno
Elkhorn Recharge Facility Project
SECTION 09 90 00
PAINTING AND COATING
PART 1 GENERAL
1.1 WORK INCLUDED
A. Field painting including surface preparation, surface protection, clean up, and/or
other appurtenant work as indicated in the Contract Documents.
B. All labor, materials, tools and equipment, and incidentals necessary and required
for their completion.
C. All pipe, fittings, and structures are to be field coated except for those specific
exceptions contained in this specification or identified on the drawings. The painting
schedule included at the end of this specification summarizes the surfaces to be
coated, the required surface preparation, and the coating systems to be applied.
Coating notes on the drawings are used to show exceptions to the schedules, to
extend the limits of coating systems, or to clarify or show details for application of
the coating systems.
1.2 RELATED WORK
A. Section 03 30 00 — Cast-in-Place Concrete
B. Section 05 12 00 — Structural Steel and Miscellaneous Metals
C. Section 05 50 00— Fabricated Metal
D. Section 40 05 00 — Pipe and Fittings
1.3 SUBMITTALS
A. Shop Drawings, Product Data, and Samples: as specified in the General Conditions
and Section 01 33 00 — Submittals.
1. Product technical data including:
a. Acknowledgement that products submitted meet requirements of
standards referenced.
b. Performance criteria as required by the Engineer to determine quality.
C. Manufacturer's installation instructions and environmental parameters.
d. Material Safety Data Sheets.
e. Color samples. Color to be determined by Owner.
PAINTING AND COATING
09 90 00-1
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
1.4 AIR QUALITY REGULATORY COMPLIANCE
A. All paint shall conform to the applicable air quality regulations at the point of
application. Any paint material which cannot be guaranteed by the manufacturer to
comply, whether specified by product designation or not, shall not be used.
B. The volatile organic compound (VOC) of coatings materials limits set forth in Rule
460.1 of the San Joaquin Valley Unified Air Pollution Control District shall apply to
this project. The manufacturers' products listed in paragraphs 3.01 and 3.02 of this
section have been selected on the basis of their apparent compliance with Rule
460.1; however, it shall remain the Contractor's responsibility to ensure that all
coatings materials furnished are in compliance with all regulatory agencies.
C. The product listed may meet the VOC requirement in the unthinned (as shipped)
condition, but may exceed the VOC requirement if thinned to the manufacturer's
allowable recommendations. In this situation, the product is not to be thinned
beyond the limit indicated in Rule 460.1, and if the product cannot be suitably
thinned for the intended application method or temperature requirements, it will be
necessary to use another manufacturer's product subject to acceptance by the
Engineer.
D. It shall be the responsibility of the Contractor to ensure the compatibility of the field
painting products which will be in contact with each other or which will be applied
over shop painted or previously painted surfaces. Paint used in successive field
coats shall be produced by the same manufacturer. Paint used in the first field coat
over shop or field primed surfaces, or previously painted surfaces shall cause no
wrinkling, lifting, or other damage to underlying paint.
E. All paint used for intermediate and finish coats shall be guaranteed by the paint to
be lead-free and mercury-free.
1.5 QUALITY OF WORK
A. All finishes shall be applied by skilled workmen in accordance with the best practices
and standards of the painting trade. Brushes, rollers, all equipment, and the
techniques used in applying finishes shall be of sufficient quality to assure the
specified results. Work not conforming to this Specification shall be corrected by
touching up or refinishing as directed by the Engineer.
B. It is the purpose and intent of this Specification to cover the complete paint finishing
of all exterior and interior surfaces as scheduled or specified and all surfaces which
normally require a paint finish for corrosion resistance, weather protection, finished
appearance or utility. Finished surfaces shall be of the type of finish, color sheen
film thickness and quality specified.
1.6 DELIVERYAND STORAGE
A. Painting materials shall be delivered to site in manufacturer's original containers with
labels intact and seals unbroken. Painting materials and equipment shall be stored
and protected against freezing and mixed in rooms assigned for that purpose. No
chemicals, unauthorized thinners, or other materials, not included in the paint
PAINTING AND COATING
09 90 00-2
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
formulation shall be added to the paint for any purpose. All necessary precautions
shall be taken to prevent fire. Rags or waste soiled with paint shall be removed from
premises at end of each day's work, or shall be stored in covered metal containers.
1.7 EQUIVALENT PRODUCTS
A. Whenever a coating is specified using the name of a proprietary product or the name
of a particular manufacturer or vendor, the specified coating shall be understood as
establishing the type and quality of coating desired.
B. Other manufacturers' products will be accepted provided sufficient information is
submitted to allow the Engineer to determine that the coatings proposed are
equivalent to those named. Proposed coatings shall be submitted for review in
accordance with the Section 01 30 00 — Submittals.
C. Requests for review of equivalency will not be accepted from anyone except the
Contractor, and such requests will not be considered until after the contract has
been awarded.
D. Specific products for various applications shall be as specified in Part 2. In addition
to the products named in Part 2, equivalent products of the following manufacturers
will also generally be acceptable:
Ameron
Carboline
Devoe
PPG (Pittsburgh)
Sherwin Williams Co.
Sinclair
Tnemec
Valspar
E. Contractor shall provide verification that equivalent products are acceptable for the
desired application.
1.8 REFERENCE STANDARDS
A. SSPC— Society of Protective Coatings, Pittsburgh, PA
B. ASTM —American Society For Testing And Materials, West Conshohocken, PA
PART 2 PRODUCTS
2.1 GENERAL
A. All paint shall be the product of a recognized manufacturer exclusively engaged in
the manufacture of painting material. All paints for wood and metal surfaces shall
be well-ground and shall not skin, liver, curdle, or body excessively in the containers.
PAINTING AND COATING
09 90 00-3
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
B. The paint shall not show laps or unevenness of color or texture. When applied to
vertical surfaces, it shall not sag.
C. All exposed surfaces, including sides and edges, shall be painted. Hangers,
brackets, fastenings and other miscellaneous items shall be painted with the same
system as the adjacent material. Paint systems shall be in addition to shop primers.
D. Paint shall be stored inside and shall be protected against freezing. No adulterant,
unauthorized thinner, or other material not included in the paint formation shall be
added to the paint for any purpose.
E. Paint used in successive field coats shall be produced by the same manufacturer.
Paint used in the first field coat over shop painted or previously painted surfaces
shall cause no wrinkling, lifting, or other damage to underlying paint. Any paint
system shall be the product of a single manufacturer.
F. All paint used for intermediate and finish coats shall be guaranteed by the paint
manufacturer to be lead-free, mercury-free, and fume-proof. Where paint materials
are referenced to Federal or military specifications, the reference shall define
general type and quality required but is not intended to limit acceptable materials to
an exact formulation.
G. For each paint, the Contractor shall follow the paint manufacturer's specific
application instructions. Upon the Engineer's request, the Contractor shall furnish
the following application instructions.
1. Surface preparation recommendations.
2. Type of primer to be used.
3. Maximum dry and wet mil thickness per coat.
4. Minimum and maximum curing times between coats.
5. Thinner to be used with each paint.
6. Ventilation requirements.
7. Atmospheric conditions during which the paint shall not be applied.
8. Allowable methods of application.
9. Maximum allowable moisture content and minimum age of plaster, concrete
and wood surfaces at time of paint application.
10. Curing time before submergence in water.
H. The minimum number of coats and minimum total dry mil thickness of the system
for each surface shall be as specified in the paint schedule.
PAINTING AND COATING
09 90 00-4
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
2.2 PAINTING SCHEDULE
A. A schedule is appended to this section listing the surface preparation, primer, finish
and dry mil thickness to be used on each surface to be coated.
2.3 PRIMERS AND PRETREATMENT
A. P-1 Epoxy Primer— Minimum dry thickness 4 mils. Devoe 'Bar Rust 235H",
Sherwin Williams "Macropoxy 646 FC Epoxy B58-600", or Tnemec 69-1211
"Hi-Build Expoxoline."
B. P-2 Rust Inhibitive, non-submerged — Minimum dry thickness 3 mils. Devoe
"Devran 203 Waterborne Epoxy Primer", Sherwin Williams "Macropoxy 646 FC
Epoxy B58-600" or Tnemec 135 "Chem Build."
C. P-3 Rust inhibitive, submerged — Minimum dry thickness 4.0 mils. Devoe "Bar Rust
235H", Sherwin Williams "Macropoxy 646 FC Epoxy B58-600" or Tnemec 136
"Chem Build."
D. P-4 Primer for Wood — Maximum of 400 sq. ft/gal. Devoe 2010-1200 "Ultra- Hide
Durus Exterior Acrylic Primecoat", Sherwin Williams "A-100 Wood Primer
B42W41" or Tnemec 151 "Elaso-Grip."
E. P-5 Wallboard Primer— Maximum of 400 sq. ft/gal. Devoel060-1200 "Ultra- Hide
Latex Primer- Sealer", Sherwin Williams "Preprite 200 Interior Latex Primer
B28W200", or Tnemec 51-792 "PVA Sealer."
F. P-6 High Build Acrylic— Maximum of 100 sq. ft/gal., Tnemec 180 WB Tneme-
Crete, Sherwin Williams "Heavy Duty Block Filler B42W46".
2.4 INTERMEDIATE AND FINISH PAINTS
A. F-1 Epoxy Resin - Minimum dry thickness 5 mils. Devoe "Bar Rust 235H",
Sherwin Williams "Macropoxy 646 FC Epoxy B58-600", or Tnemec 69 "Hi-Build"
epoxy.
B. F-2 Gloss Acrylic Emulsion - Minimum dry thickness 2.0 mils Devoe " Devflex 4208
Waterbone Acrylic Enamel", Sherwin Williams "Shercryl Hi Performance Acrylic
Gloss B66-300", or Tnemec 1028.
C. F-3 Semi-gloss Acrylic Emulsion - Minimum dry thickness 2.5 mils Devoe
"Devvflex 4216 HP Waterborne", Sherwin Williams "Shercryl Hi Performance
Acrylic Semi-Gloss B66-350", or Tnemec 1029 "Tuf Cryl".
D. F-4 High Build Epoxy (Substitute for Coal Tar) - Minimum dry thickness 6 mils.
Devoe "Devtar 5A HS", Sherwin Williams "Targuard Coal Tar Epoxy B69B60", or
Tnemec "V69F Black"
E. F-5 Polyurethane O - Minimum dry thickness 2 mils. Devoe "Devthane 379H
Aliphatic Urethane Gloss Enamel", Sherwin Williams "Hi Solids Polyurethane CA
B65j-300", or Tnemec 1075 "Endurasheild."
PAINTING AND COATING
09 90 00-5
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
F. F-6 Acrylic Epoxy— Minimum dry film thickness 4 mils. Tnemec 113 Tneme-
Tufcoat, Sherwin Williams " Waterbased Tile Clad Epoxy B73-100".
G. F-7 High Build Acrylic— Maximum of 100 sq. ft./gal.Tnemec 180 WB Tneme-Crete,
Sherwin Williams "Heavy Duty Block Filler B42W46".
2.5 ALUMINUM SURFACES
A. All aluminum in contact with steel or concrete: Sherwin Williams "Macropoxy 646
FC Epoxy B58-600 series or approved equivalent.
2.6 SURFACES NOT TO BE PAINTED
A. Except as otherwise required or directed, the following surfaces are to be left
unpainted:
1. Exposed surfaces of aluminum.
2. Polished or finished stainless steel. Unfinished stainless steel shall be
painted.
3. Nickel or chromium.
4. Galvanized surfaces, except piping, conduit, electrical conduit, pipe supports,
fasteners, hangers, bracing, brackets, and accessories.
5. Rubber and plastics, including fiberglass reinforced plastics.
6. Precast concrete.
PART 3 EXECUTION
3.1 PRELIMINARY EXAMINIATION
A. Notify the Engineer in writing of any uncorrected defects in surfaces to be painted.
Do not proceed with the finishing of surfaces in question until any discrepancies are
corrected. No work on any surface shall be started, unless the surface has been
inspected and approved for painting by the Engineer.
3.2 SURFACE PREPARATION
A. The Contractor shall prepare the surfaces to be coated as specified under the paint
schedule. Any surfaces to be coated which are not listed under the paint schedule
shall be prepared in accordance with the manufacturer's instructions for the material
to be applied.
B. All grease, oil, dirt, and other contaminants which may affect the bond between the
coating and the surface shall be removed by a cleaning agent which will leave the
surface clean and dry.
PAINTING AND COATING
09 90 00-6
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
C. Cleaning and painting operations shall be performed in a manner which will prevent
dust or other contaminants from getting on freshly painted surfaces.
D. Surfaces shall be free of cracks, pits, projections,or other imperfections which would
prevent the formation of smooth, unbroken paint film, except for concrete block
construction where a rough surface is an inherent characteristic.
E. When applying touch-up paint,or repairing previously painted surfaces, the surfaces
to be painted shall be cleaned and sanded or wire brushed in such a manner that
the edges of adjacent paint are feathered or otherwise smoothed so that they will
not be noticeable when painted. All paint made brittle or otherwise damaged by
heat or welding shall be completely removed.
F. Hardware items such as bolts, screws, washers, springs, and grease fittings need
not be cleaned prior to painting if there is no evidence of dirt, corrosion, or foreign
material.
G. All galvanized surfaces shall have a metal conditioner applied prior to the first prime
coat.
H. All surfaces to be finished shall be clean and dry before any materials are applied.
Use a moisture meter to determine moisture content as follows. The moisture
content shall be less than 18% for wood; 8% for concrete or plaster.
1. Metal Surfaces — Where noted, the surface preparation for steel and other
metals refer to the specifications for surface preparation by the latest revision
of the Steel Structures Painting Council. All metal work shall be cleaned of
grease, oil and dirt by solvent cleaning (SSPC-SP1). Do not use hydrocarbon
based solvents for cleaning prior to use of acrylic materials.
a. Method SP-2: Surface shall be wire brushed where required to remove
loose rust and dirt, etc. (SSPC-SP2)
b. Method SP-3: Removal of loose rust, loose mill scale and other
detrimental foreign matter to degree specified by power wire brushing,
power impact tools or power sanders. (SSPC-SP3)
C. Method SP-6: Blast cleaning until at least two-thirds of each element
of surface area is free of all visible residues. (SSPC-SP6)
d. Method SP-10: Sandblast to near white condition. This method shall
remove all rust and scale, but streaks and shadows in the metal will be
acceptable. (SSPC-SP10)
2. Wood Surfaces
a. Method W-1: All unprimed millwork delivered to the jobsite shall be
given the specified first coat on all surfaces immediately upon arrival.
Give all unprimed woodwork the specified first coat as soon as
possible following installation. Prime any wood surface that is to be in
contact with concrete, or a caulking material, with the specified first
PAINTING AND COATING
09 90 00-7
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
coat material before installation. Unless specified otherwise, all
casings and trim,and all woodwork shall be free of oil, dirt, loose fibers,
etc., sealed with a sanding sealer recommended by the coating
manufacturer, and sanded smooth and dusted thoroughly before
application of the priming coat. Give all knots, pitch pockets and sappy
areas a preliminary coat of Dutch Boy Knot Sealer, or approved
equivalent, prior to application of the prime coat.
3. Galvanized Surfaces
a. Method G-1: All galvanized surfaces shall be prepared for painting in
strict conformity with the instructions of the manufacturer. All
galvanized shall be cleaned per SSPC-SP7.
4. PVC Pipe
a. Method V-1: All wax and oil shall be removed from PVC plastic
surfaces by wiping with a solvent of the type used for the specified
primer.
3.3 PAINT APPLICATION
A. Apply all finishes evenly, free from sags, runs, crawls, brush marks, skips or other
defects. Apply products at the proper consistency and do not thin or otherwise alter
them except in accordance with the manufacturer's printed directions. All coats shall
be applied in such manner as to produce an even film of uniform thickness
completely coating all corners and crevices. All painting shall be done by thoroughly
experienced workmen.
B. Care shall be exercised during spraying to hold the nozzle sufficiently close to the
surfaces being painted to avoid excessive evaporation of the volatile constituents
and loss of material into the air, or the bridging over of crevices and corners. Spray
equipment shall be equipped with mechanical agitators, pressure gauges, and
pressure regulators. Nozzles shall be of proper size. Floors, roofs, and other
adjacent areas and installations shall be satisfactorily protected by drop cloths or
other precautionary measures. All over-spray shall be removed by approved
methods or the affected surface repainted. Care shall be exercised to avoid lapping
of paint on hardware of other unscheduled surfaces.
C. Each coat of material shall be thoroughly dry before the application of a succeeding
coat. In no case shall paint be applied at a rate of coverage per gallon which is
greater than the maximum rate recommended by the manufacturer. Paint films
showing sags, checks, blisters, teardrops, or fat edges will not be accepted. Paint
containing any of these defects shall be entirely removed and the surface repainted.
D. Sandpaper enamels and varnishes lightly between coats and dust thoroughly before
the application of a succeeding coat.
E. If the finish coat is to be colored, the prime coat and the intermediate coat shall be
tinted to have a slight variation in color from each other and from the finish coat.
PAINTING AND COATING
09 90 00-8
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
3.4 PRIMING
A. Edges, corners, crevices, welds, and bolts shall be given a brush coat of primer
before the specified spot or touch-up painting of metal surfaces. Special attention
shall be given to filling all crevices with paint.
B. Abraded and otherwise damaged portions of shop applied paint shall be repainted.
Welded seams and other uncoated surfaces, heads and nuts of field installed bolts,
and surfaces where paint has been damaged by heat, shall be given a coat of the
specified primer. This patch, spot, or touch-up painting shall be completed, and
shall be dry and hard, before additional paint is applied.
3.5 LATEX PAINT
A. Latex paint shall be applied by brushing or rolling; spraying is not permitted. Latex
paint shall not be thinned excessively.
3.6 MIXING AND THINNING
A. Paint shall be thoroughly mixed each time any is withdrawn from the container.
Paint containers shall be kept tightly closed except while paint is being withdrawn.
B. Unless otherwise authorized, all paint shall be factory mixed to proper consistency
and viscosity for hot weather application without thinning. Thinning will be permitted
only as necessary to obtain recommended coverage at lower application
temperatures. In no case shall the wet film thickness of applied paint be reduced,
by addition of paint thinner or otherwise, below that represented by the
recommended coverage rate.
3.7 FILM THICKNESS FOR FERROUS METALS
A. It is intended that the dry film thickness and the continuity of painted ferrous metal
surfaces be subject to continual field check by the Engineer. Dry film thickness shall
be measured by the Contractor, using an approved Thickness Gauge, at locations
selected by Engineer. Testing equipment provided shall be provided by Contractor
and kept on site.
B. Measurement of dry coating thickness shall conform with paint application Standard
SSPC-PA2
C. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked
with a non-destructive, magnetic type thickness gauge.
D. Holiday Checking of all interior coated surfaces shall be tested with an approved
holiday detection device. Non-destructive holiday detectors shall not exceed 100
volts nor shall destructive holiday detectors exceed the voltage recommended by
the manufacturer of the coating system. For thicknesses between 10 and 20 mils
(0.25mm and 0.50mm) a non-sudsing type wetting agent such as Kodak Photo-Flo,
shall be added to the water prior to wetting the detector sponge. All pinholes shall
be marked, repaired in accordance with the manufacturer's printed
recommendations and re-tested. No pinholes or other irregularities will be permitted
PAINTING AND COATING
09 90 00-9
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
in the final coating. Holiday detection devices shall be operated in the presence of
the Engineer.
E. Continuity shall be tested by a low voltage-wet sponge per RPO 188. Contractor
shall perform continuity tests as required by the Engineer on surfaces that will be
submerged.
3.8 ATMOSPHERIC CONDITIONS
A. Apply all material to dry and properly prepared surfaces when weather conditions
are favorable for painting. No materials shall be applied when the temperature of
the materials is below 500 F, or when the temperature of the air, surface to be
painted or substrate, is below (or likely to fall below) 501 F. Final ruling on the
favorability of weather conditions shall be in accordance with the recommendations
of the manufacturer and/or the Engineer.
B. No coating or paint shall be applied to wet or damp surfaces, in rain, snow, fog, or
mist, when the steel temperature or surrounding air temperature is less than five
degrees above the dew point, nor in conditions not recommended by the
manufacturer.
3.9 REPAIRING DAMAGED PAINT ON EQUIPMENT
A. Painted surfaces on equipment, which have become damaged prior to acceptance
by the Owner, shall be repainted with the same or equivalent paint used in the
original application.
3.10 PROTECTION OF SURFACES
A. Throughout the work the Contractor shall use drop cloths, masking tapes, and other
suitable measures to protect all surfaces from accidental spraying, splattering, or
spilling of paint. Contractor shall be liable for and shall correct and repair any
damaged condition resulting from its operations or from the operations of all those
who are responsible to the Contractor during the time its work is in progress and
until the work is accepted. In case bituminous paints are spilled or dropped on any
material except metals, the spots shall, after surface cleaning, be spot painted with
aluminum paint prior to applying the specified paint. Any exposed concrete or
masonry not specified to be painted which is damaged by paint shall be either
removed and rebuilt or, where so authorized by the Owner, painted with two coats
of masonry paint.
3.11 CLEANUP
A. All cloths and cotton waste which might constitute a fire hazard shall be placed in
metal containers or destroyed at the end of each work day. Upon completion of the
work all staging, scaffolding and containers shall be removed from the site or
destroyed in a manner approved by the Engineer.
PAINTING AND COATING
09 90 00-10
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
3.12 PAINTING SCHEDULE
FINISH
SURF. PRIME 2ND 3RD
SYSTEM SURFACE PREP. COAT COAT COAT
1. New ferrous metal in SP-10 P-1 F-1 F-1
submerged or damp
environment including all
submerged mechanical
components.
2. All exterior exposed new SP-2 or 3 P-2 F-2 F-2
structural and miscellane-
ous steel. All exterior
exposed surfaces of new
piping, pumps, motors,
electrical equipment and
other unsubmerged
mechanical and structural
items.
3. All surfaces of new SP-6 P-2 F-3 F-3
structural and miscellane-
ous steel pipe, pumps,
motors and electrical
equipment panels exposed
inside building.
4. All interior exposed new G-1 P-3 F-3 F-3
galvanized metalwork
including electrical conduit
inside buildings, including
fittings, boxes, supports and
accessories.
5. All exterior exposed new G-1 P-3 F-2 F-2
galvanized metalwork
including roof flashings ad
other architectural items.
6. Exposed new PVC piping V-1 F-5 F-5
PAINTING AND COATING
09 90 00-11
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
FINISH
SURF. PRIME 2ND 3RD
SYSTEM SURFACE PREP. COAT COAT COAT
7. All new buried valves and SP-10 F-4 F-4
flanged joints and other
buried miscellaneous
ferrous piping and metal
surfaces (excluding case
iron pipe). All exterior
surfaces of new cast iron
and steel piping exposed in
manholes, wet wells and
similar locations, including
valves, fittings, flanges,
bolts, supports, and
accessories. Miscellaneous
new castings, including
manhole rings and covers
and manhole steps. (One
coat, if not foundry dipped.)
8. Interior wood P-4 F-2 F-2
9. Exterior wood P-4 F-3 F-3
10. Interior dry wall P-5 F-6
11. Exterior concrete block P-6 F-7
12. Concrete P-6 F-7
3.13 CONFLICTS
A. When conflicting painting specifications or requirements are encountered in the
contract documents, the more restrictive specifications or requirements shall be
required.
END SECTION
PAINTING AND COATING
09 90 00-12
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 09-Finishes\09 90 00 Painting and Coating.docx
County of Fresno
Elkhorn Recharge Facility Project
SECTION 31 11 00
CLEARING AND GRUBBING
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work of this section consists of clearing, grubbing, removing, and disposing of
trees, roots, vegetation and miscellaneous debris on the ground surface.
1.2 RELATED WORK
A. Section 01 57 23 — Storm Water Pollution Prevention Plan
B. Section 01 57 27 — Dust Control
C. Section 02 41 00 — Demolition
D. Division 31 — Earthwork
1.3 REGULATORY REQUIREMENTS
A. Dispose of removed materials in a legal manner at an approved disposal facility.
1.4 REFERENCES
A. Section 15 — Existing Facilities, State Standard Specifications
B. Section 19 — Earthwork, State Standard Specifications
1.5 DEFINITION
A. Unsuitable Material: Unsuitable material is material determined to be:
1. Impossible to compact to specified density using ordinary methods at optimum
moisture content.
2. Material containing trash, debris, oversized material or other foreign and
objectionable materials. Areas within the recharge basin area without
vegetation but that contain drip tape trash is considered Top Soil material and
shall be placed in the bottom of the stockpile areas as shown on the Plans.
Stockpiled soil cement shall be crushed and placed in the bottom of the
stockpile areas along with the Top Soil material as shown on the Plans.
3. Incapable of being compacted to Specified density using ordinary methods at
optimum moisture content.
4. Too wet to be properly compacted if circumstances prevent satisfactory in-
place drying prior to incorporation into the work.
CLEARING AND GRUBBING
31 11 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
5. Non-native material containing a significant amount of permeable materials,
such as sand or rock, that cannot be blended with other material and requires
to be off hauled.
6. Expansive clays that cannot be mixed or treated and requires to be off hauled.
7. Otherwise unsuitable for the planned use.
PART 2 PRODUCTS
2.1 NOT USED
PART 3 EXECUTION
3.1 CLEARING AND GRUBBING
A. Clear the recharge basin area and specified stockpile areas by removing all existing
improvements as described in Section 02 41 00 — Demolition, removing vegetative
growth in areas not disced such as weeds, shrubs, roots, brush, and similar material,
and removing gravel on the former wastewater pond levees.
B. Grub the specified areas below the natural ground surface to a depth necessary to
remove all boulders, stumps, roots, buried logs, and other objectionable material
including rock and concrete.
3.2 PRESERVATION
A. Not used.
3.3 SALVAGE EQUIPMENT
A. Salvaged equipment shall be delivered to the Owner at a designated site.
B. Equipment to be salvaged is designated in Section 02 41 00 — Demolition.
END SECTION
CLEARING AND GRUBBING
31 11 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 31 23 00
EARTHWORK
PART 1 GENERAL
1.1 WORK INCLUDED
A. All earthwork performed under this contract shall conform to the General
Requirements set forth in this section, unless otherwise specified in other sections.
B. Excavate earth and rock as necessary to allow the installation or construction of
various items of work not including trenching, bedding, and backfill for utilities,
regardless of character and subsurface conditions. Rock is defined in this section
as any material in excavated areas that cannot be ripped and removed by
conventional excavating equipment. In case of conflict with the determination of rock
excavation, the Engineer shall have the final decision.
C. Furnish all equipment, labor, and materials required for removal of rock from
excavations. At the Contractor's option, rock removal may be done by mechanical
equipment (hydraulic or pneumatic breakers).
D. Haul, place, rough grade, compact, and finish grade excavated on-site material as
engineered fill on those portions of the project site where it is necessary in order to
construct the facilities, other than utilities, indicated on the Plans. This includes
under structures and preparation of subgrade for concrete; drive roads as well as
embankments.
E. Dispose of unsuitable backfill material off-site or in designated areas, as directed by
the Engineer.
F. Prepare fill for compaction testing.
1.2 RELATED WORK
A. Section 01 57 23 —Storm Water Pollution Prevention Plan
B. Section 01 57 27 — Dust Control
C. Section 03 30 00 — Cast-In-Place Concrete
D. Section 31 11 00 — Clearing and Grubbing
E. Section 31 23 17 —Trenching, Backfilling, and Compacting
F. Section 31 23 35 — Disposal of Materials
G. Section 32 11 23 —Aggregate Base
EARTHWORK
31 23 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.3 REFERENCES
A. ASTM International (ASTM)
1. C136 — Sieve Analysis of Fine and Coarse Aggregates
2. D75 Standard Practice for Sampling Aggregates
3. D1556 — Density of Soil and base rock in Place by Sand-Cone Method
4. D1557 — Moisture-Density Relations of Soils and Soil-Aggregate Mixture
Using 10 lb (4.54 kg) Hammer and 18-inch (457 mm) Drop
5. D6938 — Density of soil and base rock in place by Nuclear method
6. D2937 — Density of soil and in place by Tube method
B. California Department of Transportation
1. Section 15 — Existing Facilities, State Standard Specifications
2. Section 18 — Dust Palliatives, State Standard Specifications
3. Section 19 — Earthwork, State Standard Specifications
4. Section 26 —Aggregate Bases, State Standard Specifications
C. Code of Federal Regulations
1. 29CFR1926, Subpart P— Excavations
1.4 SUBMITTALS
A. Submit plans as required for worker protection against caving ground in excavations.
Submittals shall be in accordance with Section 01 33 00 — Submittals Procedures.
B. Submittals shall be in accordance with the Standard General Conditions and the
Supplementary Conditions.
C. Description of methods and equipment to be used for rock removal.
1.5 SAMPLES
A. Submit samples under provisions of Section 0143 00—Quality Control and Testing.
B. Submit 10 lb sample of each type of fill to testing laboratory, in airtight containers.
1.6 PROTECTION
A. Protect excavations by shoring, bracing, sheet piling, underpinning, or other
methods required to prevent cave-in or loose soil from falling into excavation.
EARTHWORK
31 23 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. Trenches shall have sloping, sheeting, shoring, and bracing conforming with
29CFR1926, Subpart P — Excavations, CAL/OSHA requirements, and the
Contract Documents.
B. Notify Engineer of unexpected subsurface conditions.
C. Underground utilities may exist at this site. Contractor shall take all necessary
precautions to protect said utilities. Notify Engineer of any deviation in utility location
from that which is shown on the drawings.
D. Protect bottom of excavations and soil adjacent to and beneath foundations from
frost.
E. Grade excavation top perimeter to prevent surface water run-off into excavation.
1.7 CONTROL AND DIVERSION OF WATER
A. The Contractor shall furnish or procure all materials and labor required for
constructing and maintaining all necessary cofferdams, channels, flumes, drains,
sumps, and/or other temporary diversion and protective works and shall furnish,
install, maintain, and operate all necessary pumping and other equipment for
removal of water from the various parts of the work and for maintaining the
foundations and other parts of the work free from water.
B. Prior to beginning any work on the removal of water from foundations, the Contractor
shall submit for the Engineer's approval a water control plan showing his proposed
method for the removal of water from foundations and other parts of the work.
C. Devices to control and divert water shall be adequately filtered to prevent the
removal of fines from the soil.
D. Repair any damage caused by the failure of any part of equipment to control and
divert water. Remove temporary equipment to control and divert water when no
longer needed for dewatering purposes.
E. Provision of equipment to control and divert water shall be considered part of the
project with no additional compensation allowed.
F. Any drain rock required in the trench bottom to convey water or stabilize wet soil
shall be included at no extra cost to the Owner.
1.8 QUALITY ASSURANCE
A. Compaction Testing:
1. All compaction testing and reports shall be in accordance with
Section 01 43 00 —Quality Control and Testing.
2. Compaction tests will be performed for each lift or layer.
3. Tests for compaction shall conform to ASTM D1557.
EARTHWORK
31 23 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
4. Compaction testing will be performed in accordance with State Standard
Specifications, Section 19-6.03.
5. Sample backfill materials per ASTM D75.
B. In-Place Density:
1. Compacted backfill for structures and structure foundations: At least one test
per lift or per 500 cubic yards placed, whichever is more frequent.
2. Subgrade preparation including scarification and re-compaction of native
soils: At least 1 test per lift per 1,000 sf of surface area or 500 cubic yards of
fill placed, whichever is more frequent
3. Embankments and building pads: At least 1 test per lift per 1,000 sf of surface
area or every 200 lineal foot of embankment, or 2000 cubic yards of fill
placed, whichever is more frequent.
4. A greater frequency of testing may be required at the start of work or when
new materials, crews, or equipment are introduced to the site. A lesser
frequency can be utilized if approved by the Owner's Representative.
C. Laboratory Index Testing:
1. Compacted backfill for structures, structure foundations: Maximum dry density
and optimum moisture content, Plasticity Index, and Gradation (when
applicable) shall be confirmed at least once for every 2,500 cubic yards of fill
placed.
2. Test every 10,000 square feet of engineered fill or aggregate base material
placed for roadway embankment.
3. In addition, at least one set of applicable index tests shall be performed for
each distinct material type used as compacted fill at the site.
4. Additional tests may be performed, as directed by the Owner's
Representative, whenever deviations in material properties or quality of
workmanship are suspected.
5. Where compaction tests indicate failure to meet the specified compaction, the
Contractor will rework the entire failed area until the specified compaction has
been achieved at no cost to the owner.
1.9 DEFINITION
A. Unsuitable Material: Unsuitable material is material determined to be:
1. Impossible to compact to specified density using ordinary methods at optimum
moisture content.
2. Material containing trash, debris, oversized material or other foreign and
objectionable materials. Areas within the recharge basin area without
EARTHWORK
31 23 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
vegetation but that contain drip tape trash is considered Top Soil and shall be
placed in the bottom of the stockpile areas as shown on the Plans. Stockpiled
soil cement shall be crushed and placed in the bottom of the stockpile areas
along with the Top Soil material as shown on the Plans.
3. Incapable of being compacted to Specified density using ordinary methods at
optimum moisture content.
4. Too wet to be properly compacted if circumstances prevent satisfactory in-
place drying prior to incorporation into the work.
5. Non-native material containing a significant amount of permeable materials,
such as sand or rock, that cannot be blended with other material and requires
to be off hauled.
6. Expansive clays that cannot be mixed or treated and requires to be off hauled.
7. Otherwise unsuitable for the planned use.
1.10 PROJECT CONDITIONS
A. Underground utilities exist at this site, including an AT&T cable in the shoulder of
Elkhorn Avenue. Contractor shall take all necessary precautions to protect said
utilities. Notify Engineer of any deviation in utility location from that which is shown
on the drawings.
1. Contractor to field verify depth and alignment of the existing AT&T cable.
Maintain 0.5 ft clearance with proposed pipeline crossings.
B. Arrange construction sequences to provide the shortest practical time that trenches
will be open to avoid hazard to the public, and to minimize the possibility of trench
collapse.
C. Obtain all required permits and licenses before installing utilities and follow the rules
and requirements of the authority having jurisdiction.
1.11 EXCAVATION CLASSIFICATION
A. Expected material that will be excavated at this site has been identified in the
Geotechnical Report.
B. Regardless of the nature of material excavated, all excavation will be considered
unclassified.
PART 2 PRODUCTS
2.1 MATERIALS
A. All backfill material shall be approved before use and be free of cinders, ashes, ice,
frozen soil, large hard clods, organic debris, or other deleterious items.
EARTHWORK
31 23 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. Engineered fill materials for all fill areas shall be as required by State Standard
Specifications, Section 19-6.
C. Fill for use in construction of levee embankments should be non-expansive, free of
organic matter and granular in nature, within the following limits:
Sieve Size Percent Passing
3 in. 100
1 1/2 in. (For Structure Areas) 95
No. 200 40
Liquid Limit <40
Plasticity Index <14
Expansion Index <20
D. All materials for levee embankments shall be non- to low-corrosive in nature.
E. Before importing borrow, use all suitable material obtained from excavation work
and recycling operations (if used). See Section 32 11 23 —Aggregate Base.
F. Existing Embankment Materials/ On-Site Material for Levee Construction
1. Material for embankment construction shall be free from frozen material,
debris, muck, detrimental quantities of organic materials, and other unsuitable
materials. Only granular materials will be allowed. In addition, suitable
material for embankments shall be able to be compacted to specified density
using ordinary methods at optimum moisture. The presence of excessive
moisture in otherwise suitable material is not, by itself, sufficient cause for
determining that the material is unsuitable. The Contractor shall be
responsible for aeration of excavation or embankment to satisfactory moisture
content for compaction.
2. All embankment and backfill material will be subject to approval by the
Engineer.
G. Material used for the canal embankment fill shall meet the following requirements:
1. Consist of non-expansive soil (EL < 20).
2. Consist of less than 3 percent organic content by weight.
3. Contain a minimum fines content of 20%.
4. Contain no rocks greater than 3-inches in dimension.
5. Maximum Plasticity Index (PI) of 14.
6. If expansive clays (PI greater than 20)are present, the material shall be mixed
with lower plasticity material and/or treated with lime. If non-plastic material
(PI less than 10) is present, the material shall be blended with higher plasticity
material. The determination of the presence of high plasticity or low plasticity
EARTHWORK
31 23 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
material that will require treating and/or blending will be at the desertion of the
Owner's Representative.
H. Aggregates:
1. Class 2 Aggregate Base: material as specified for 3/4" maximum grading in
the State Standard Specifications, Section 26.
2. Material from concrete crushing operations may be used as granular backfill
provided it meets the above requirements.
3. Gravel: Pit run, natural stone; free of shale, clay, friable materials and debris;
graded in accordance with 1-1/2" x 3/4" aggregate grading in Section
90-1.02C, State Standard Specifications.
I. Pea Gravel: Natural stone; washed, free of clay, shale, organic matter; No. 8
minimum to 3/8" maximum size per SSS Section 90-10C(4)(a).
J. Sand: Natural river or bank sand; free of silt, clay, loam, friable or soluble materials,
and organic matter, graded in accordance with ANSI/ASTM C136 within the
following limits:
Sieve Size Percent Passing
No. 4 75-100
No. 200 0-10
K. CONCRETE SLURRY.-
Concrete slurry mix shall be as specified in Section 03 30 00 — Cast-in-Place
Concrete.
L. ENGINEERED FILL MATERIAL UNDER STRUCTURES
1. Native granular soil materials may be used as engineered fill. Pulverized
asphalt concrete or Portland cement concrete may be incorporated into
engineered fill provided no rock pockets or voids are produced. Particles
larger than three inches shall be removed from trench backfill, particles larger
than six inches shall be removed from engineered fill.
2. All imported fill material placed in structural areas shall consist of
predominantly granular soil that is non-expansive, and shall be approved by
the Engineer prior to use.
2.2 WATER
A. As specified in Section 01 51 36 —Watering.
EARTHWORK
31 23 00-7
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 3 EXECUTION
3.1 CLEARING AND GRUBBING
A. As specified in Section 31 11 00 — Clearing & Grubbing.
3.2 GROUND SURFACE PREPARATION
A. Before excavation for and placing basin levee embankment, conveyance channel
embankment, and compacted stockpile areas, complete all clearing, grubbing, and
topsoil stripping. Scarify and re-compact the stripped ground to 90% maximum
density surface. The scarification depth below new embankments and stockpile area
shall be eight inches (8") as indicated on the Plans. Site stripping material shall be
blended with other suitable fill material for reuse in project areas as indicated on the
Plans.
3.3 INSPECTION
A. Verify stockpiled fill to be reused is approved.
B. Verify areas to be backfilled are free of debris, ice, or water, and ground surfaces
are not frozen.
3.4 GENERAL
A. Provide required shoring, sheeting, and slope layback necessary to protect the
excavation, as needed, for the safety of the employees and as required by
applicable State and Federal laws. Provide suitable barricades for public safety,
regardless of trench depth.
B. Upon completion of excavation and before placing forms or structures, notify the
Engineer who will inspect the excavation and may take tests to determine soil-
bearing values.
C. Identify required lines, levels, contours, and datum.
1. Stake and identify the extent of all earthwork operations prior to starting work.
D. Use suitable material removed from excavation before placing backfill.
E. Verify areas to be backfilled are free of debris, snow, ice, or water, and surfaces are
not frozen.
F. Areas under structures or levee embankments shall be compacted to 90 percent of
maximum density or 95 percent for Class 2 Ag Base below structures as shown on
the Plans.
G. Compacted stockpile areas and all other fill and disturbed surfaces shall be
compacted to a minimum of 90 percent relative compaction unless noted otherwise.
H. Contractor shall try to minimize compaction of the final recharge basin floor as much
as possible.
EARTHWORK
31 23 00-8
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.5 PREPARATION
A. Identify required lines, levels, contours, and datum.
3.6 MOISTURE CONTROL
A. Water development, hauling, and application shall be in accordance with State
Standard Specifications Section 10-6, Watering.
3.7 EXCAVATION
A. Excavate the specified areas to construct the conveyance channel and the
compacted stockpile areas to the lines and grades as shown on the Plans or as
directed by the Engineer. The western portion of the basin area is to be excavated
to elevation 231.0. The eastern portion of the basin area shall be excavated to
construct the Base Bid items and further excavation shall occur if any Add Alternate
bid items are awarded. The amount of excavation required to construct the Base Bid
items and any Add Alternate bid items will depend on the actual consolidation and
waste factor at the time of construction. The lines and grades shown for the eastern
portion of the basin area and the quantities shown in the Bid Schedule assume a
consolidation factor of 25%. If the actual consolidation and waste factor is different
than 25%, the earthwork quantities will be increased or decreased accordingly as
needed for construction of the compacted stockpile areas, basin levees and
conveyance channel embankments to the lines and grades shown and specified as
detailed in the Plans and Specifications.
B. Place excavated material in basin levees, conveyance channel embankments, and
compacted stockpile areas as shown in the Plans or as directed by Engineer. If Add
Alternate bid item is awarded, place excess excavated material in area shown in the
Plans or as directed by Engineer.
C. If the Plans require placement of fill prior to pipe, or structure excavation, the fill shall
first be constructed to the design grade shown for a distance each side of the pipe
or structure of not less than five times the diameter of the pipe or the width of the
structure after which the trench shall be excavated and the pipe or structure
installed.
D. Excavate for all foundations, slabs, and/or levee embankments. Remove any
bushes, shrubs, stumps, roots, buried objects, or any objects that interfere with
construction of structure foundations, or as required by the Engineer.
E. Over excavation shall be required a minimum of 2 feet below all concrete structures,
unless shown otherwise on the Plans.
F. Beneath structures and levees, the exposed surface shall be scarified to a depth of
eight inches, conditioned to optimum moisture content and compacted to at least 90
percent of the maximum dry density.
G. If any existing foundations, roots, stumps, debris, waste materials, pipes, or similar
items have been removed, the Contractor shall excavate below these portions to
EARTHWORK
31 23 00-9
Documentl
County of Fresno
Elkhorn Recharge Facility Project
solid undisturbed earth and foundations in these areas shall be built to necessary
levels.
H. If soil conditions in excavations are not in accordance with the geotechnical report
and seem to indicate that footings need not be carried down as deep as shown, or
must be carried deeper, the changes shall be made by the Contractor after approval
by the Engineer.
I. Engineered fill in over excavated areas shall be onsite fill material, free from organic
materials or deleterious substances.
J. For Canal excavation:
1. Care shall be taken to prevent over breakage or loosening of material on
bottoms or side slopes upon or against which lining is to be placed. Where
the original ground surface is below the grade of the canal, the bottom of the
canal shall be over filled, compacted, and subsequently trimmed to the
underside of the lining as prescribed for constructing and compacting the
canal embankments.
2. Except as provided below, the canal shall be excavated to a subgrade and
section as shown on the drawings to provide for the prescribed thickness of
lining.
3. If hardpan is penetrated during the excavation of the canal prism, the entire
cross-section shall be lime treated to a depth of at least 2 feet, perpendicular
to the finished surface.
4. Where unsuitable material is encountered in the foundation, the material will
be quantified by both the Owner's Representative and the Contractor, then
the Contractor shall perform additional excavation to remove the unsuitable
material and the unsuitable excavated material shall be wasted in accordance
with Section 31 23 35— Disposal of Materials.
5. Areas of additional excavation shall be refilled with suitable material to the
canal invert as prescribed for constructing and compacting canal and levee
embankments. "Unsuitable Material" shall not be construed to be material in
which moisture content is outside parameters established by these
Specifications for acceptable foundation.
6. The Contractor shall not be entitled to any additional allowance above the unit
prices in the bid schedule on account of needing additional time for drying
material; for rehandling excavated materials which have been deposited
temporarily in stockpiles; delays or increased costs due to handling wet
material; poor trafficability on the excavated areas, the haul roads, or the
embankment; reduced efficiency of the equipment the Contractor elects to
use; or on account of any other operations or difficulties caused by overly wet
materials. No additional allowance above the unit prices bid in the schedule
will be made because of variation in the proportions of wet and dry materials
which are required to be excavated in order to obtain adequate suitable
material.
EARTHWORK
31 23 00-10
Documentl
County of Fresno
Elkhorn Recharge Facility Project
7. Roads and Ramps
a. In conjunction with construction of canal and levee embankments,
construct access roads and earth ramps adjacent to the canal and
structures. Place material from excavations as embankments for the
roads and ramps.
b. Where the width of a road is not shown in the Drawings it shall have
width of not less than 15 feet. The work required for construction of
access roads and for earth ramps shall include grading to a uniform
surface equivalent to that obtainable with a motor grader to provide for
safe travel with a two-wheel-drive automobile.
3.8 ENGINEERED FILL AND EMBANKMENT CONSTRUCTION
A. Cut out soft areas of subgrade beneath roadways not readily capable of in-situ
compaction. Backfill with Type A or Type B material and compact to density equal
to requirements for subsequent backfill material.
B. Unless otherwise noted, placement and compaction of engineered fill materials for
all fill areas shall be performed according to the provisions of the State Standard
Specifications, Section 19-6. Section 19-6.02A shall be amended to say that large
rocky material or hard lumps larger than three inches in greatest dimension will not
be allowed.
C. Before placing embankment, scarify ground surface to a minimum depth of eight
inches (8") to provide ample bond between old and new material, as shown on the
Plans. Place embankment material in layers not exceeding eight inches, loose
measurement.
D. When necessary, compact subgrade surfaces to density requirements for roadway
embankment backfill material.
E. Use only unfrozen materials. Where compacting of earth materials is required, the
materials shall be deposited in horizontal layers not more than eight inches thick.
Compact each layer before placing the next layer. As the compaction of each layer
progresses, continually level and manipulate to ensure uniform moisture and
density. Add water to obtain optimum moisture content. Removal of excess water
shall be accomplished through aeration by plowing, blading, disking, or other
methods satisfactory to the Engineer. The excavation, placing, moistening, and
compacting operations shall be such that the material will be uniformly compacted
and will be homogeneous, free from lenses, pockets, streaks, voids, and laminations
or other imperfections such that the materials when compacted will be blended
sufficiently to secure the highest practicable density.
F. Insofar as practicable, as determined by the Owner's Representative, moistening of
the material shall be performed at the site of excavation; but if necessary, such
moistening shall be supplemented by sprinkling at the site of compaction.
G. Moisture Content for Clayey and Silty (Cohesive) Materials:
EARTHWORK
31 23 00-11
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. Prior to and during compaction operations, the materials shall have an above
optimum moisture content, but not greater than three percentage points of
optimum moisture content, and the moisture content shall be uniform
throughout each layer. The optimum moisture content is defined as that
moisture content which will result in the laboratory maximum dry density of
the soil as determined using ASTM D1557.
2. If the moisture content is less than optimum for compaction or is greater than
optimum for compaction by more than three percentage points, the
compaction operations shall not proceed, except with the specific approval of
the Owner's Representative, until the material has been wetted or allowed to
dry out, as may be required, to obtain a moisture content within the tolerances
permitted above, and no adjustment in price will be made on account of any
operations of the Contractor in wetting or drying the materials or on account
of any delays occasioned thereby.
H. Moisture Content for Cohesionless Free-draining Materials: Prior to and during
compaction operations, the materials shall have a moisture content at least equal to
the optimum moisture content and shall be uniform throughout each layer. The
optimum moisture content is defined as that moisture content which will result in the
laboratory maximum dry density of the soil as determined using ASTM D1557 (or
ASTM D698).
I. When the material has been conditioned as herein before specified, it shall be
compacted by rollers or by hand or power tampers. Where hand or power tampers
are used to compact soils in confined areas such as under pipe, they shall be
equipped with suitably shaped heads to obtain the required density.
J. Backfill systematically, as early as possible, to allow maximum time for natural
settlement. Do not backfill over porous, wet, or spongy subgrade surfaces.
K. Employ a placement method that will not disturb or damage underground pipe or
conduits.
L. Water packing or jetting shall not be allowed for compaction of any backfill.
M. ROLLERS
1. Rollers used for compacting earth materials shall have staggered and
uniformly spaced tamping feet and be of sufficient weight for proper
compaction.
2. The tamping heads and cleaner bars shall be properly maintained, and the
spaces between the tamping feet shall be kept clear of materials which impair
the effectiveness of the tamping rollers.
3.9 EXCAVATION FOR CONCRETE STRUCTURES
A. Identify required lines, levels, contours, and datum.
1. Stake and identify the extent of all earthwork operations prior to starting work.
EARTHWORK
31 23 00-12
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. Carefully excavate to the established lines and grades shown on the drawings, or
as revised and approved by the engineer, to provide a firm, uniform, and unyielding
foundation for the proposed structures.
C. Excavations for all footings, piers, finished walls and grade beams shall be
sufficiently large so that forms for concrete may be properly placed, removed, and
inspected.
1. Excavation for footings may be made to the net footing size plus two inches
if the earth banks are sufficiently stable to remain in position until the concrete
is in place and if approved by the Engineer.
D. The bottoms of footings, piers, slabs, walls, and grade beams to receive concrete
shall be level before placing concrete. All foundations shall rest on firm bearing in
undisturbed soil, or on controlled compacted fill.
1. The exposed subgrade surface shall be scarified to a depth of 8 inches,
conditioned to optimum moisture content and compacted to at least 90
percent of the maximum dry density.
E. Provide required shoring, sheeting, and slope layback necessary to protect the
excavation, as needed, for the safety of the employees and as required by
applicable State and Federal laws. Provide suitable barricades for public safety,
regardless of trench depth.
F. Upon completion of excavation and before placing forms or structures, notify the
Engineer who will inspect the excavation and may take tests to determine soil-
bearing values. If soil conditions in excavations are not in accordance with the
geotechnical report and seem to indicate that footings need not be carried down as
deep as shown, or must be carried deeper, the changes shall be made by the
Contractor after approval by the Engineer.
1. Over excavation shall be required a minimum of 2 feet below all concrete
structures, unless shown otherwise on the Plans.
2. Engineered fill in over excavated areas shall be onsite fill material, free from
organic materials or deleterious substances.
G. Use suitable material removed from excavation before placing backfill.
H. Verify that stockpiled fill to be reused is approved by the Engineer.
I. Verify areas to be backfilled are free of debris, snow, ice, or water, and surfaces are
not frozen.
J. Unless otherwise shown in the Plans, all backfill shall conform to Section 19-3 of the
State Standard Specifications.
K. Do not place backfill against concrete until concrete has cured sufficiently to accept
the load as determined by Section 19-3.03E of the State Standard Specifications.
EARTHWORK
31 23 00-13
Documentl
County of Fresno
Elkhorn Recharge Facility Project
L. Place and compact common fill material in continuous layers not exceeding eight
inches loose depth.
M. Employ a placement method so not to disturb or damage pipes or utilities.
N. Maintain optimum moisture content of backfill materials to attain required
compaction density.
3.10 TRENCH EXCAVATION AND BACKFILLING
A. Refer to Section 31 23 17 —Trenching, Backfilling, and Compacting.
3.11 UTILITY INSTALLATION
A. Utility Installation: Shape the trench bottom to ensure uniform contact with the full
length of the installed line and remove any sharp-edged materials that might
damage the line. Compaction shall be maintained beneath the line.
3.12 SAND CEMENT SLURRY, CONCRETE ENCASEMENT AND THRUST BLOCKS
A. Concrete
1. Place as shown on the Plans and in accordance with Section 03 30 00—Cast-
In-Place Concrete.
B. Slurry Cement
1. Slurry Cement is also referred to as Controlled Low Strength Material (CLSM).
2. Place as shown on the plans and in accordance with State Standard
Specifications, Section 19-3.03F.
3.13 CONTROL OF WATER
A. The contactor shall keep all excavation free from water. Furnish, install, maintain,
and operate all necessary pumping and other equipment for dewatering of
excavations. The contractor shall at all times have on the project sufficient pumping
equipment for immediate use, including stand by pumps for use in case other pumps
become inoperable
B. The dewatering operation shall be continuous, so that the excavated areas are kept
free from water during the construction, until backfill has been placed to a sufficient
height to anchor the work against possible floatation.
C. Dewatering devices shall be adequately filtered to prevent the removal of fines from
the soil.
D. Repair any damage caused by the failure of any part of the protective works.
Remove temporary protective works when they are no longer needed for dewatering
purposes.
EARTHWORK
31 23 00-14
Documentl
County of Fresno
Elkhorn Recharge Facility Project
E. Any drain rock required in the trench bottom to convey water or stabilize wet soil
shall be included at no extra cost to the owner.
F. Provision of dewatering and dewatering equipment shall be considered part of the
project with no additional compensation allowed.
3.14 SURPLUS MATERIAL
A. Unless otherwise specified, surplus excavated material shall be used to uniformly
flatten basin floor slopes.
3.15 SHORING AND SHEETING
A. Construct and maintain all shoring, sheeting, and slope layback necessary to protect
the excavation, as needed, for the safety of the employees and as required by
applicable State and Federal laws. Provide suitable barricades for public safety,
regardless of trench depth.
3.16 DEWATERING
A. Refer to Section 31 23 19 — Dewatering.
3.17 UNSUITABLE MATERIAL
A. Unsuitable material shall be excavated and disposed of in a lawful manner off the
project site in accordance with Section 31 23 35—Disposal of Materials. All disposal
shall be approved by the Engineer prior to initiating the work.
3.18 SURFACE FINISH WORK
A. Open Areas: Grade all disturbed areas, blending with adjacent terrain without a
noticeable break. Bring all sub-grades to specified contours, even and properly
compacted.
B. Drainage Swales: Restore drainage ditches and grade swales to appropriate line
and grade, using approved surface erosion prevention techniques and as indicated
on the Contract Documents.
C. Clean Up: Remove all rubbish and excess material for disposal as approved, and
leave area in a neat, satisfactory condition.
3.19 TOLERANCES
A. Tolerances are defined as allowable variations from specified lines, grades, and
dimensions. The intent of this paragraph is to establish tolerances that are
consistent with modern construction practice, yet are governed by the effect that
permissible variations may have upon the construction.
B. Variations from specified lines, grades, and dimensions:
Finish Grading Tolerance: ±0.10 foot
EARTHWORK
31 23 00-15
Documentl
County of Fresno
Elkhorn Recharge Facility Project
When subbase of base material to be placed on the ±0.10 foot
grading plane is to be paid for by the ton, the grading
plane at any point shall not vary more than
When the material to be placed on the grading plane is ±0.05 foot
to be paid for by the cubic yard, the grading plane at
any point shall be not more than
When aggregate base is to be placed on the grading ±0.05 foot
plane, the grading plane at any point shall not vary
more than
Variation in elevation for invert of canal and roads from ±0.10 foot
those specified
Variation from specified width of section at any height ±0.25 foot
Departure from established alignment on tangents 0.30 foot
along the canal
Departure from established alignment on curves along 0.50 foot
the canal
C. Variation is defined as the distance between the actual dimension and grade of the
canal cross section or alignment and the specified position in plan for the canal cross
section or alignment. Plus or minus variations indicate a permitted actual position
up or down and in or out from the specified position in plan. Variations not
designated as plus or minus indicate the maximum deviation permitted between
designated successive points on the completed element of construction.
END OF SECTION
EARTHWORK
31 23 00-16
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 31 23 17
TRENCHING, BACKFILLING AND COMPACTING
PART 1 GENERAL
1.1 WORK INCLUDED
A. This section includes material, testing, and installation for trench excavation,
backfilling and compacting.
1.2 RELATED WORK
A. Section 31 11 00 — Clearing and Grubbing
B. Section 31 23 00 — Earthwork
C. Section 40 05 00 — Pipe and Fittings
1.3 REFERENCES
A. ANSI/ASTM C136— Sieve Analysis of Fine and Coarse Aggregates.
B. ANSI/ASTM D1556 — Density of Soil and base rock in Place by Sand-Cone
Method.
C. ANSI/ASTM D1557 — Moisture-Density Relations of Soils and Sol-Aggregate
Mixture Using 10 lb (4.54 kg) Hammer and 18-inch (457 mm) Drop.
D. ASTM D6938 — Density of soil and base rock in place by Nuclear method.
E. ASTM D2937 — Density of soil and in place by Tube method.
F. Section 19 — Earthwork, State Standard Specifications.
G. Section 26 —Aggregate Bases, State Standard Specifications.
H. Geotechnical Engineering Investigation entitled Elkhorn Recharge Facility Project,
Northeast Corner of Elkhorn Avenue and Highway 41, Fresno County, California,
dated January 26, 2024.
1.4 SUBMITTALS
A. Submit plans as required for worker protection against caving ground in
excavations. Submittals shall be in accordance with the General Conditions and
Section 01 33 00 — Submittals Procedures.
1.5 SAMPLES
A. Submit samples under provisions of Section 01 43 00 — Quality Control and
Testing.
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.6 PROTECTION
A. Protect excavations by shoring, bracing, sheet piling, underpinning, or other
methods required to prevent cave-in or loose soil from falling into excavation.
1. Trenches shall have sloping, sheeting, shoring, and bracing conforming with
29CFR1926, Subpart P—Excavations, CAL/OSHA requirements, and the
Contract Documents.
B. Notify Engineer of unexpected subsurface conditions.
C. Protect bottom of excavations and soil adjacent to and beneath foundations from
frost.
D. When the pipe laying is not in progress, including the noon hours, close the open
ends of pipe. Do not allow trench water, animals or foreign material to enter the
pipe.
1.7 QUALITY ASSURANCE
A. Compaction Testing:
1. All compaction testing shall be in accordance with Section 01 43 00 - Quality
Control and Testing.
1.8 CONTROL AND DIVERSION OF WATER
A. General —The Contractor shall furnish or procure all materials and labor required
for constructing and maintaining all necessary cofferdams, channels, flumes,
drains, sumps, and/or other temporary diversion and protective works and shall
furnish, install, maintain, and operate all necessary pumping and other equipment
for removal of water from the various parts of the work and for maintaining the
foundations and other parts of the work free from water.
B. Plan — Prior to beginning any work on the removal of water from trenches, the
Contractor shall submit for the Engineer's approval a water control plan showing
his proposed method for the removal of water from trenches and other parts of the
work.
C. Dispose of the water in a manner that will prevent damage to the adjacent property
and in accordance with regulatory requirements.
D. Do not drain trench water through the pipeline under construction.
1.9 PROJECT CONDITIONS
A. Underground utilities may exist at this site. Contractor shall take all necessary
precautions to protect said utilities. Notify Engineer of any deviation in utility
location from that which is shown on the drawings.
B. Obtain all required permits and licenses before installing utilities and follow the
rules and requirements of the authority having jurisdiction.
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
C. Arrange construction sequences to provide the shortest practical time that the
trenches will be open to avoid hazard to the public, and to minimize the possibility
of trench collapse.
PART 2 MATERIALS
2.1 NATIVE EARTH BACKFILL
A. Native earth backfill used above the pipe zone shall be fine-grained materials free
from roots, debris, and rocks larger than 3 inches.
2.2 MATERIALS FOR TRENCH BACKFILLING
A. Furnish required bedding, select backfill and backfill materials listed under the
appropriate types of utility line in the sections to which this work relates.
B. All fill material will be subject to the approval of the Engineer.
C. Materials used in backfill, as shown in trench details, are defined as follows:
1. Bedding: When rock, unstable material, or wet trench is encountered at the
excavated grade for utility installation, bedding is required. Materials shall
be predominantly sand and gravel, having a Plasticity Index less than 6.
a. Gradation as follows:
Sieve Size Percent Passing
'/2 inch 100
No. 4 50-80
No. 200 10-25
b. Bedding material shall have a Sand Equivalent of 30, per
ASTM D2419.
2. Bedding may be omitted if, in the opinion of the Engineer, the excavated
trench bottom will adequately support and not damage the utility line.
3. Select Backfill: Materials shall be predominantly sand and gravel, having a
Plasticity Index less than 6.
a. Gradation as follows:
Sieve Size Percent Passing
1'/2 inch 100
No. 4 50-80
No. 40 10-25
b. Select backfill material shall have a Sand Equivalent of 30 per
ASTM D2419.
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
4. Backfill: Soils that contain no rock larger than three inches at greatest
dimension. If expansive clays are present, such content shall not exceed
one-third of the material by volume, and shall be well mixed with non-
cohesive soils.
2.3 SELECT AND IMPORT MATERIAL IN PIPE AND BEDDING ZONE
A. Gravel: Pit run, natural stone; free of shale, clay, friable materials and debris;
graded in accordance with 1'/2" x 3/4" aggregate grading in Section 90-1.02C(4),
State Standard Specifications.
B. Pea Gravel: Natural stone; washed, free of clay, shale, organic matter; 1/4-inch
minimum to 5/8-inch maximum size.
C. Sand: Natural river or bank sand; free of silt, clay, loam, friable or soluble
materials, and organic matter, graded in accordance with Section 19-3.02F(2),
State Standard Specifications.
D. Imported sand shall have a sand equivalent of 30 per ASTM D2419.
2.4 SAND-CEMENT SLURRY
A. Sand-cement slurry backfill shall be as specified in Section 03 30 00 — Cast-in-
Place Concrete.
2.5 WATER FOR COMPACTION
A. Water shall be free of organic materials injurious to the pipe coatings, have a pH of
7.0 to 9.3, maximum chloride concentration of 500 mg/I, and a maximum sulfate
concentration of 500 mg/I.
PART 3 EXECUTION
3.1 GENERAL
A. Excavation and backfilling of trenches used for construction of communications,
power, process piping, and water distribution and sewer systems shall conform to
State Standard Specifications, Section 19, Earthwork.
B. Excavation shall be by open cut except that short sections of a trench may be
tunneled if the utilities can be safely and properly installed and backfill can be
properly compacted in such tunnel sections.
3.2 INSPECTIONS
A. Verify stockpiled material has been approved for reuse.
B. Verify areas to be backfilled are free of debris, snow, ice, or water, and surfaces
are not frozen.
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.3 PREPARATION
A. Identify required lines, levels, contours, and datum.
3.4 AC PAVEMENT AND CONCRETE REMOVAL
A. Cut bituminous and concrete pavements, regardless of the thickness, curbs,
gutters and sidewalks prior to excavation of trenches.
1. Width of material removed shall be at least equal to the required width of the
trench at ground surface.
2. Width of material removed shall be as shown on the Plans.
3. AC pavement and concrete rubble shall not be used for trench backfill.
3.5 TRENCH EXCAVATION
A. Excavate the trench to the lines and grades shown on the Drawings for storm
sewer, sanitary sewer, water, and other utilities and points of connection, with
allowance for pipe thickness, sheeting and shoring if used, and for special
bedding.
B. Paved Areas: Cut existing pavement to full depth to a true line before excavation
and maintain the edge suitable for repaving. Pavement removed shall not be used
as backfill.
C. Trenching Guidelines: Excavate the trench to the approximate level of the grade
of the utility line to be installed, using adequate trench width and side slopes to
safely accommodate worker access.
1. Rocky Trench Bottom: Where ledge rock, hard pan, boulders, or sharp-
edged materials are encountered, over excavate a minimum depth of 6
inches below the bottom of the utility exterior wall to permit adequate
bedding preparation. The installed utility shall have at least 6 inches of
clearance from any rock protrusion.
2. Unstable Trench Bottom: Secure approval of depth of over-excavation and
stabilization method. For wet trench construction, use approved method of
dewatering through diversion, damming and pumping, well points, or
underdrain systems. Dispose of removed fluidized materials as approved.
Use bedding material to build a suitable foundation to within 6 inches of
finished utility grade, prior to bedding with the specified material. Compact
layers to 95 percent of maximum density in not greater than 6-inch layers.
Do not proceed with utility installation until wet trench and unstable conditions
are corrected to the satisfaction of the Engineer.
D. Remove areas of sub-grade not readily capable of it-situ compaction.
1. Backfill with Bedding or Select Backfill material and compact to density
equal to requirements for subsequent backfill.
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
E. Correct unauthorized excavation at no cost to Owner.
1. If the trench is excavated below the required grade, refill any part of the
trench excavated below the grade.
2. Place the refilling material over the full width of trench in compacted layers
not exceeding eight inches deep to the established grade with allowance for
special bedding.
F. Trench widths in the pipe zone shall be as shown on the drawings. If no details
are shown, maximum width shall be 24 inches greater than the pipe outside
diameter.
1. Trench width at the top of the trench will not be limited except where width of
excavation would undercut adjacent structures and footings. In such case,
width of trench shall be such that there is at least two feet between the top
edge of the trench and the structure or footing.
G. Hand trim for bell and spigot pipe joints.
H. Remove lumped soil, boulders and rock.
I. Excavation shall not interfere with normal 45 degree bearing splay of foundations.
J. During trench excavation, place the excavated material only within the working
area. Do not obstruct roadways or streets. Conform to federal, state, and local
codes governing the safe loading of trenches with excavated material.
K. Foundation stabilization
1. After the required excavation has been completed, the Engineer will inspect
the exposed subgrade to determine the need for any additional excavation.
It is the intent that additional excavation be conducted in all areas within the
influence of the pipeline where unsuitable materials exist at the exposed
subgrade. Over excavation shall include the removal of all such
unacceptable material that exists directly beneath the pipeline to a width 24
inches greater than the pipe outside diameter and to the depth required.
3.6 LENGTH OF OPEN TRENCH
A. Limit the length of open trench to 600 feet in advance of pipe laying or amount of
pipe installed in one working day.
B. Complete backfilling, temporary or first layer paving, not more than 400 feet in the
rear of pipe laying operation.
3.7 TRENCH EXCAVATION IN EMBANKMENT AREAS
A. Construct and compact the embankment to an elevation one foot, minimum, over
the top of the largest pipe or conduit to be installed prior to trench excavation.
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.8 UNSUITABLE MATERIAL
A. Unsuitable material shall be excavated and disposed of in a lawful manner off the
project site, all disposal shall be approved by the Engineer prior to initiating the
work.
3.9 DEWATERING
A. The Contractor shall keep all excavation free from water. Furnish, install,
maintain, and operate all necessary pumping and other equipment for dewatering
of excavations. The Contractor shall at all times have on the project sufficient
pumping equipment for immediate use, including stand-by pumps for use in case
other pumps become inoperable.
B. The dewatering operation shall be continuous, so that the excavated areas are
kept free from water during the construction, until backfill has been placed to a
sufficient height to anchor the work against possible floatation.
C. Dewatering devices shall be adequately filtered to prevent the removal of fines
from the soil.
D. Repair any damage caused by the failure of any part of the protective works.
Remove temporary protective works when they are no longer needed for
dewatering purposes.
E. Any drain rock required in the trench bottom to convey water or stabilize wet soil
shall be included at no extra cost to the Owner.
F. Provision of dewatering and dewatering equipment shall be considered part of the
project with no additional compensation allowed.
3.10 TRENCH BACKFILLING
A. Support pipe during placement and compaction of bedding fill.
B. Backfilling and cleanup work shall be accomplished as sections of pipe or conduit
are tested and approved. Vehicular travel through the work site shall be impeded
or obstructed as little as possible.
C. Compaction: Use vibratory compactors for sands and gravels (non-cohesive
soils). Use mechanical tampers for sand and gravel containing a significant
portion of fine-grained materials, such as silt and clay (cohesive soils). Hand tamp
around pipe or cable to protect the lines until adequate cushion is attained.
Puddling or water flooding for consolidation of backfill or compaction by wheel
rolling will not be permitted.
D. Bedding: Unless otherwise specified, compact the specified material to 95 percent
of maximum density to the finished utility grade.
E. Select Backfill: Fill by hand placement around the utility to just over half depth,
and compact in a manner to ensure against lateral or vertical displacement. Place
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-7
Documentl
County of Fresno
Elkhorn Recharge Facility Project
select backfill to 12 inches above the utility line by hand placement in not more
than 6-inch layers.
F. Backfill: To minimize settling, soils shall be backfilled in layers, with each layer
compacted prior to addition of the next layer. Unless otherwise specified, place
and compact the specified material as follows:
1. Vehicular Traffic Areas: Fill and compact in 8-inch maximum layers as
follows:
a. From top of select backfill to two feet below top of subgrade, compact
to 90 percent of maximum density.
b. From two feet below top of subgrade to top of subgrade, compact to
95 percent of maximum density.
2. Non-traffic Areas: Fill and compact in 8-inch maximum layers to 90 percent
of maximum density.
G. Employ a placement method that will not disturb or damage pipe or utilities.
H. Maintain optimum moisture content of backfill materials to attain required
compaction density.
I. Compact trench backfill to the specified relative compaction. Compact by using
mechanical compaction or hand tamping. Do not use high impact hammer type
equipment except where the pipe manufacturer warrants in writing that such use
will not damage the pipe.
J. Compact material placed within 12 inches of the outer surface of the pipe by hand
tamping only.
1. Carefully place the material around the pipe so that the pipe barrel is
completely supported and that no voids or uncompacted areas are left
beneath the pipe.
2. Use particular care in placing material on the underside of the pipe to
prevent lateral movement during subsequent backfilling.
K. After pipe has been bedded, place pipe zone material simultaneously on both
sides of the pipe, in maximum 8-inch lifts, keeping the level of backfill the same on
each side.
L. Do not use any axle-driven or tractor-drawn compaction equipment within 5 feet of
building walls, foundations, and other structures.
M. Do not permit free fall of the material until at least two feet of cover is provided
over the top of the pipe. Do not drop sharp, heavy pieces of material directly onto
the pipe or the tamped material around the pipe. Do not operate heavy equipment
over the pipe until at least 3 feet of backfill has been placed and compacted over
the pipe.
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-8
Documentl
County of Fresno
Elkhorn Recharge Facility Project
N. Remove surplus backfill materials from site.
O. Leave stockpile areas completely free of excess fill materials.
3.11 TOLERANCES
A. Top Surface of Backfilling: ±0.1 foot.
3.12 SAND CEMENT SLURRY, CONCRETE ENCASEMENT AND THRUST BLOCKS
A. Place in accordance with the Contract drawings.
3.13 COMPACTION REQUIREMENTS
A. Relative compaction requirements shall be as shown on the Plans.
END SECTION
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-9
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
TRENCHING, BACKFILLING AND COMPACTING
31 23 17-10
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 31 23 19
DEWATERING
PART 1 GENERAL
1.1 WORK INCLUDED
A. This section includes designing, furnishing, installing, operating, maintaining, and
removing a dewatering system. The system shall be of sufficient size and capacity
to maintain a dry condition for construction of each part of the work without delaying
construction operations. Control all water regardless of source. Comply with
applicable environmental protection laws and requirements in operation of the
dewatering system.
1.2 RELATED WORK
A. Section 01 33 00 —Submittal Procedure
B. Division 31 - Earthwork
1.3 DATA AVAILABLE
A. Logs of test borings, test pits, and trench excavations performed are shown in the
geotechnical report (see Section 31 23 00). The subsurface conditions from the test
borings and excavations apply only to the locations of the borings and at the times
of the explorations. The subsurface conditions elsewhere at the site and at the time
of construction may be different.
1.4 SUBMITTALS
A. Submit shop drawings in accordance with the General Conditions and Section 01
33 00— Submittal Procedures.
B. Submit information on the proposed type of dewatering system including the
arrangement, location and depths of system components.
C. Complete description of equipment and instrumentation to be used with installation
including operation and maintenance procedures.
D. Type and sizes of desiltation equipment.
E. Method of disposal of pumped water.
PART 2 PRODUCTS
Not used.
DEWATERING
31 23 19-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 3 EXECUTION
3.1 GENERAL
A. Review and evaluate the available subsurface data for the project site with respect
to required dewatering facilities, including any additional groundwater monitoring
data required.
B. Provide means and devices to remove promptly and dispose of water entering
excavations and keep the bottoms of the excavations firm and free of standing water
and side slopes stable until the pipeline or structures to be constructed are
completed and/or the backfill to be placed therein has been placed.
C. Perform the pumping and dewatering operations such that no disturbance to the
bearing soil or to soil supporting any other work will result from the dewatering
operations. The dewatering discharge shall not cause siltation or other negative
environmental impact on natural waterways or other property; such discharge shall
be in accordance with applicable federal, state, and local regulations.
D. Operate the dewatering system continuously to prevent flotation of partially
completed pipelines, structures or other work and flooding/excess wetting of work
areas.
3.2 DEWATERING REQUIREMENTS
A. Design, furnish, install, maintain, and operate a dewatering system which shall
prevent loss of fines, boiling, quick conditions, or softening of foundation strata and
maintain stability of bottoms of excavations so that every phase of the work can be
performed in the dry with the exception of dredging. Prior to placement of concrete
or pipe the subgrade shall be in a firm, well drained condition and of adequate and
uniform load bearing nature to support construction personnel, materials, equipment
and reinforcing steel mats without tracking, rutting, heaving or settlement. All soft,
saturated or otherwise unsuitable material shall be removed and replaced with
approved backfill.
B. Water levels shall be a minimum of 2 feet below subgrade until all backfill is placed
and compacted.
3.3 INSTALLATION AND OPERATION
A. The location of every element of the dewatering system shall be such that
interference with excavation and construction activity is minimized.
B. Demonstrate to the Owner's Representative that the dewatering system meets the
specified requirements.
C. When the dewatering system does not meet the specified requirements and, as a
consequence, loosening or disturbance of the foundations strata, instability of the
slopes, or damage to the foundations or structures occurs, provide materials, labor,
and work for restoration of foundations soil, fill soils, slopes, foundations, or
structures at no cost to the Owner.
DEWATERING
31 23 19-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
D. When the dewatering system does not meet the specified requirements and
consequently fill surfaces become too wet or the fill exceeds the specified moisture
content, remove and replace the upper materials with materials placed and
compacted to the specifications. Do not dry out overly wet fills resulting from failed
or inadequate dewatering systems or mix with dry material and rework in-place to
meet applicable fill specifications.
3.4 STANDBY EQUIPMENT
A. Provide standby pumping and power equipment of sufficient capacity to maintain
the dewatering system in an operable condition in the event of failure of any of the
original equipment or power.
3.5 DAMAGES
A. The Contractor shall be responsible for and shall repair without cost to the Owner
any damage to work in place, other contractors' equipment, and the excavation,
including damage to the bottom of the excavation due to heave and removal of
material and pumping out of the excavated area that may result from the
Contractor's negligence, inadequate or improper design and operation of the
dewatering system, and any mechanical or electrical failure of the dewatering
system.
3.6 REMOVAL
A. Remove the components of the dewatering system from the site at the completion
of the dewatering work.
END SECTION
DEWATERING
31 23 19-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
DEWATERING
31 23 19-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 31 23 35
DISPOSAL OF MATERIALS
PART 1 GENERAL
1.1 WORK INCLUDED
A. Disposal of unsuitable material, concrete, asphalt concrete, rubbish, and other
debris, as described below.
1.2 RELATED WORK
A. Section 01 57 23 — Storm Water Pollution Prevention Plan
B. Section 01 57 27 — Dust Control
C. Section 03 33 00 — Cast-In-Place Concrete
D. Division 31 - Earthwork
1.3 SUBMITTALS
A. Submittals shall be in accordance with the General Conditions and Section 01 33
00 - Submittal Procedures.
1.4 GENERAL
A. The Contractor shall be responsible for the cleanup and disposal of waste materials
and rubbish. The disposal of waste materials and rubbish shall be in accordance
with applicable Federal, State, and local laws and regulations, and with the
requirements of this paragraph. Should a conflict exist in the requirements for
cleanup and disposal of waste materials, the most stringent requirement shall apply.
B. The Contractor shall keep records of the types and amounts of waste materials
produced, and of the disposal of all waste materials on or off the jobsite.
C. The cost of disposing of waste materials other than unsuitable materials shall be
included in the prices bid in the schedule for other items of work.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
3.1 DISPOSAL OF EXCAVATED MATERIAL
A. All excess excavated earth material, or surplus soil, shall remain onsite and placed
as indicated on the Plans.
DISPOSAL OF MATERIALS
31 23 35-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. All unsuitable material that is removed during clearing and grubbing operations and
hauled off-site shall be properly disposed.
3.2 DISPOSAL OF CONCRETE AND A.C. SURFACING
A. All concrete, A.C., and pavement removed from the project site shall be disposed of
at a site obtained by the Contractor and approved by the Owner's Representative.
No recyclable material shall be disposed of at any landfill. All disposable recyclable
materials shall be disposed in a manner that facilitates recycling. Payment for
disposal, including all costs of hauling, shall be as specified in the Technical
Specifications or Explanation of Bid Items. The Contractor shall report quantities of
disposed material in a manner that enables the Owner to utilize diverted quantities
as diversion credits pursuant to California Integrated Waste Management Act of
1989 (Public Resources Code Sections 40000 et seq.)
3.3 DISPOSAL OF OTHER DEBRIS
A. All pipe sections, pump equipment, electrical equipment, oil cake, wood debris,
structure demolition, vegetation and any other debris removed from the project site
(Bid Item 8 — Site Demolition at Well Sites, Bid Item 9 — Remove and Dispose of
Irrigation Pipe Sections, and Bid Item 10 — Remove and Dispose of Existing
Asbestos Cement Pipe Section) shall be legally disposed of at a site(s) obtained by
the Contractor with prior written permission of the Owner's Representative.
Contractor shall identify the proposed Disposal Site(s) at the pre-construction
conference. Such Disposal Site(s) shall be a properly licensed and permitted facility
pursuant to state and local regulations for purposes of accepting delivery of the
respective materials. No recyclable material shall be disposed of at any landfill. All
disposable recyclable materials shall be disposed in a manner that facilitates
recycling. In addition to the following, a certificate of compliance stating disposal
location and manner of disposal of recyclable materials shall be submitted to the
Owner's Representative.
1. Disposal of combustible materials shall be by removal from the construction
area. Disposal of combustible materials by burning will not be permitted.
Disposal of waste materials by burying will not be permitted.
2. Waste materials shall be disposed of or recycled at a State approved disposal
or recycle facility. The Contractor shall make any necessary arrangements
with private parties, and State and county officials pertinent to locations and
regulations of such disposal or recycle facilities, and shall pay any fees or
charges required for such disposition.
3.4 CONTRACTOR'S DISPOSAL SITES
A. Contractor shall make arrangements for disposing of the materials at the Disposal
Site(s) and pay all costs involved. Arrangements shall include, but not be limited to,
obtaining written authorization from the property owner of the Disposal Site(s) and
before disposing of any material off the project site, Contractor shall furnish to the
Owner's Representative the authorization or a certified copy thereof together with a
written release from the property owner absolving the Owner from any and all
responsibility in connection with the disposal of material on the property of the
DISPOSAL OF MATERIALS
31 23 35-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
Disposal Site(s). Before any material is disposed of on the Disposal Site(s), the
Contractor shall obtain written permission from the Owner's Representative to
dispose of the material at the location designated in the authorization.
B. It is expressly understood and agreed that the Owner assumes no responsibility to
the Contractor whatsoever by the granting of such permission and Contractor shall
assume all risks in connection with the use of the Disposal Site(s). The Contractor
is cautioned to make such independent investigation and examination as the
Contractor deems necessary to be satisfied as to the quantity and types of materials
which may be disposed of on the Disposal Site(s) and the status of any permits or
licenses in connection therewith.
C. Within 24 hours of removing the respective material from the project site for disposal,
Contractor shall provide Owner's Representative with a certified copy of the weight
slip from the Disposal Site obtained by Contractor upon delivery of such debris, and
a certified statement from Contractor identifying the material constituting the debris
and that it was disposed of at the Disposal Site (identifying the and name of the
owner) in accordance with all laws and applicable regulations promulgated by
Federal, State, regional, or local administrative and regulatory agencies.
3.5 DISPOSAL OF HAZARDOUS WASTE AND MATERIALS
A. Materials or wastes, defined as hazardous by 40 CFR 261.3, or by other Federal,
State, or local laws or regulations, used by the Contractor or discovered in work or
storage areas, shall be disposed of in accordance with these specifications and
applicable Federal, State, and local laws and regulations. Unknown waste materials
that may be hazardous shall be tested, and the test results shall be submitted to the
Owner's Representative for review.
B. Waste materials known or found to be hazardous shall be disposed of in approved
treatment or disposal facilities. Hazardous wastes shall be recycled whenever
possible. A copy of all hazardous waste manifest shall be sent to the Owner's
Representative.
C. Waste materials discovered at the construction site shall immediately be reported to
the Owner's Representative. If the waste may be hazardous, the Owner's
Representative may order delays in the time of performance or changes in the work,
or both. If such delays or changes are ordered, an equitable adjustment will be
made in the contract in accordance with the applicable clauses of the contract.
D. If necessary, the Contractor will be required to conduct an environmental site
assessment at the following Contractor use locations:
1. All hazardous waste accumulation areas;
2. All hazardous material and petroleum dispensing and storage areas where
the aggregate storage of hazardous materials or petroleum at the site is or
has been over 110 gallons.
3. This site assessment shall be performed by a qualified environmental
consultant or equivalent and shall document through appropriate analytical
DISPOSAL OF MATERIALS
31 23 35-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
sampling that the site is free of the effects of contamination (i.e., contaminant
concentrations less than State action cleanup levels).
3.6 CLEANUP
A. The Contractor shall keep work and storage areas free from accumulations of waste
materials and rubbish, and before completing the work, shall remove all plant
facilities, buildings, including concrete footings and slabs, rubbish, unused
materials, concrete forms, and other like materials, which are not a part of the
permanent work.
B. Upon completion of the work, and following removal of construction facilities and
required cleanup,work areas shall be regraded and left in a neat manner conforming
to the natural appearance of the landscape.
END SECTION
DISPOSAL OF MATERIALS
31 23 35-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 31 37 10
RIPRAP
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work of this section consists of furnishing and placing rock riprap for
embankment and channel protection.
1.2 REFERENCES
A. Section 72 — Slope Protection, State Standard Specifications.
1.3 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittal
Procedures.
B. Manufacturer's installation instructions for geotextile fabric.
PART 2 PRODUCTS
2.1 GEOTEXTILE FABRIC
A. Non-woven drainage fabric, shall be Mirafi 140NC as manufactured by TenCate
Geosynthetics, Pendergrass, GA 30567, or Engineer approved equivalent.
B. Provide securing pins recommended by fabric manufacturer and fold back as shown
on the drawings.
2.2 RIPRAP
A. Riprap shall be Class No 2 as specified in Section 72-2.02 of the State Standard
Specifications.
PART 3 EXECUTION
3.1 EXCAVATION
A. Excavate as shown and as necessary to accept variation in stone size. Obtain
Contracting Officer's approval of subgrade before placing geotextile fabric or riprap.
3.2 GEOTEXTILE FABRIC
A. Place on smooth, uniform slope, loosely enough to conform to minor surface
irregularities. Follow manufacturer's recommendations for making laps and for
fastening and securing. Repair or replace fabric that has been damaged to stone
placement. Re-lay fabric that becomes dislodged.
RIPRAP
31 37 10-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.3 PLACEMENT
A. Placement shall be Method B as specified in Section 72-2.03C of the State Standard
Specifications
END SECTION
RIPRAP
31 37 10-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 32 11 23
AGGREGATE BASE
PART 1 GENERAL
1.1 WORK INCLUDED
A. Furnish, spread, and compact aggregate base in roadways, driveways and other
paved areas as shown on the Plans.
B. The work of this section consists of furnishing and placing aggregate base material
and/or lean concrete base materials, and filler if required, on the prepared subgrade.
1.2 RELATED WORK
A. Division 31 - Earthwork
B. Section 32 12 13 — Bituminous Prime and Tack Coat
C. Section 32 12 16 —Asphalt Concrete Paving
1.3 REFERENCES
A. Section 10-6—Watering, State Standard Specifications.
B. Section 26—Aggregate Bases, State Standard Specifications.
C. Section 28-2 - Lean Concrete Base, State Standard Specifications.
D. ANSI/ASTM C136— Sieve Analysis of Fine and Coarse Aggregates.
E. ANSI/ASTM D1557 — Moisture-Density Relations of Soils and Soil-Aggregate
Mixture Using 10 lb (4.54 kg) Hammer and 18-inch (457 mm) Drop.
F. ANSI/ASTM D1556 — Density of Soil and Base Rock in Place by
Sand-Cone Method.
G. ASTM D6938 — Density of Soil and Base Rock in Place by
Nuclear Method.
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00—Submittal Procedures.
B. If materials are obtained from a commercial source, submit certification from the
supplier certifying that aggregate base course meets the requirements of this section.
C. Copies of certified weight tickets for each load of aggregate delivered to the project
site.
AGGREGATE BASE
3211 23-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.5 QUALITY ASSURANCE
A. Relative Compaction:
1. All costs for initial compaction tests shall be borne by the Owner. All areas
that fail to meet the minimum compaction requirements shall be reworked as
required by the Engineer and retested until minimum compaction
requirements are obtained.
2. The cost of any retests, including time for the Engineer, shall be borne by the
Contractor at no additional cost to the project. Testing will be required as
directed by the Engineer. Test locations shall be determined by the Engineer
upon notification from the Contractor that the grade is ready for tests.
Contractor shall be present when samples of bedding, select backfill, and
backfill materials are gathered for analysis or testing.
B. Compaction tests will be performed for each lift or layer.
C. Tests for compaction shall conform to references listed in Part 1.3 of this section.
D. Sample backfill materials per ASTM D75.
E. Compaction testing will be performed in accordance with Section 19-5 of the State
Standard Specifications.
1. The Contractor shall not proceed with work over the area being tested until
results have been verified by the Engineer. Immediately upon completion of
each compaction test, a copy of the results shall be given by the testing
laboratory to the Engineer.
F. The percentage composition by weight shall conform to Class 2 aggregate base
determined by Test Method No. Calif. 202, modified by Test Method No. Calif. 905 if
there is a difference in specific gravity of 0.2 or more between the coarse and fine
portion of the aggregate or between blends of different aggregates.
G. Aggregate base shall also conform to the following quality requirements:
Test Method
Tests Calif. No
R-Value 301
Sand Equivalent 217
Durability Index 229
H. Quality Control shall be under the provisions of Section 01 43 00 — Quality Control.
AGGREGATE BASE
3211 23-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 2 PRODUCTS
2.1 MATERIALS
A. AGGREGATE BASE
1. Class 2 Aggregate Base, %-inch maximum; as per Section 26-1.02B, State
Standard Specifications.
2. Crushed Portland cement concrete which meets the gradation requirements
of State Standard Specification Section 26, Class 2 Aggregate Base, %-inch
maximum, may be used as aggregate base course under new pavements.
3. Aggregate for Class 2 aggregate base shall be free from organic material and
other deleterious substances.
B. RECYCLED AGGREGATE BASE COURSE
1. Recycled aggregate base course material shall not be used.
C. AGGREGATE SUBBASE
1. Class 2 Aggregate subbase; as per Section 25-1.02B, State Standard
Specifications.
2. Crushed Portland cement concrete which meets the gradation requirements
of State Standard Specification Section 25, Class 2 Aggregate Subbase may
be used as aggregate subbase course under new pavements.
3. Aggregate for Class 2 aggregate subbase shall be free from organic material
and other deleterious substances.
D. WATER
1. As specified in Section 01 51 36, Watering.
2. At the time aggregate base is spread, it shall have a moisture content sufficient
to obtain the required compaction. Such moisture shall be uniformly
distributed throughout the materials.
PART 3 EXECUTION
3.1 SUBGRADE PREPARATION
A. As specified in Division 31 - Earthwork and 01 51 36, Watering.
AGGREGATE BASE
3211 23-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.2 SPREADING
A. The aggregate base course material shall be deposited and spread to the required
compacted thickness by means that will maintain the uniformity of the mixture. The
aggregate base course shall be free from pockets of coarse or fine material.
B. Deliver aggregate base to the area to be paved as a uniform mixture and spread
each layer in one operation.
C. Aggregate base placed at locations which are inaccessible to the spreading
equipment shall be spread in two layers by any means to obtain the specified results.
D. The aggregate shall not be treated with lime, cement or other chemical materials
before the Durability Index test has been performed.
E. The surface of the finished aggregate base at any point shall not vary more than
±0.05-foot from the grade shown.
3.3 PLACING
A. If the required compacted depth of the aggregate base course exceeds 6 inches,
place course in two or more layers of approximately equal thickness. The maximum
compacted thickness of any one layer shall not exceed 6 inches.
3.4 MIXING
A. Mixing shall be in accordance with one of the methods set forth in State Standard
Specifications, Section 28-4.03B.
3.5 MOISTURE CONTROL
A. When spread, aggregate base shall have a moisture content sufficient to obtain the
specified compaction.
3.6 SURFACE FINISHING
A. Use a smooth steel wheel roller for the final rolling of top surface base course. Water
surface and evenly spread loose stones before final rolling. Make minimum of two
complete passes over area to embed stones. Correct soft spots developed during
rolling.
B. Compacted aggregate base course surface shall be smooth and free from waves
and other irregularities. Unsatisfactory portions of base course shall be corrected, at
no additional expense to the Owner.
3.7 MATERIAL ACCEPTANCE REQUIREMENTS
A. Acceptance will be based on periodic samples and tests taken following mixing and
before placing.
AGGREGATE BASE
3211 23-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.8 TOLERANCES
A. Surface: The finished surface of the base course will be tested with a 10-foot
straightedge or other device. The variation between any two contacts with the
surface shall not exceed ±0.05 feet.
B. Width: Plan dimension, ±0.10 feet.
C. Thickness: Plan dimension, ±0.05 feet.
D. Any areas not complying with these tolerances shall be reworked to obtain
conformity, at no additional expense to the Owner.
3.9 MAINTENANCE
A. Maintain base course in a satisfactory condition until surfaced or until final
acceptance.
END SECTION
AGGREGATE BASE
3211 23-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
AGGREGATE BASE
3211 23-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 32 12 13
BITUMINOUS PRIME COAT AND TACK COAT
PART 1 GENERAL
1.1 WORK INCLUDED
A. Prime Coat work consists of applying an application of asphalt or asphalt cutback,
as specified, to the complete and compacted aggregate base course prior to
placement of hot mix asphalt concrete.
B. Tack Coat work consists of an application of asphalt cutback between asphalt
layers. Applying a very light application of asphalt emulsion diluted with water as a
tack between asphalt layers to create an adhesive surface for new asphalt concrete
pavement to adhere to, and applied to all existing vertical surfaces were new
pavement is to be surfaced.
C. All work shall conform to all Fresno County standards and requirements.
1.2 RELATED WORK
A. Division 31 — Earthwork
B. Section 32 11 23 —Aggregate Base
C. Section 32 12 16 —Asphalt Concrete Paving
1.3 REFERENCES
A. Section 94 —Asphaltic Emulsions, State Standard Specifications
B. Fresno County Standards
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 0133 00—Submittal Procedures
B. Two copies of manufacturer's certification for each load certifying the bituminous
material is of the type, grade, and quality specified.
C. One sample of asphalt cutback, in accordance with AASHTO T40-78, shall be taken
for each load delivered to the project sites. Samples shall be stored in clean, airtight
sealed containers at a temperature of not less than 40°F, until tested.
1.5 PROJECT CONDITIONS
A. Apply bituminous material only during daylight hours, when surface is dry,
temperature is above 50°F, and weather is not foggy or rainy.
BITUMINOUS PRIME COAT AND TACK COAT
32 12 13-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 2 PRODUCTS
2.1 BITUMINOUS TACK COAT
A. Asphalt for tack coat shall be RS-1 or RS-2, for Anionic asphalt emulsion or CRS-2
for Cationic asphalt emulsion.
1. Engineer shall select which asphalt emulsion shall be used. Use tack coat
between asphalt lifts only if applied surface has been in place over 24 hours,
or has been in service.
PART 3 EXECUTION
3.1 GENERAL
A. Protect the surface of sidewalks, curbs, other structures, and trees adjacent to the
area being treated from being spattered or marred. If surfaces become spattered,
clean in accordance with manufacturer's recommendations.
B. Do not clean or discharge distributor outside the project limits of work.
3.2 DISTRIBUTOR
A. Bituminous distributor and equipment for heating bituminous material shall be
designed, equipped, maintained, and operated so that bituminous material, at even
heat, may be applied uniformly on variable widths of surface up to 15 feet at readily
determined and controlled rates from 0.05 to 2.0 gallons per square yard, with
uniform pressure, and with an allowable variation from any specified rate not to
exceed 0.02 gallon per square yard. Distributor equipment shall include a
tachometer, pressure gauges, accurate volume measuring devices or a calibrated
tank, and a thermometer for measuring temperatures of tank contents. Distributors
shall be equipped with a power unit for the pump, and a full circulation spray bar
adjustable laterally and vertically.
B. When applying tack and prime coats, take care to the give the surface a very light,
even application of asphalt.
3.3 PREPARATION OF SURFACE
A. Immediately before applying the tack or prime coat, remove loose material, dirt, clay
or other objectionable material. Take particular care in cleaning the outer edges of
the strip to be treated, to ensure that the prime or tack coat will adhere.
B. Do not apply Prime Coat or Tact coat so far in advance that it might lose its
adhesiveness as a result of being covered with dust of other foreign material.
3.4 APPLICATION
A. Tack Coat: Apply tack coat uniformly at the rate of 0.10 gallon per square yard, at
specified temperature. Apply within 24 hours preceding placement of the covering
course.
BITUMINOUS PRIME COAT AND TACK COAT
32 12 13-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
B. Tack coat of asphaltic emulsion shall be furnished and applied in conformance with
the provisions in Section 94, State Standards Specifications and shall be applied to
all vertical surfaces of existing pavement, curbs gutters and construction joints in the
surfacing against which additional material is to be placed, and to other surfaces
designated in the special provisions.
END SECTION
BITUMINOUS PRIME COAT AND TACK COAT
32 12 13-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
BITUMINOUS PRIME COAT AND TACK COAT
32 12 13-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 32 12 16
ASPHALT CONCRETE PAVING
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work of this section consists of constructing one or more surface courses
composed of a mixture of aggregate, filler if required, asphalt material and placed
on a prepared base to lines, grades and details, as shown on the plans and covered
within these specifications. This section includes asphalt patching for areas where
utility lines cross existing paved surfaces, trench resurfacing, saw cutting and
resurfacing additional paving widths as required in the contract or under permit
requirements.
B. Mix aggregate and asphalt binder at a central mixing plant. Haul, spread, and
compact the mixture for paved areas as shown and as specified.
C. Upon completion of all paving, finish the entire roadway. Trim and shape cut and fill
slopes to produce smooth surfaces and uniform cross sections. Clean the finished
pavement of all dirt and foreign material.
D. Cross sections of paving shall be as indicated in the Plans.
E. All work shall conform to Fresno County standards and requirements.
1.2 RELATED WORK
A. Division 31 — Earthwork
B. Section 32 11 23 —Aggregate Base
1.3 REFERENCES
A. Section 22 — Finishing Roadway, State Standard Specifications
B. Section 39 —Asphalt Concrete, State Standard Specifications
C. Section 92 —Asphalt Binders, State Standard Specifications
D. Section 94 —Asphaltic Emulsions, State Standard Specifications
E. Section 96 — Geosynthetics, State Standard Specifications
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittal
Procedures.
B. Certificates:
ASPHALT CONCRETE PAVING
32 12 16-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1. Certification from the supplier that the asphalt concrete is of correct type and
meets requirements of this section.
2. Job mix formula shall be submitted with certification that the mix formula
meets the requirements of Standard Specification Specifications Section 39,
Asphalt Concrete. The job mix formula shall include definite single values
for:
a. The percent of aggregate passing the specified sieve, based on dry
weight of aggregate.
b. The percent of bituminous material to be added, based on the total
weight of the mix.
C. Kind and amount of chemical additives (anti-stripping, hydrated lime,
etc.) as established by the design procedure.
d. Maximum theoretical density.
e. Temperature ranges for the bituminous material at the point of mixing
with the aggregates and bituminous mixture at the paving machine.
1.5 QUALITY ASSURANCE
A. Asphalt concrete supplier to prepare a mix design; to recommend adjustments to
the proportions of the mix, as necessary,to conform to the mix design; and to consult
with the Contractor and the Engineer during paving as required.
B. Testing required to, determine compliance for the work of this section shall be
performed by an independent testing laboratory, approved by the Engineer and
appointed and paid for by the Contractor. The independent testing laboratory shall
be used to sample and test asphalt concrete at the job sites. One test shall be taken
for each paving period and at least one test every four hours. As a minimum, results
of the test shall include items A, B, C and E of the job mix formula submittal.
C. Density: Acceptable density of the in-place asphalt concrete pavement shall be 95
percent of the optimum values as determined from the mix design formula. Field
sampling and density determination shall be made in accordance with an accepted
nuclear procedure.
D. Testing shall be performed in such a manner that will least encumber the
performance of the work. The Contractor shall cooperate by rerouting equipment or
by temporarily closing the immediate work area to be tested.
E. Contractor shall instruct the testing laboratory to provide the test results to the
Engineer immediately in the field and a copy of the written report sent directly to the
Engineer.
ASPHALT CONCRETE PAVING
32 12 16-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
PART 2 PRODUCTS
2.1 ASPHALTS
A. Asphalt binder to be mixed with aggregate shall be liquid asphalt PG 64-10,
conforming to State Standard Specifications Section 92, Asphalt Binders.
B. Asphalt Concrete shall be Type A, in accordance with State Standard Specifications
39-2.02.
2.2 AGGREGATE
A. The combined aggregate grading of the asphalt concrete shall be Type A, 3/4-inch
maximum grading, per Section 39-2.02B(4)(b), of the State Standard Specifications.
2.3 PAVEMENT REINFORCING FABRIC
A. Reinforcing fabric shall be non-woven, conforming to Section 96-1.02J, "Paving
Fabric", of the State Standard Specifications.
B. Fabric shall be protected from damage during storage, handling and installation in
accordance with manufacturer's requirements.
2.4 FORMS
A. Redwood header boards shall be two inches wide by six inches deep (nominal
measurement).
B. Metal forms shall be submitted to Engineer for approval prior to use.
PART 3 EXECUTION
3.1 GENERAL
A. The pavement section shall comply with Fresno County Standards and as shown
on the Plans.
B. Prior to any paving and surfacing operations, all pipes and conduits shall be installed
and properly backfilled as shown.
3.2 STORAGE
A. Storage of materials shall comply with the requirements of Section 39, State
Standard Specifications.
3.3 MIXING
A. Mixing shall conform to the approved mix design.
B. The weight of asphalt binder to be mixed with aggregate shall be between 3 percent
and 7 percent of the weight of the dry aggregate.
ASPHALT CONCRETE PAVING
32 12 16-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.4 SUBGRADE
A. Subgrade shall conform to Section 39-2.01 C(3)(b), State Standard Specifications.
B. Unless otherwise specified, the upper six inches of subgrade beneath the structural
section shall be scarified, moisture conditioned as necessary and compacted to at
least 95 percent relative density.
3.5 EQUIPMENT
A. Spreading and compacting equipment shall conform to State Standard
Specifications Section 39-2.01 C(2), Spreading and Compacting Equipment.
3.6 PLACING AND COMPACTING
A. Placing and compacting shall conform to State Standard Specifications Section 39-
2.05A(3)(d), Placing and Compacting Hot Mix Asphalt.
B. Apply mixture only during hours of daylight; when air temperature is 50 degrees F
or higher; when surfaces to be paved are dry and free of frost, snow or ice; and
when precipitation is not imminent.
3.7 FORMS
A. Wood or metal. Place true to line and grade, and anchor securely. Use adequately
sized forms or prevent bulging and bending while the bituminous surface is being
worked.
3.8 COLD PLANE ASPHALT CONCRETE PAVEMENT
A. Existing asphalt concrete shall be cold planed at the locations and to the dimensions
shown on the plans and in accordance with these special provisions.
B. The depth, width and shape of the cut shall be as indicated on the typical cross
sections or as directed by the Engineer. The final cut shall result in a uniform surface
conforming to the typical cross sections. The road surfacing to remain in place shall
not be damaged in any way.
C. The depth shown on the plans for cold plane wedge cuts along existing concrete
gutter are to be measured from the surface of the concrete gutter. In some cases
where a prior overlay surface was constructed above the gutter lip, the actual depth
of cut will exceed the dimension shown on the Plans.
D. The Contractor shall remove existing pavement overlay from the top surface of
gutters adjacent to any area specified to be cold planed.
E. The planing machine shall be self-propelled and especially designed and built for
grinding flexible pavements. It shall plane without tearing or gouging the underlying
surface and blade material in a windrow. Drum lacing patterns shall permit a
grooved or smooth surface finish as selected by the Engineer and the drum shall be
totally enclosed in a shroud to prevent discharge of any loosened material into
adjacent work areas. A zero (0)to three (3) inches deep cut to predetermined grade
ASPHALT CONCRETE PAVING
32 12 16-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
may be required on one (1) pass. The machine shall be adjustable as to crown and
depth. The equipment shall meet the standards set by the San Joaquin Valley Air
Pollution Control District and the Air Quality Act of 1969 for noise and air pollution.
F. The Contractor shall provide a smaller machine to trim areas inaccessible to the
larger machine at manholes, curb returns and intersections. The smaller machine
shall be equipped with a 12-inche wide cutting drum mounted on a three-wheel
chassis allowing it to be positioned without interrupting traffic or pedestrian flow.
Jack hammering areas not accessible to grinding machine will not be allowed.
G. The surface tolerance produced shall be such that a ten-foot straight edge laid
laterally will indicate variances of less than three-eighths (3/8) inch. The Contractor
shall remove all loosened material from the roadway each day before leaving the
site of the work.
H. The Contractor shall protect structures and provide necessary traffic control and
barricades as required by the Engineer.
I. Temporary oil-sand ramps shall be constructed at intersecting streets, and along
longitudinal joints, immediately after cold planing and prior to opening the lanes to
traffic. Cold planing operations shall not commence until temporary oil-sand is on
site with workers to place material.
J. Cold planing cuts across travel lanes shall be the last cuts made at each side. After
removal of loosened material from such cuts, temporary ramps shall be constructed
of oil-sand at the deep end of cuts before opening the lane to traffic.
K. Irregular, gouged, ripped or damaged areas, as determined by the Engineer, shall
not be accepted. All such areas shall be repaired by methods approved by the
Engineer, prior to resurfacing operations. The Engineer, at his discretion, may
require substitution of planing machine and/or operating personnel if the cold-planed
surface does not meet these specifications.
L. Existing traffic detector loops damaged during cold plane operations will be returned
to their original condition.
M. After conducting cold planing operations on a given street, the Contractor shall begin
pavement operations on that street within seven calendar days. Deviations from
this requirement must be requested in writing and approved by the Engineer prior to
the beginning of planing operations.
3.9 MISCELLANEOUS AREAS
A. Paving miscellaneous areas shall conform to State Standard Specifications Section
39-2.01 C(9), Miscellaneous Areas and Dikes.
3.10 FINISHING PAVED AREAS
A. Finishing roadway and parking areas shall conform to the provisions of State
Standard Specifications Section 22, Finishing Roadways.
ASPHALT CONCRETE PAVING
32 12 16-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.11 TRENCH RESURFACING
A. At areas where asphalt concrete had been removed due to pipeline construction,
trench shall be resurfaced with asphalt concrete. Unless otherwise noted, asphalt
concrete resurfacing shall match the existing thickness of the asphalt and base
course removed.
1. Base course shall be as specified in Section 32 11 23, Aggregate Base, and
in this Section.
B. If an edge of a trench resurfacing occurs within three feet of an existing edge of
pavement, lip of gutter or the face of curb, or if no gutter is present, the Contractor
shall remove all existing paving to the lip of gutter or curb face and or, edge of
existing pavement and resurface with the applicable trench resurfacing section. The
limits of removal are minimum requirements.
C. If during the Contractor's operations pavement is disturbed outside the limits of
removal, Contractor shall make the necessary repairs at no additional cost to the
Owner.
3.12 ACCEPTANCE REQUIREMENTS
A. Surface Tolerance: The variation between any two contacts with the surface shall
not exceed ±0.015 foot in 10 feet. Correct all humps or depressions exceeding the
specified tolerance by removing defective work and replacing it with new material at
no additional expense to the Owner.
B. A uniform compacted thickness shall be obtained for each course equal to or greater
than the thickness shown. Individual tests shall not vary by more than ±0.02 foot.
C. Width: Plan dimension, ±0.02 foot.
D. Thickness: Plan dimension, ±0.02 foot.
END SECTION
ASPHALT CONCRETE PAVING
32 12 16-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 32 31 00
FENCING
PART 1 GENERAL
1.1 WORK INCLUDED
A. Provide all labor, materials and equipment and perform all operations necessary to
install chain link fencing and gates as specified, shown on the Plans, or as directed.
1.2 RELATED WORK
A. Section 03 30 00 — Cast-in-Place Concrete
B. Division 31 - Earthwork
1.3 REFERENCES
A. Section 80 — Fences, State Standard Specifications
1.4 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00—Submittal Procedures
PART 2 PRODUCTS
A. Chain Link shall conform to State Standard Specifications Section 80-3.02
B. Right of Way fence shall conform to State Standard Specifications Section 80-3.
PART 3 EXECUTION
3.1 FENCES AND GATES
A. Installation shall be in accordance with State Standard Specifications, Section 80,
and with State Standard Plans Drawing A85, A85A and as indicated on the Plans.
B. Relocation and installation of other fencing materials shall be in accordance with the
plans and standard construction practices.
3.2 GATES
A. Gates shall conform with the requirements of State Standard Specifications Section
80-10, Gates.
END SECTION
FENCING
3231 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
FENCING
3231 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 33 11 12
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
PART 1 GENERAL
1.1 WORK INCLUDED
A. This section includes design, manufacture, fabrication, materials, installation, and
testing of reinforced concrete low-head pressure pipe provided in accordance with
ASTM C361 and this specification and subjected to internal hydrostatic heads not
exceeding 125 feet. Size range is 12 through 144 inches in diameter.
1.2 RELATED WORK
A. Section 09 90 00— Painting and Coating
B. Division 31 - Earthwork
C. Section 40 05 00 — Pipe and Fittings
1.3 REFERENCES
A. American Association of State Highway and Transportation Officials (AASHTO)
B. American Society of Mechanical Engineers (ASME)
C. American Society for Testing and Materials (ASTM)
D. American Water Works Association (AWWA)
1.4 SUBMITTALS
A. Submit shop drawings in accordance with the General Conditions and Section 01
33 00— Submittal Procedures.
B. Submit manufacturer's affidavit of compliance with the cited standards, e.g., ASTM
C361.
C. Submit test reports on shop testing performed per ASTM C361.
D. Submit methods for lifting, handling, shipping, and storing pipe such that pipe will
not be cracked or otherwise damaged during lifting, handling, shipping, and storing.
E. Submit profile layout schedule including:
1. Order of installation and closures.
2. Pipe invert station and elevation at each change of grade and alignment.
3. Pipe internal diameter, wall thickness and details of reinforcement, and
design internal head or pressure.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-1
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
4. Locations of closures for length adjustment, connections to structures, and
construction convenience.
5. Locations of manholes and other points of access for placement of mortar
lining at field joints.
6. The limits of each reach of concrete encasement or installation in casing.
F. Submit drawings and schedules showing details of the core, reinforcing steel size
and spacing, and bonding bars. Provide details of specials, elbows, fittings, and
cast-in-place specials.
G. Submit manufacturer's joint design calculations and details. Include critical
dimensions of the gasket-bearing surfaces when a rubber gasket pipe joint is used
including joint gap and joint tolerances. Indicate maximum allowable joint angular
deflection. Submit complete joint design calculations indicating stresses at all design
conditions. Submit gasket calculations indicating maximum and minimum sealing
pressures. Submit manufacturer's data sheet for gaskets supplied showing
dimensions and chemical composition. Submit test reports on physical properties of
rubber used in gaskets.
H. Submit test reports on shop testing required herein and in referenced standards.
Submit affidavit of compliance with these specifications and all specified standards.
I. Submit certificate that cement complies with ASTM C150, designating type. Submit
type and amount of concrete admixture, including natural pozzolans and fly ash, if
used.
J. Submit welder qualifications, welding procedure specifications, and welding
procedure qualifications.
K. Submit mill test certificates identifying chemical and physical properties of each heat
of reinforcing steel. Submit test reports for reinforcing welds.
L. Submit concrete mix designs. Include petrographic analysis of concrete.
M. Submit test reports of concrete test cylinders at 28 days.
N. Submit reports of radiographic tests on steel joint rings.
O. Provide written certification that the joint lubricant conforms to all requirements of
ASTM C361.
1.5 INSPECTION
A. The manufacturer shall inspect materials and production of pipe,fittings, and special
pieces and shall document such inspection to the satisfaction of the Engineer.
Quality control inspection of as-manufactured bell and spigot dimensions shall be
made using a pole-mounted micrometer "measuring stick" and not a "pi" tape.
Measurement shall be made at no less than six positions of each bell and each
spigot prior to shipment of pipe to ensure that joints fit properly and conform to
manufacturer's design joint dimensions.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-2
G:\Fresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
B. The Owner or his representative will witness the inspection of materials, production,
and testing of pipes, fittings, and special pieces at manufacturer's plant. The
Owner's Representative shall have free access to those parts of the manufacturer's
plant that are necessary to determine compliance with this specification.
1.6 SPECIALS
A. A special is defined as any piece of pipe other than a normal full-length straight
section. This includes, but is not limited to, manhole sections, short pieces, adapter
sections with special ends, sections with outlets, elbows, etc.
PART 2 PRODUCTS
2.1 DESIGN CRITERIA
A. Obtain the following information from the drawings:
1. Elevation of the pipe invert and of the completed ground.
2. Alignment of the pipeline.
3. Location of outlets, connections, and special appurtenances.
4. Nominal internal diameter, ID.
5. Pipe class.
B. Provide cast-in-place concrete-encased steel pipe sections at the location of
manway vaults or where shown in the drawings.
C. Design joint such thatjoint shall pass proof-of-design test as outlined in ASTM C497,
Section 13. Conduct joint test on a minimum of 1 out of every 100 joints of each
diameter, length, and design class furnished for the project.
D. Calculate the earth load on the pipe based on the Marston theory of earth loads on
underground conduits for rigid pipe. Assume the unit weight of soil to be minimum
125 pounds per cubic foot. Compute earth loads assuming a projection condition
with the following assumptions:
1. The product "Ku" has a value of 0.165, where "K" is the ratio of active lateral
pressure to vertical pressure and "u" is the coefficient of internal friction of the
fill material.
2. The settlement ratio has a value of 0.8.
E. The vertical live load shall be based on AASHTO HS-20 loading.
F. Design the pipe for the external loads in combination with the design internal
pressure as outlined in ASTM C361, Appendix X2.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-3
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
2.2 FITTINGS AND SPECIALS
A. Fittings and specials shall be either fabricated steel with cement-mortar lining or
constructed the same as the pipe.
B. Reinforced concrete fittings with an angle of 30 degrees or less shall be two-piece.
Fittings with an angle of greater than 30 degrees shall be three-piece. Minimum
radius shall be 2.5 times the pipe diameter (2.5D) unless otherwise indicated.
2.3 GASKETS FOR BELL AND SPIGOT JOINTS
A. Provide natural or synthetic rubber gaskets per ASTM C361.
B. Rubber gasketed joints shall conform to the requirements of ASTM C443, capable
of withstanding a constant pressure of up to the Head Class rating of the pipe.
Rubber gaskets shall be lubricated with the lubricant recommended and supplied by
the manufacturer of the pipe.
2.4 STEEL FOR JOINTS, JOINT RINGS, AND BONDING BARS
A. Bells and Bell Bands: ASTM A570, Grade 30 or 33; ASTM A283, Grade C or D.
B. Spigots: ASTM A675, Grade 50 or 60.
C. Filler Bars: ASTM A576, Grade 1012; ASTM A663, Grade 50.
D. Butt Straps: ASTM A283, Grade D.
2.5 TYPE OF PIPE ENDS
A. Design and manufacture pipe joints to be watertight under all service conditions and
at the extremes of pipe manufacturer's tolerances. If pipe with beveled joint ends is
to be supplied, only the spigot end shall be beveled. Rubber gaskets shall be
confined in such a manner that slight movement of the pipe or hydrostatic pressure
cannot displace the gasket and so that when the joint is assembled, the gasket is
compressed to form a watertight seal. Joints shall be designed so that the gasket
will not be required to support the weight of the pipe. Do not use joints that utilize
shoulders on the bell or spigot to confine the gasket.
B. Pipe 48 inches and larger in diameter shall be furnished with double spigot grooves
and gaskets. Two joint test tubes per spigot shall be provided between the spigot
grooves to allow for testing of the joint following jointing.
C. Bell reinforcement shall be adequate to support the adjacent pipe weight without
cracking, assuming that the adjacent pipe is supported at the extreme end only. Bell
reinforcement shall be adequate to resist maximum gasket forces at maximum
spigot outside diameter and minimum bell outside diameter as established by the
pipe manufacturer and documented in the submitted joint dimension input form. Bell
and spigot shall have adequate strength to resist cracking under normally
anticipated installation loads.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-4
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
D. Pipe joints shall be designed to allow a deflection no less than that equal to the joint
open at one point on the inside 1.25 inches greater than the normal closure and the
side opposite at the normal closure.
2.6 SHOP HYDROSTATIC TEST
A. Test pipe and specials per ASTM C361.
2.7 PIPE AND JOINT LEAKAGE TESTS
A. The pipe manufacturer shall supply testing ports to perform joint testing confirming
to current ASTM C76 and C361 standards. The Contractor shall use liquid Teflon at
all fittings. Test ports shall be located at the invert and soffit of the pipe. The test
port located at the invert of the pipe shall be used to fill the area between gaskets
with water. The test port at the soffit of the pipe shall be used to bleed the air. After
successful testing is completed, Contractor to install flush mounted plugs at each
test port. Each joint shall be manufactured with testing ports for pressure testing.
B. Conduct proof of design tests to demonstrate a watertight joint at the maximum
angular deflected condition. Test the maximum bell inside dimension and minimum
spigot inside dimension, and test the minimum bell inside dimension and maximum
spigot outside dimension. Vertical support for each section shall be provided so that
no support exists directly under the joint and the reaction of the spigot on the bell is
equivalent to not less than the weight of one-half the weight of one pipe section. The
pipe sections shall be joined together to produce a gap concentrically around the
pipe of 1 inch greater than the normal closure.
C. The pipe shall then be subjected to an internal pressure not less than 30 feet of
water. Internal pressure shall be determined at the centerline of the pipe. The
pressure shall be maintained for a period of four hours.
D. The leakage through the joint shall not exceed 1.0 gallon per hour for all-concrete
joint and zero for a steel ring joint.
E. The same test shall then be repeated with the end of one pipe lowered, to produce
a gap at the top of the pipe of not less than 1 1/2 inches. Gap is defined as the
distance the joint is open from normal closure measured on the inside of the pipe.
F. If the joint being tested does not meet the leakage requirements, make any
necessary modifications to the joint details and retest the joint.
2.8 PRODUCT MARKING
A. Plainly mark each length of straight pipe and each special at the bell or spigot end
to identify:
1. The name or trademark of the manufacturer.
2. Class and size of pipe, as indicated by applicable specifications.
3. Conformance with ASTM standards.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-5
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
4. The design head.
5. Type of cement
6. Date of manufacture, if applicable
7. The proper location of the pipe item by reference to the layout schedule. For
beveled pipe, show the degree of bevel and the point on the circumference
to be laid uppermost.
2.9 SHOP-APPLIED ORGANIC ZINC PROTECTIVE COATING FOR STEEL JOINT RINGS
A. Use System No. 18 per Section 09 90 00.
2.10 CEMENT SLURRY FOR CRACK REPAIR
A. Prepare a cement slurry with volumetric proportions of one part water, one part
acrylic latex concrete additive, and one and one-half parts portland cement. The
slurry shall be well blended and of creamy consistency. Mix only enough to use in
one hour.
PART 3 EXECUTION
3.1 FABRICATING BELL AND SPIGOT JOINTS
A. General: Provide watertight joints under all conditions of service, including
expansion, contraction, and ordinary earth settlement. Electrically bond steel joints
to the reinforcing cages.
B. Forming the Bell: Form the bell round and true.
C. Forming the Spigot: Form the spigot round and true and to an outside diameter less
than the inside diameter of the bell ring.
D. Welding: Use flash welding to form a continuous bell-and-spigot ring in an automatic
welding machine in accordance with the requirements of the ASME Boiler and
Pressure Vessel Code, Section VIII, Pressure Vessels. Conduct a radiographic test
of the flash weld of three bell and three spigot rings and report the result to the
Owner. After welding, smooth the ring on its contact face by grinding the weld flush
with the adjacent surfaces.
E. Final Sizing: Check steel joint rings for size and shape on templates before
incorporating in core.
F. Hold the joint rings circular and center on the pipe axis during the fabrication of the
pipe.
G. Tolerances: Limit the annular space in rubber gasket joints between the outside of
the spigot ring and the inside of the bell ring contact surface, measured radially, to
the tolerances stated in the submitted USBR Joint Dimension Input Form.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-6
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
3.2 OUTLET ASSEMBLIES
A. Pipe ends for sections with outlets shall be the same bell-and-spigot joints as the
standard pipe sections.
3.3 SHOP-APPLIED JOINT RING PROTECTIVE COATING
A. Paint the exposed portion of steel joint rings with organic zinc coating per Section
09 90 00, System No. 18.
3.4 FORMS
A. Pipe forms shall be steel made with butt joints throughout. The surfaces of the forms
adjacent to the pipe walls shall be smooth and true. Forms shall be sufficiently tight
with gaskets provided at all form joints to prevent leakage of wet concrete.The forms
shall be braced and sufficiently stiff to withstand, without detrimental deformation,
all operations incidental to the placement and compaction of concrete within the
form. Construct the form and end rings so that the pipe, when manufactured, will
have circular and cylindrical inner surfaces so that they may be stripped from the
pipe without damage to the pipe or to its surfaces. Clean and apply release agent to
forms before each filling. Discard or repair defective forms and end rings.
3.5 METHOD OF MANUFACTURE
A. Manufacture the pipe using the vertically cast method. The transporting and placing
of concrete shall be by methods that will prevent the separation of the concrete
materials and the displacement of reinforcement steel in the forms. When placing
the concrete in the forms, vibrate the concrete continuously with internal or external
mechanical vibrators at the rate of not less than 6,500 vibrations per minute for wet
cast pipe and 3,400 vibrations per minute for dry cast pipe.
3.6 CURING
A. Cure pipe in accordance with ASTM C361.
3.7 REINFORCEMENT
A. Fabricate reinforcement as two rigid cages of bars or wire. Do not use elliptical
reinforcing. Fabricate transverse reinforcements either as complete hoops, welded
or lapped, or as a continuous helix. If the transverse reinforcement is formed as a
cylindrical helix, finish off both ends of the cage as a complete hoop.
B. Splices shall be either welded or lapped and tightly wired. Either lap or butt welds
may be used, but the weld shall develop the full strength of the bar, and when
required by the Owner's Representative, the pipe manufacturer shall submit for
testing samples of welds proposed for use. The lap of unwelded splices shall extend
30 diameters when bars or rods are being used for reinforcement and 40 diameters
when wire is being used.
C. Hold the cage of reinforcement in its circular shape and maintain the cage in place
within the forms during the placing and consolidating of the concrete. Supports
between the reinforcement and the forms that are to be exposed in the finished pipe
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-7
G:\Fresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
shall be made of stainless steel. Where the pipe design is shown in the drawings,
the type, extent, and positioning of the longitudinal steel indicated shall be
considered a minimum requirement.Whether pipe details are shown in the drawings
or not, the pipe manufacturer shall be responsible for providing enough longitudinal
steel to provide a cage sufficiently rigid to retain its shape and position in the forms
during the manufacturing process.
D. Provide size and uniformly spaced longitudinal reinforcement such that it makes the
cage rigid and supports the transverse reinforcement firmly in place in the forms
during placing and consolidation of the concrete. In no case shall reinforcement be
less in area than 0.2% of the gross cross-sectional area of the concrete.
Manufacture the pipe with sufficient longitudinal reinforcement to allow the finished
pipe to be handled without damage during installation in the construction of the
pipeline. Where the pipe joint construction requires the use of a bell, continue the
minimum specified number of bars into the bell. Where two cages are used, divide
the longitudinal reinforcement approximately equally between the two cages.
E. Place the reinforcing steel in the wall of the pipe in such a manner that the end hoops
of the transverse reinforcement and the ends of the longitudinal reinforcement shall
not be more than 1 inch ±1/4 inch from the extreme end concrete faces of the bell
end of pipe.
3.8 SIZES AND DIMENSIONAL TOLERANCES
A. Minimum pipe length shall be five feet. Maximum pipe length shall not exceed 16
feet.
B. Pipe shall be round and true and shall have smooth and dense finished surfaces.
The internal diameter of any portion of each piece of pipe shall not vary more than
±1% and shall not exceed 3/8 inch from the nominal diameter shown on the
manufacturer's joint data form. The wall thickness shall not be less than that
determined in the design by more than 5% and shall not exceed a 3/16-inch
deviation. A wall thickness more than that required in the design will not be cause
for rejection, as long as the reinforcement is properly placed.
C. Accurately place reinforcement steel in the concrete wall of the pipe. The placement
of steel shall not vary from the position in the pipe wall shown in the joint dimension
input form by more than ±1/4 inch. In no case shall the cover over any reinforcement
be less than 1 inch. Variations in laying lengths of two opposite sides of pipe shall
not be more than 3/8 inch in any length of pipe except where beveled pipe is used.
The under run in length of a section of pipe shall not be more than 1/2 inch in any
length of pipe.
D. End Squareness: Pipe ends shall lie in planes perpendicular to the longitudinal
centerline of the pipe, except for bevel-end pipe used for bends. Spigot ends shall
be true to such plane within +0 inch, -1/4 inch, and bell ends within ±1/4 inch. Pipe
ends of bevel-end pipe shall be true to the bevel plane within the above tolerances.
E. Inside Offset: When laid and joined in trench, maximum offset on the inside at any
joint shall not exceed 0.75% of the inside diameter of the pipe or 1/2 inch, whichever
is less.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-8
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
3.9 BASIS OF ACCEPTANCE
A. Basis of acceptance shall be in accordance with ASTM C361 and the following:
"Freedom of defects" shall also include the ability of the pipe joints to be assembled
in the field and pass the joint leakage tests.
B. Joints shall be confirmed within tolerances stated in the submitted USBR Joint
Dimension Input Form prior to delivery. Measure the outside diameter of each spigot
at no less than six locations using a pole-mounted caliper with micrometer accurate
to 0.001 inch and mark on the pipe the dimensions as measured. Measure the inside
diameter of each bell at no less than six locations using a pole-mounted micrometer
and shall mark on the pipe the measured dimensions.
3.10 CAUSES FOR REJECTION
A. Pipe is rejected for any of the following reasons:
1. Transverse reinforcing steel found to be in excess of 1/4 inch out of specified
position in any direction after the pipe is molded.
2. A shattering or flaking of concrete at a crack.
3. Bubble voids (bug holes) on the interior and exterior surfaces of the pipe
exceeding 1/4 inch in depth unless pointed with mortar.
4. Unauthorized application of any wash coat of cement or grout.
5. A deficiency greater than 6% from the specified wall thickness. The
deficiencies in wall thickness permitted herein do not apply to gasket contact
surfaces. Tolerances of such contact surfaces shall be submitted for review.
6. A variation of the pipe barrel from the specified internal diameter in excess of
1% or interior surfaces that have been reworked after placing of the concrete.
7. A piece broken from the end projections of the pipe that has a circumferential
length exceeding 60 degrees of the circle, extends into the body of the pipe,
or extends into the gasket contact surfaces for a circumferential length in
excess of six inches (measured at the midpoint of the gasket contact surface
on the bell end and at the inner shoulder of the gasket groove at the spigot
end). If two or more pieces are broken from an end projection, the total length
of such broken pieces on any end shall not exceed 90 degrees of the circle,
and there shall be a distance of at least nine inches of sound concrete
between breaks. The total length of broken pieces that extend into the gasket
contact surfaces of gasketed joint pipe shall not exceed a circumferential
length of six inches. If less than six inches of sound concrete exists between
two individual breaks, the two breaks shall be considered as one continuous
break. Repair of such defects not exceeding the above limitations shall be
made by Method III. Unsound portions of end projections shall be removed,
and if the pieces removed do not exceed the above limits, the pipe may be
similarly repaired.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-9
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
8. Defects that indicate imperfect molding of concrete or any surface defect
indicating honeycomb or open texture (rock pockets) greater in size than an
area equal to a square with a side dimension of two and one-half times the
wall thickness or deeper than two times the maximum graded aggregate size
or a local deficiency of cement resulting in loosely bonded concrete, the area
of which exceeds in size the limits as provided in Paragraph 7 above. Sand
rings occurring at the ends of the pipe may be repaired for the full
circumference.
9. Any of the following cracks:
a. A crack having a width of 0.01 inch or more throughout a continuous
length of 12.0 inches or more.
b. Any crack extending through the wall of the pipe and having a length
in excess of the wall thickness.
C. Any crack showing two visible lines of separation for a continuous
length of two feet or more or an interrupted length of three feet or more
anywhere in evidence, both inside and outside, except where such
cracks occur during the external loading test.
d. Any crack which extends through the bell of the pipe.
e. When required by the Owner's Representative, any crack 0.01 inch
wide or wider that is not a cause for rejection shall be filled with neat
cement grout composed of cement mixed with water to a fluid
consistency.
10. Failure to meet the size and dimensional tolerances stated herein. Failure to
meet the joint tolerances shown for the joint design on the manufacturer's
joint data form.
11. Failure to meet the leakage test requirements.
3.11 REPAIR OF IMPERFECTIONS
A. Method I, Repair by Pneumatically Applied Mortar: Do not use pneumatically applied
mortar when the repair extends to a depth greater than the embedment of the
reinforcing steel. Repair with nonshrink mortar. Unless other methods are approved
in writing by the Owner's Representative, this is the only method of repair allowed.
1. Preparation of Surface To Be Repaired: Prepare surfaces to which
pneumatically applied mortar is to be applied in the same manner as
described under Method II, except bevel the edges of the area from which
unsound or imperfect concrete is removed so as not to entrap rebound.
2. Placement of Mortar:
a. Do not include rebound in the repair. Turn the pipe so that the area
being repaired is at the side of the pipe in a near vertical position to
permit rebound to fall clear.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-10
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
b. Before repairing grooved concrete spigots, replace the snap ring and
retain in position until the repair has attained sufficient strength to
assure no damage to the gasket groove by its removal.
C. Build up areas repaired with pneumatically applied mortar in excess of
the dimension required and then carefully trim to correspond with
adjacent surfaces.
3. Curing: Cure surfaces to which pneumatically applied mortar have been
applied in the same manner as described under Method II.
B. Method ll, Repair by Hand-Placed Mortar:
1. Preparation of Surfaces To Be Repaired:
a. Remove unsound or imperfect concrete by chipping. Edges where
concrete has been chipped out shall be sharp and square with the
surface, leaving no feathered edges. Wash the chipped area with
water to remove all loose material and concrete dust.
b. Keep surfaces within the trimmed areas wet for several hours,
preferably overnight, before the repair replacement is made. Surfaces
in areas to be repaired shall be damp, but not wet, when the material
is applied.
2. Placement of the Mortar:
a. The mortar used for the repair shall contain the same proportions of
cement and sand as the mix from which the pipe was made.
b. This mortar shall be preshrunk by mixing it to a plastic consistency as
far in advance of its use as possible. Make and age trial mixes to
determine the longest period the mortar's use can be delayed while
retaining sufficient plasticity to permit good workmanship.
C. Immediately prior to the application of the mortar, thoroughly scrub the
damp surface of the area to be repaired with a small quantity of neat
cement grout, using a wire brush. Sweep away remaining loose sand
particles immediately before application of the mortar.
d. Compact the mortar into the space to be filled, taking care to eliminate
air pockets and to secure bond at the edges. Shape and finish the
surfaces to correspond with the adjacent surfaces of the pipe.
C. Method III, Bonding Mortar Repairs With Epoxy Resin Adhesives:
1. Preparation of Surfaces To Be Repaired:
a. Remove unsound or imperfect concrete by chipping. If hand-placed
mortar is to be used, leave the edges sharp and square with the
surface. If pneumatically applied mortar is to be used, bevel the edges.
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-11
GAFresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
b. Keep the area to be repaired dry. Remove loose material and concrete
dust remaining after the chipping operation by means of an air jet.
C. Prime the prepared area with the epoxy resin compound, taking care
to ensure intimate contact with the base material. Apply mortar before
the epoxy resin compound sets. Apply mortar by either Method I or
Method II as described above.
3.12 STORAGE AND DELIVERY
A. Do not transport to the jobsite more than two weeks in advance of installing. Do not
deliver pipe unless it can be installed in the sequence of the submitted layout
schedule. Deliver the pipe alongside the pipe laying access road over which the pipe
trailer-tractors can travel under their own power. Place the pipe in the order in which
it is to be installed and secure it from rolling.
3.13 INSTALLING PIPE SPOOLS IN CONCRETE
A. Install pipes in walls and slabs before placing concrete.
B. Install pipe without springing, forcing, or stressing the pipe or any adjacent
equipment or structure.
3.14 VERTICAL CURVES
A. For curved profile, use straight or beveled pipe of normal or one-half normal lengths
pulled partially open on one side of the joint or use pipes with a bend of up to five
degrees next to the joint ring. Design pipes with a bend in excess of five degrees as
specials.
B. Do not pull a joint more than one-half of the watertight extensibility provided by the
bell-and-spigot design.
3.15 INSTALLING BURIED PIPING
A. When installing piping in trenches, do not deviate more than one inch from line or
1/4 inch from grade. Measure for grade at the pipe invert.
3.16 FIELD HYDROSTATIC TESTING
A. Hydrostatically test piping for leakage in accordance with Section 40 05 00 — Pipe
and Fittings.
END SECTION
REINFORCED CONCRETE LOW-HEAD PRESSURE PIPE
3311 12-12
G:\Fresno_County of-1397\139723004-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 33-Utilities\33 11 12 Reinforced Concrete Low-Head Pressure Pipe.docx
County of Fresno
Elkhorn Recharge Facility Project
SECTION 35 20 16
WATER CONTROL GATE
PART 1 GENERAL
1.1 WORK INCLUDED
A. The work required under this section consists of related items necessary and
required to complete the work. The Contractor shall provide all items, and
operations, including all labor, materials, equipment, and incidentals necessary for
completion of work.
B. Furnish and install canal gates in the Liberty Canal Turnout
1. 2—42" Diameter Model 101 C, as manufactured by Fresno Valves& Castings
or equivalent.
C. Furnish and install canal gate in the Conveyance Channel Outlet
1. 1 — 48" Diameter Model 20-10C, as manufactured by Fresno Valves &
Castings or equivalent.
1.2 RELATED WORK
A. Section 03 15 20 —Anchor Bolts and Expansion Anchors
B. Section 03 30 00 — Cast In Place Concrete
C. Section 09 90 00 — Painting and Coating
1.3 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittals.
B. Acknowledgment that products submitted meet the requirements of standards
referenced.
C. Operation and Maintenance Manuals:
1.4 QUALITY ASSURANCE
A. Referenced Standards:
1. American Society for Testing Materials (ASTM):
a. A126, Gray Iron Castings for Valves, Flanges, and Pipe Fittings.
b. A276, Stainless and Heat-Resisting Steel Bars and Shapes.
C. D4020 UH MWP
WATER CONTROL GATE
35 20 16-1
GAFresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 35-Waterway and Marine Construction\35 20 16 Water Control Gate.docx
County of Fresno
Elkhorn Recharge Facility Project
d. B139, Phosphor Bronze Rod, Bar and Shapes
e. B209, Aluminum and Aluminum Alloy Sheet and Plate.
2. American Water Works Association (AWWA):
a. C513-05, Open Channel, Fabricated-Metal Slide Gates and Open-
Channel, Fabricated-Metal Weir Gates.
b. C560-00, Cast-Iron Slide Gates.
3. Powered Gates
a. National Electrical Manufacturers Association (NEMA):
1) 250, Enclosures for Electrical Equipment.
2) ICS 6, Enclosures for Industrial Control and System.
4. NFPA Style MF1.
PART 2 PRODUCTS
2.1 CANAL SLIDE GATES
A. Slide gates shall be Model 101 C or Model 20-10C (as indicated), flat back, as
manufactured by Fresno Valves & Castings or Engineer approved equivalent.
B. Gate rails shall be stainless steel. Gate stem shall be stainless steel, rising type.
Gate slide and seating surface shall be bronze.
C. Provide gates, including lift, designed with a minimum safety factor of five. Provide
rising stems on all gates.
2.2 GATE OPERATORS AND LIFTS
A. General
1. Refer to Drawings for sizes, operator type, and other requirements.
2. All gates shown on the plans to be manually operated shall be designed with
adequate stem length and frame hardware, to accept electric actuators in the
future.
PART 3 EXECUTION
3.1 INSTALLATION
A. Canal slide gates shall be installed as shown on the Plans and as detailed in the
manufacturer's specifications and installation instructions.
WATER CONTROL GATE
35 20 16-2
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 35-Waterway and Marine Construction\35 20 16 Water Control Gate.docx
County of Fresno
Elkhorn Recharge Facility Project
1. Gate frames shall be bolted to concrete structures so that the frames are
plumb and the slides operate properly.
2. Gate frames shall be secured within 12 inches of the top of the headwall.
B. All gate operators, manual or electric, shall be installed so that the operating nut is
located three (3) feet above finished grade, or 1 foot above top of structure,
whichever is the higher elevation, unless otherwise noted on the plans.
3.2 TESTING
A. All gates shall be tested for proper operation after installation
1. All tests shall be performed under both manual and electrical (where
applicable) operation.
2. All tests shall be performed in the presence of the Engineer.
B. The above tests will be repeated by the County after water has been returned to the
system, and the Contractor will be informed of the results.
END SECTION
WATER CONTROL GATE
35 20 16-3
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 35-Waterway and Marine Construction\35 20 16 Water Control Gate.docx
County of Fresno
Elkhorn Recharge Facility Project
This Page is Intentionally Left Blank
WATER CONTROL GATE
35 20 16-4
G:\Fresno_County of-1397\1 3972 3 0 04-Elkhorn Rech Basin\200 Technical\290 Specifications\Div 35-Waterway and Marine Construction\35 20 16 Water Control Gate.docx
County of Fresno
Elkhorn Recharge Facility Project
SECTION 40 05 00
PIPE AND FITTINGS
PART 1 GENERAL
1.1 WORK INCLUDED
A. Furnish, install, and test all water, utility, pipe, fittings, and appurtenances as
indicated and as specified.
1.2 RELATED WORK
A. Section 03 05 10 — Leakage Testing of Hydraulic Structures
B. Section 03 30 00 - Cast-In-Place Concrete
C. Section 09 90 00 - Painting and Coating
D. Division 31 - Earthwork
E. Section 33 11 12 — Reinforced Concrete Low-Head Pressure Pipe
1.3 REFERENCES
A. California Plumbing Code
B. American Water Works Association Standards
1.4 SUBMITTAL REQUIREMENTS
A. Submit shop drawings in accordance with the General Conditions.
B. Submit manufacturer's catalog data. Show manufacturer's model number.
C. Submit dimensions including wall thickness and materials of construction by
reference standard and grade. Submit information on interior and exterior coatings
as applicable.
1.5 QUALITY ASSURANCE
A. All work performed under this section shall meet all recommendations and
requirements of AWWA, California Plumbing Code, NFPA 24, ASTM D2774, and all
other applicable national, state, local, standards and regulations.
PART 2 PRODUCTS
2.1 RUBBER GASKETED REINFORCED CONCRETE PIPE (RGRCP)
A. See Section 33 11 12 — Reinforced Concrete Low-Head Pressure Pipe.
PIPE AND FITTINGS
40 05 00-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2.2 STEEL PIPE
A. General: Steel pipe 12-inches in diameter and smaller shall conform to the
requirements of ASTM A53, and shall be "Standard Weight".
B. Joints: Pipe 4-inches in diameter and larger shall be flanged, plain end, or beveled
end. Where shown on the Plans, the pipe shall be flanged, plain end, or beveled
end for flanged coupling adapters or field welding. Field welding of plain end and
beveled end joints shall be in accordance with AWWA C206 and AWWA C200.
Flanges shall be standard 150 psi flanges meeting the requirements of ANSI B16.1.
Flanges shall be furnished with flat faces. Unless otherwise stated, bolts shall
comply with ASTM A307, except for bolts installed underground which shall be Type
316 stainless steel, Grade B, conforming to the requirements of ASTM A320.
C. Pipe smaller than 4 inches shall have screwed or grooved joints unless shown
otherwise on the Plans.
D. Fittings: All fittings shall be either cast or fabricated steel with flange or beveled end
where specified. Steel fittings shall comply with AWWA C208 or Schedule 40, as
indicated on the Plans, and welding of said fittings shall comply with AWWA C206.
The fitting wall thickness shall be no less than the adjoining pipe wall thickness. The
Contractor may substitute welded fittings for flanged fittings or screwed fittings
unless the particular joint requires a specific end for compatibility with a valve or
special fitting, with Engineer approval.
E. Unless otherwise specified or noted in the Plans, all steel pipe shall be Hot-Dipped
galvanized.
2.3 STAINLESS STEEL TUBING
A. Stainless steel tubing shall be made of Type 316 L stainless steel to the
requirements of ASTM A269, of minimum 1/4-inch inside diameter, or as indicated,
for the test pressure required. The fittings shall be swage ferrule design of Type 316
L stainless steel, of the double acting ferrule design, providing both a primary seal
and a secondary bearing force. Flare bite or compression type fittings are not
acceptable.
2.4 FLEXIBLE SLEEVE COUPLINGS
A. Flexible sleeve couplings shall be one of the following, or Engineer approved
equivalent:
1. Romac Industries, Inc., Style 400 for 12" and larger pipe or XR501 Extended
Range Coupling, 4" thru 12" pipe size.
2. Dresser, Inc., Style 38 for Steel Pipe, and Style 253 Wide- Range for Steel,
PVC, Copper, and Cast/Ductile Iron pipe.
3. Smith Blair, Inc., Series 411 or Wide-Range 461
B. Center sleeves shall comply with the following
PIPE AND FITTINGS
40 05 00-2
Documentl
County of Fresno
Elkhorn Recharge Facility Project
Nominal Pipe Diameter Minimum Sleeve Length
6 inch and smaller Manufacturer's Standard
8 through 14 inch 7 inch
14 inch and larger 10 inch
2.5 CONCRETE FOR THRUST BLOCKS
A. As specified in Section 03 30 00 — Cast-In-Place Concrete. Concrete thrust blocks
to be provided at all pipeline bends, whether or not shown on the Plans.
2.6 FASTENERS
A. All fasteners shall include washers under both bolt head and nut unless the use of
washers is incompatible with the fitting design.
B. Unless otherwise noted, all bolts, tie rods, and T-bolts used to secure flanges,
fittings, and couplings located underground or submerged in liquid shall be Type
304 or 316 stainless steel per ASTM A320 or ASTM A193. Nuts shall be 304 or 316
stainless steel per ASTM A194 and washers shall be ASTM F436 Type 3.
C. Unless otherwise noted, all bolts, tie rods, and T-bolts used to secure flanges,
fittings, and couplings located indoors, above grade, and in vaults shall be carbon
steel conforming to ASTM A307, Grade B with ASTM A563, Grade A nuts and ASTM
F436 washers. Bolts, nuts, and washers shall be hot dipped galvanized in
accordance with ASTM F2329. Stainless steel meeting the requirements of
Paragraph B shall also be acceptable.
PART 3 EXECUTION
3.1 HANDLING AND DISTRIBUTION OF MATERIALS
A. Delivery: Handle pipe carefully to ensure delivery at the project site in sound,
undamaged condition. Contractor shall replace damaged pipe at no additional
expense to the Owner.
B. Storage: Do not store materials directly on the ground. Adequately support piping
to prevent warping. Use protective covers where pipe may be damaged by direct
sunlight.
C. No more than one week's supply of material shall be distributed in advance of pipe
laying operations, unless otherwise approved or required.
D. Before laying, pipe shall be inspected for cracked, broken, or defective pieces. Such
pieces shall be rejected. Pipe shall be carefully lowered into the trench to prevent
damage. All dirt or other foreign matter shall be removed from inside the pipe before
lowering into the trench.
3.2 COATING
A. Unless otherwise indicated in Part 2, all pipe and fittings shall be coated in
accordance with specification 09 90 00.
PIPE AND FITTINGS
40 05 00-3
Documentl
County of Fresno
Elkhorn Recharge Facility Project
3.3 INSTALLATION OF BURIED PRESSURE PIPING
A. General: Pipe, fittings, and appurtenances shall be installed in accordance with the
manufacturer's instructions.
B. Handling: The pipe shall be protected to prevent entrance of foreign materials
during laying operations. When laying is not in progress, open pipe ends shall be
protected with a watertight plug or other approved means to exclude water or foreign
material.
C. Alignment:
1. Mains shall be installed to the grades and elevations indicated and shall have
a minimum cover of 36-inches from the top of the pipe to existing ground or
paved surface unless otherwise indicated.
2. The allowable angle of deflection at any joint shall not exceed the amount
recommended by the pipe manufacturer for the particular pipe size used.
Deviation of any pipe section from the line and grade indicated shall not
exceed 1/2-inch.
D. Joints:
1. Pipe shall be assembled and joined in accordance with the manufacturer's
published instructions for the type of pipe and joint used. All portions of the
joints shall be thoroughly cleaned before the sections of pipe are assembled.
The ends of each pipe shall abut against the next pipe section in such a
manner that there shall be no unevenness of any kind along the bottom half
of the interior of the pipe. Where mechanical joints are used, the pipe shall
be marked in such a manner that it can be determined after installation that
the pipe is properly seated.
2. Where flexible couplings are used as expansion joints, the ends of the pipes
shall be separated 1-inch to allow for expansion. The welded seam at the
end of each coupled steel pipe shall be ground smooth for approximately 12-
inches. Couplings shall be centered on pipe ends. Runs of pipe containing
flexible couplings shall be properly blocked, anchored or tied to the structure
to prevent joints from separating.
3. Mechanical restrained joints shall be installed in accordance with joint
manufacturer's instructions and recommendation.
3.4 THRUST BLOCKS OR MECHANICAL RESTRAINED JOINTS
A. Thrust blocks shall be used only where specifically allowed on the drawings or with
prior approval by the Engineer.
B. Place concrete thrust blocks at all tees, elbows, plugs, and other locations where
unbalanced forces exist in underground pipe in accordance with details shown.
Place blocks between undisturbed ground and fitting to be anchored. Place blocking
so that pipe and fittings will be accessible for repairs. Thrust blocks shall be of such
PIPE AND FITTINGS
40 05 00-4
Documentl
County of Fresno
Elkhorn Recharge Facility Project
size as to give bearing against undisturbed vertical earth banks sufficient to absorb
the thrust from line pressure, allowing a maximum earth bearing pressure of 1,500
pounds per square foot per foot of depth below natural grade or as shown.
C. Restrained joint fittings may be used in-lieu of thrust blocks, at the discretion of the
Engineer. Contractor shall submit shop drawings showing methods of joint restraint
for each type of restrained joint fitting to be used including the length of pipe having
restrained push-on joints on all pipes which connect to the restrained fitting.
D. When it is necessary to restrain push-on joints adjacent to restrained fittings, a
harness restraint device shall be used. All harnesses shall have a pressure rating
equal to that of the pipe on which it is used. Harness assemblies including tie bolts
conform to ASTM A536.
3.5 INSTALLATION OF EXPOSED PIPING
A. General - Pipe shall be installed as specified, as indicated on the Plans or, in the
absence of detail piping arrangement, in a manner acceptable to the Engineer.
B. Pipe shall be cut from measurements taken at the site and not from the Plans. All
necessary provisions shall be taken in laying out piping to provide throughout for
expansion and contraction. Piping shall not obstruct openings or passageways.
Pipes shall be held free of contact with building construction so as not to transmit
noise resulting from expansion.
C. The inside of all pipe, valves, and fittings shall be smooth, clean, and free from
blisters, loose mill scale, sand, dirt, and other foreign matter when erected. The
interior of all lines shall be thoroughly cleaned, to the satisfaction of the Engineer,
before being placed in service.
D. In all piping except air piping, insulating fittings shall be provided to prevent contact
of dissimilar metals.
E. Pipe Joints - Pipe joints shall be carefully and neatly made in accordance with the
requirements that follow.
1. Threaded - Pipe threads shall conform to ANSUASME B1.20.1, NPT, and
shall be full and cleanly cut with sharp dies. Not more than three threads at
each pipe connection shall remain exposed after installation. Ends of pipe
shall be reamed, after threading and before assembly, to remove all burrs.
Threaded joints in plastic piping shall be made up with Teflon thread tape
applied to all male threads. Threaded joints in stainless steel piping shall be
made up with Teflon thread sealer and Teflon thread tape applied to all male
threads. At the option of the Contractor, threaded joints in other piping may
be made up with Teflon thread tape, thread sealer, or a suitable joint
compound. Thread tape and joint compound or sealers shall not be used in
threaded joints that are to be seal welded.
Threaded joints in steel piping for chlorine service shall be made up with
Teflon thread tape or paste applied to all male threads.
PIPE AND FITTINGS
40 05 00-5
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. Compression - Ends of tubing shall be cut square and all burrs shall be
removed. The tubing end shall be fully inserted into the compression fitting
and the nut shall be tightened not less than 1-1/4 turns and not more than 1-
1/2 turns past finger tight, or as recommended by the fitting manufacturer, to
produce a leak tight, torque-free connection.
3. Flared - Ends of annealed copper tubing shall be cut square and all burrs
shall be removed prior to flaring. Ends shall be uniformly flared without
scratches or grooves. Fittings shall be tightened as required to produce leak
tight connections.
4. Soldered and Brazed - Where solder fittings are specified for lines smaller
than 2 inches, joints may be soldered or brazed at the option of the
Contractor. Joints in 2 inch and larger copper tubing shall be brazed.
5. Flanged - Flange bolts shall be tightened sufficiently to slightly compress the
gasket and effect a seal, but not so tight as to fracture or distort the flanges.
A plain washer shall be installed under the head and nut of bolts connecting
plastic pipe flanges. Anti-seize thread lubricant shall be applied to the
threaded portion of all stainless steel bolts during assembly. Connecting
flanges shall have similar facings, i.e., flat or raised face.
6. Welded - Welding shall conform to the specifications and recommendations
contained in the "Code for Pressure Piping", ANSI B31.1.
7. Grooved Couplings - Grooves for grooved couplings shall be cut with a
specially designed grooving tool. Grooves cut in steel pipe shall conform to
flexible grooving dimensions as set forth in AWWA C606 and shall be clean
and sharp without burrs or check marks.
3.6 ACCEPTANCE TESTS AND INSPECTION FOR GRAVITY PIPING
A. General
1. All testing and inspection shall be performed after final backfill and
compaction operations are complete. If the Contractor so desires, he may
pretest the lines at his own expense, but final testing must be performed after
compaction requirements have been approved.
2. If any of the tests or inspections covered in this section indicates that sewers
require repair, then after repairs are complete, all testing and inspection shall
be performed again. The cost of any retests, including time for the Engineer,
shall be borne by the Contractor at no additional cost to the project.
B. Low-Pressure Air Test
1. Supply air to the test section slowly. A constant pressure of 3.5 psig shall be
reached and maintain internal pressure of at least 3.0 psig for at least five (5)
minutes.
PIPE AND FITTINGS
40 05 00-6
Documentl
County of Fresno
Elkhorn Recharge Facility Project
2. After the stabilization period, disconnect the air supply. A pressure loss of 0.5
psig is used to compute the allowable pressure loss using the following
formula.
3. The minimum allowable time in minutes for such a pressure drop is
determined from the formula T min= 0.000183D2L, where:
a. D = Nominal inside diameter of pipe (inches)
b. L = Length of pipe test section (feet)
4. Regardless of the formula, the minimum time allowed for pressure drop shall
be eight (8) minutes.
5. The pressure gage for monitoring the air pressure shall have a minimum
division of 0.10 psi increments.
6. A valid test is when the air pressure is released from the opposite end of the
inlet air entry connection with an air release apparatus outlet connection.
7. Adjustment of Pressure for Groundwater. Should the pipe section being
tested lie below the local groundwater table, the test pressures shall be raised
in proportion to the depth of the centerline of the pipe below the water table.
Additional pressure (beyond the 3.5 psig specified above) shall be added at
the rate of 0.433 psig per foot of depth below groundwater.
3.7 ACCEPTANCE TESTS FOR BURIED PRESSURE PIPING
A. General
1. All testing and inspection shall be performed after final backfill and
compaction operations are complete. If the Contractor so desires, he may
pretest the lines at his own expense, but final testing must be performed after
compaction requirements have been approved.
B. In general, tests shall be conducted in accordance with AWWA C600 and C651
except as otherwise herein specified.
C. All newly installed sections of buried pressure piping shall be pressure and leakage
tested as described herein.
1. For buried pressure pipelines, tests shall be made on two or more valved
sections not to exceed 2,500 feet in length. The Contractor shall furnish all
necessary equipment, material and labor required.
2. Tests shall be made after the trench has been backfilled and compacted, but
not until at least 5 days have elapsed since any thrust blocks in the section
have been poured.
3. The pipe shall be slowly filled with water and ensuring all air expelled from
section being tested. The line shall stand full of water for at least twenty-four
hours prior to testing to allow all air to escape. A test pressure equal to 1.5
PIPE AND FITTINGS
40 05 00-7
Documentl
County of Fresno
Elkhorn Recharge Facility Project
times the design pressure, of the pipe measured at the point of lowest
elevation pressure, or 100 psi, whichever is greater, shall be applied.
4. The test pressure in the line shall be maintained for a period of 2 hours. Test
pressure shall be maintained within 5 psi during the test period. Conduct a
leakage test concurrently with the pressure test. Leakage is defined as the
volume of water that must be supplied into the newly laid pipeline to maintain
pressure within +/- 5 psi of the test pressure after it is filled and purged of air.
The water required to maintain test pressure shall be measured by means of
a graduated barrel, drum, or similar device at the pump suction or through a
meter.
Allowable leakage at the specified test pressure shall not exceed the amounts
allowed by AWWA C600, L = SUyP
148,000
Where:
L = Allowable fluid loss, in gallon per hour.
S = Length of pipe tested, in feet.
D = Nominal diameter of the pipe, in inches.
P = Average test pressure during the hydrostatic test, in pounds per square inch
(psi).
Hydrostatic testing allowance per 1,000 ft. of pipeline in gph.
PSI 4" 6" 8" 101, 12" 14" 16" 18" 20" 24"
200 0.38 0.57 0.76 0.96 1.15 1.34 1.53 1.72 1.91 2.29
175 0.36 0.54 0.72 0.89 1.07 1.25 1.43 1.61 1.79 2.15
150 0.33 0.50 0.66 0.83 0.99 1.16 1.32 1.49 1.66 1.99
125 0.30 0.45 0.60 0.76 0.91 1.06 1.21 1.36 1.51 1.81
100 0.27 0.41 0.54 0.68 0.81 0.95 1.08 1.22 1.35 1.62
5. Should testing disclose any visible leaks or leakage greater than that allowed,
the defective joints or pipe shall be located, repaired, and re-tested until
satisfactory. The cost of any retests, including time for the Engineer, shall be
borne by the Contractor at no additional cost to the project.
END OF SECTION
PIPE AND FITTINGS
40 05 00-8
Documentl
County of Fresno
Elkhorn Recharge Facility Project
SECTION 40 91 24
PROPELLER METER
PART 1 GENERAL
1.1 WORK INCLUDED
A. Furnish and install two (2) open propeller flow meters as indicated in the Plans.
1.2 RELATED WORK
A. Division 03 - Concrete
B. Section 40 05 00 — Piping and Fittings
1.3 GENERAL
A. Equipment furnished and installed under this section shall be placed in operating
condition in full conformity with drawings, specifications, engineering data,
instructions and recommendations of the equipment manufacturer unless
exceptions are noted by the Engineer.
B. This unit shall be furnished and installed complete with all anchors and supports; all
mechanical and electrical equipment required for proper operation, and all additional
materials or construction required by manufacturers design.
1.4 SERVICE CONDITIONS
A. Open Flow Propeller Meter
1. Open flow propeller meter shall include the following features as indicated
below:
New
No. of Units 2
Flow meter Size, inches, diameter 42
Flow range, gpm 2,200-22,000
Accuracy within flow range, percent ± 2
2. The meter shall be a 42" McCrometer M1700 open flow meter installed per
the Plans and manufacturer's requirements or approved equivalent.
3. The new flowmeter shall have a rate of flow indicator calibrated in gallons per
minute, and a totalizer in Acre Feet.
PROPELLER METER
4091 24-1
Documentl
County of Fresno
Elkhorn Recharge Facility Project
1.5 SUBMITTALS
A. As specified in the General Conditions and Section 01 33 00 — Submittals.
B. Complete data, and detailed drawings of the equipment.
PART 2 PRODUCTS
2.1 OPEN FLOW PROPELLER METER
A. The new open propeller meters shall be 42" McCrometer M1700 open flow meters
or approved equivalent.
B. The open flow meters shall be constructed of stainless steel and incorporate bronze
mounting brackets that permit simple installation and removal.
C. Propeller bearings shall be stainless steel and shall be factory lubricated for the life
of the meter.
D. The register shall be hermetically sealed within a die cast aluminum case including
a domed acrylic lens and hinged lens cover with locking hasp.
E. Mechanical register indicating instantaneous flow in gallons per minute and totalizer
in acre-feet.
PART 3 EXECUTION
3.1 INSTALLATION
A. The new propeller meters shall be installed in as indicated in the Plans and per
manufacturer's requirements.
B. Following the completion of installation, the new flow meters shall be tested for
proper operation using clean water. At least 20000 gallons shall be passed through
the meter during the test. Readings on totalizer shall be recorded to verify accuracy
of meter.
END SECTION
PROPELLER METER
4091 24-2
Documentl
Project Details
Contract Number 24-03-C
PROJECT
COUNTY OF FRESNO
ELKHORN RECHARGE FACILITY
E.-CLARKSON AVE..
VICINITY MAP
HUNTINGTON
FRIANT
BIOLA
<IKERMAN - DUNLAP-
SELMA N
THREE ROCKS_MALAG
LATON w+E
TS
COUNTY OF FRESNO FI POINv s
ELKHORN RECHARGE FACILITY COALINGA HURON PROJECT
_J SUPERVISOR DISTRICT#4
u.i
Q =
w
N
E.-ELKHORN AVE. �
a W E
0
w
U S
cn
SCALE: 0 0.125 0.25 0.5 Miles LOCATION MAP
DEPARTMENT OF PUBLIC WORKS
` AND PLANNING
p� s
FRESH
4" Typ.
6„ 318"hole typ.
4 ea.
34" PROJ CT NAML - Typ 2
„
6"
34� ERICAN R S
CUE PLAN ACT
6"
4F-OlfP HIS PROJECT IS SUP RTED, IN PART, BYAMERICANJI„TYP
RESCUE PLAN ACT FUNDS AWARDED TO COUNTY OFF
FRESNO BY THE U.S. DEPARTMENT OF THE TREASURY.
co
L 11 1 w 11
INVESTING IN 3
� o FRES AMERICA
� H
3"
DATE: SCALE: NONE � CoU DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: N/A
DRAWN: R.O.J. DRAWING NO. XX CONSTRUCTION PROJECT
o ng6 o FUNDING SIGN
CHECKED: S.A. FRES
OORE TWINING
A SSOC / A
GEOTECHNICAL ENGINEERING INVESTIGATION
ELKHORN RECHARGE FACILITY PROJECT
NORTHEAST CORNER OF ELKHORN AVENUE
AND HIGHWAY 41
FRESNO COUNTY, CALIFORNIA
Project Number: A55568.01
For:
Mr. Kevin R. Johansen, P.E.
Provost&Pritchard Consulting Group
455 West Fir Avenue
Clovis, California 93611-0242
January 26, 2024
PH:559.268.7021
www.mooretwining.com
OORE TWINING
A SSOC / A
January 26, 2024 A55568.01
Mr. Kevin R. Johansen, P.E.
Provost& Pritchard Consulting Group
455 West Fir Avenue
Clovis, California 93611-0242
Subject: Geotechnical Engineering Investigation
Elkhorn Recharge Facility Project
Northeast Corner of Elkhorn Avenue and Highway 41
Fresno County, California
Dear Mr. Johansen:
We are pleased to submit this geotechnical engineering investigation report prepared for the
proposed Elkhorn Recharge Facility Project planned for Fresno County Department ofPublic Works
and Planning,to be located northeast of the corner of Elkhorn Avenue and Highway 41 in Caruthers,
Fresno County, California. The contents of this report include the purpose of the investigation,
scope of services, background information, investigative procedures, our findings, evaluation,
conclusions, and recommendations.
We appreciate the opportunity to be of service. If you have any questions regarding this report, or
if we can be of further assistance, please contact us at your convenience at (800) 268-7021.
Sincerely,
MOORE TWINING ASSOCIATES,INC.
Shaun Reich, EIT
Project Engineer
PH:559.268.7021
www.mooretwining.com
A55568.01
TABLE OF CONTENTS
Page
1.0 INTRODUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
2.0 PURPOSE AND SCOPE OF INVESTIGATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
2.1 Purpose . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
2.2 Scope . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
3.0 BACKGROUND INFORMATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
3.1 Site Description . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
3.2 Site History and Previous Studies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
3.3 Anticipated Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
4.0 INVESTIGATIVE PROCEDURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
4.1 Field Exploration . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
4.1.1 Site Reconnaissance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
4.1.2 Drilling Test Borings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
4.1.3 Soil Sampling . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9
4.2 Laboratory Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9
5.0 FINDINGS AND RESULTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9
5.1 Surface and Subsurface Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9
5.2 Soil Profile . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10
5.3 Soil Engineering Properties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10
5.4 Groundwater Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11
6.0 EVALUATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12
6.1 Existing Site Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12
6.2 Expansive Soils . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12
6.3 Slope Stability Analysis . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13
6.4 Volume Loss/Earthwork Shrinkage Estimate . . . . . . . . . . . . . . . . . . . . . . . . . . 14
6.5 Surface Erosion Potential of Channel and Basin Side Slopes . . . . . . . . . . . . . . . 14
6.6 Seismic Ground Rupture and Design Parameters . . . . . . . . . . . . . . . . . . . . . . . . 15
6.7 Liquefaction and Seismic Settlement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15
6.8 Soil Corrosion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16
6.9 Sulfate Attack of Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17
A55568.01
TABLE OF CONTENTS
Page
7.0 CONCLUSIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18
8.0 RECOMMENDATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19
8.1 General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19
8.2 Slope Gradients, Erosion Protection and Maintenance . . . . . . . . . . . . . . . . . . . . 20
8.3 Site Preparation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22
8.4 Engineered Fill . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25
8.5 Conventional Shallow Spread Foundations for Drainage Control Structures . . . 27
8.6 Shoring and Temporary Excavations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30
8.7 Pipelines and Trenches . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31
8.8 Corrosion Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33
9.0 DESIGN CONSULTATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34
10.0 CONSTRUCTION MONITORING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34
11.0 NOTIFICATION AND LIMITATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35
APPENDICES
APPENDIX A-Drawings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . A-1
Drawing No. 1 - Site Location Map
Drawing No. 2 - Test Boring Location Map
APPENDIX B -Logs of Borings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-1
APPENDIX C - Results of Laboratory Tests . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . C-1
GEOTECHNICAL ENGINEERING INVESTIGATION
ELKHORN RECHARGE FACILITY
NORTHEAST CORNER OF ELKHORN AVENUE
AND HIGHWAY 41
FRESNO COUNTY, CALIFORNIA
Project Number: A55568.01
1.0 INTRODUCTION
This report presents the results of a geotechnical engineering investigation for the improvements
planned for the Elkhorn Recharge Project, located northeast of the corner of Elkhorn Avenue and
State Route 41, nears Caruthers, in Fresno County, California. Moore Twining Associates, Inc.
(Moore Twining)was authorized by Provost&Pritchard to perform this geotechnical engineering
investigation.
The contents of this report include the purpose of the investigation and the scope of services
provided. The site history, previous studies, site description, and anticipated construction are
discussed. In addition,a description of the investigative procedures used and the subsequent findings
obtained are presented. Finally, the report provides an evaluation of the findings, general
conclusions,and related recommendations. The report appendices contain the drawings(Appendix
A), the logs of borings (Appendix B), and the results of laboratory tests (Appendix Q.
The Geotechnical Engineering Division of Moore Twining, headquartered in Fresno, California,
performed the investigation.
2.0 PURPOSE AND SCOPE OF INVESTIGATION
2.1 Purpose: The purpose of the investigation was to conduct an exploration program,
evaluate the data collected during the field investigation and laboratory testing, and provide
geotechnical engineering recommendations for project design.
2.1.1 Recommendations for 2022 California Building Code seismic coefficients
and earthquake spectral response acceleration values;
2.l.2 Geotechnical parameters for use in design of the drainage structures, (e.g.,
soil bearing capacity, lateral earth pressures, settlement, etc.);
2.1.3 Analysis of slope stability to provide recommendations for grading of the
canal and basin side slopes;
2.1.4 Analysis of fill slope stability for the earthen berms in the shooting range
area;
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 2
2.1.5 Recommendations for site preparation including placement, moisture
conditioning, and compaction of engineered fill soils;
2.1.6 Recommendations for temporary excavations,trench excavation, and trench
backfill;
2.1.7 Discussion of potential liquefaction and seismic settlement impacts;
2.1.8 Conclusions regarding soil corrosion potential.
This report is provided specifically for the proposed improvements described in the Anticipated
Construction section of this report. This investigation did not include a geologic/seismic hazards
evaluation, seepage analysis, liquefaction analysis, scour analysis, environmental investigation, or
environmental audit.
2.2 Scope: Our proposal, reference MTP23-0336,with a revised date of June 7, 2023,
outlined the scope of our services. The actions undertaken during the investigation are summarized
as follows.
2.2.1 A 60% progress Plan Set entitled Elkhorn Recharge Facility, prepared by
Provost and Pritchard, dated August 7, 2023, was reviewed.
2.2.2 A report titled "Subsurface Exploration and Preliminary Assessment of
Infiltration Characteristics, Proposed Recharge Basin Site Northeast Corner
of Elkhorn Avenue and Highway 41, Fresno County, California,"prepared
by Moore Twining, dated May 9, 2016,was reviewed.
2.2.3 A report prepared by our firm titled"Subsurface Exploration and Preliminary
Assessment of Infiltration Characteristics; Proposed Recharge Basin;
Northeast of Intersection of Elkhorn Avenue and Highway 41, Fresno
County, California", Final dated October 23, 2020, was reviewed.
2.2.4 A visual site reconnaissance and subsurface exploration were conducted.
2.2.5 Satellite images of the site from 1985 to 2023 from online sources, were
reviewed.
2.2.6 Laboratory tests were conducted to determine selected physical and
engineering properties of the subsurface soils encountered.
2.2.7 Mr. Kevin Johansen, P.E., (Provost & Pritchard) was consulted during
the investigation.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 3
2.2.8 The data obtained from the investigation were evaluated to develop an
understanding of the subsurface soil conditions and the engineering properties
of the subsurface soils.
2.2.9 This report was prepared to present the purpose and scope, background
information,field exploration procedures,findings,evaluation,conclusions,
and recommendations.
The scope of work did not include direct testing of the permeability or infiltration rates of the soils.
The investigation did not include a hydrogeologic evaluation or estimates of a specific infiltration
rate, nor did it include an assessment of other characteristics of the site which would need to be
evaluated to assess the potential for groundwater recharge,such as groundwater quality,groundwater
flow direction, land use, or an environmental site assessment.
3.0 BACKGROUND INFORMATION
The site description, site history,previous studies,and the anticipated construction are summarized
in the following subsections.
3.1 Site Description:The overall project site is located at the northeast corner of Elkhorn
Avenue and State Route 41 near Caruthers,in Fresno County,California. The overall site includes
the shuttered Elkhorn Correctional Facility. The immediate site proposed to support the recharge
basin is located within the northern portion of the overall property. This area was previously used
for agricultural field crops with below-grade irrigation piping. Rodent burrow holes were observed
throughout the project site. In addition, at the time of field investigation, an above-grade
embankment area was observed within the northern-central portion of the basin which appeared to
be about four(4)to five(5)feet above the surrounding grade surface. The embankment areas were
fenced, so direct observations were not available. The embankments are assumed to have been
constructed as several sewage treatment ponds with related piping and equipment associated with
the former correctional facility. The sewage treatment ponds were comprised of several cells that
are separated by earthen embankments. In addition, fencing for livestock enclosures and a former
shade structure were located within the northeastern portion of the proposed recharge basin area.
In addition,underground concrete irrigation piping was observed in an east to west direction along
the southern portion of the drainage basin. It is further assumed that concrete irrigation piping may
be present in additional areas not immediately observed at the time of field reconnaissance.
At the time of our field reconnaissance, the overall site had been recently deeply tilled, thus
preventing access with truck-mounted drill rig. Unpaved access-roads were located along the
property edges. The Elkhorn Correctional Facility area was fenced and an asphalt paved roadway
extends from this area to Elkhorn Avenue.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 4
An abandoned well was observed within the northwestern portion of the site,adjacent to a concrete
standpipe and various scattered piping and equipment. Another well and concrete pad was observed
near the central portion of the conveyance canal alignment. The conveyance canal is proposed to
be constructed to the west of the asphalt paved access roadway. At the time of our site
reconnaissance,this alignment appeared to contain a ditch with depths of about three(3)to four(4)
feet below site grade. The ditch and surrounding areas were observed to support tall dried grass, so
the depth and width of the observed ditch is approximate. Soil spoils appeared to the west of the
ditch alignment. At the northern portion of the ditch alignment,it appeared that an area was sloped
for drainage.
3.2 Site History and Previous Studies: It is our understanding that the subject site has
been historically used for agricultural purposes, and for the former Elkhorn Correctional Facility,
which closed in 2009.
A report titled"Subsurface Exploration and Preliminary Assessment of Infiltration Characteristics,
Proposed Recharge Basin Site Northeast Corner of Elkhorn Avenue and Highway 41, Fresno
County, California," prepared by Moore Twining, dated May 9, 2016, was reviewed. The
exploration included three(3)borings and evaluation of soil conditions in the southwest portion of
the proj ect area(see Drawing No.2 in Appendix A for the approximate boring locations). The report
states: "On April 4, 5, and 6, 2016, two (2)borings were drilled to a depth of about 100 feet and one
(1) boring was drilled to a depth of about 150 feet using a CME-75 hollow-stem auger drilling rig
equipped with 6-518 inch outside diameter(O.D)hollow stem augers....The majority(about 314)of
the subsurface soils encountered in the test borings were granular soils described as silty sands,
poorly graded sands, and poorly graded sand with silt. However, these soils were interbedded with
clay soils which were described as lean clays and silty clays. Interbedded silt layers were also
encountered. The clayey soils layers were typically estimated to be about 5 to 10 feet thick. The
majority of the clay soils encountered in the borings were about 25 to 50 feet below site grade
(BSG).
The silty sands, poorly graded sands, and poorly graded sand with silt were typically loose to
medium dense to depths of about 30 feet BSG, as determined by standard penetration test (SPT)
resistance, N-values, ranging from 3 to 17 blows per foot. Below a depth of about 30 feet BSG, the
granular soils were medium dense, as determined by standard penetration resistance, N-values,
ranging from 11 to greater than 50 blows per foot. The lean clays and silty clays were
predominantly stiff to medium stiff, as determined by standard penetration resistance, N-values,
ranging from 11 to 28 blows per foot, with medium stiff and hard clay encountered at varying
depths. The silts were stiff to very stiff, as determined by standard penetration resistance,N-values,
ranging from 15 to 29 blows per foot.
Groundwater was not encountered in the test borings drilled to maximum depth of about 150 feet
BSG. Review of the Department of Water Resources (DWR) website and maps of lines of equal
elevation in wells for various years between 2006 and 2011 (most recent data) suggest that the
groundwater depth in the site area declined from about 115 feet BSG to a depth of 130 feet BSG
during the period of 2006 to 2011.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 5
In general, the subsurface soils encountered to the maximum depth explored (150 feet BSG) are
indicative of generally favorable conditions for infiltration of water, such as for use of a recharge
basin....About three quarters of the soils encountered consisted of granular soils which were
described as silty sands,poorly graded sands, and poorly graded sand with silt which are favorable
for infiltration of surface water. The granular soils were interbedded with clay soils which were
described as lean clays and silty clays. Interbedded silt layers were also encountered. The clayey
soils layers were typically estimated to be about 5 to 10 feet thick. The majority of the clay soils
were encountered below depths of about 25 to 50 feet below site grade (BSG)...Based on the
thickness, depth, and lack of continuity of the clay soils encountered, the clay soils do not appear
to present a significant lateral restriction to downward migration of water when considering the
overall size of the basin anticipated at the site (proposed 40 to 80 acre basin). "
A report titled"Subsurface Exploration and Preliminary Assessment of Infiltration Characteristics,
Proposed Recharge Basin Site Northeast Corner of Elkhorn Avenue and Highway 41, Fresno
County, California," prepared by Moore Twining, dated October 23, 2020, was reviewed. The
exploration included five (5) borings and evaluation of soil conditions in the central and eastern
portion of the project area. The report states: "On August 28`", 31 st, and September 1", 2020,five
(5)borings were drilled to depths of about 50 feet below site grade(BSG) using a CME-75 hollow-
stem auger drilling rig equipped with 6-518 inch outside diameter(O.D)hollow stem augers....The
subsurface soils encountered included interbedded silty sands,poorly graded sands,poorly graded
sands with silt, silt, sandy silt, silty clay with sand, and lean clay. The silty sands,poorly graded
sands, and poorly graded sands with silt comprised the majority of the soils encountered. These
granular soils are significantly more permeable that the silts and clays (remainder of the soil types
encountered). Silty sands, poorly graded sands, and poorly graded sands with silt comprised
roughly 60 to 80 percent of the soils encountered, with remaining areas encountered a higher
percentage (60 percent) of the soils which were estimated to have lower permeability; with only
about 40 percent of the higher permeable soils(silty sands,poorly graded sands, and poorly graded
sands with silt).
The silty sands,poorly graded sands, and poorly graded sand with silt were typically loose to medium
dense to depths of about 30 feet BSG, as determined by standard penetration test(SPT)resistance,N-
values, ranging from 4 to 23 blows per foot. Below a depth of about 30 feet BSG, the granular soils
were typically in the medium dense range (standard penetration resistance, N-values, ranging from
10 to 30 blows per foot). The silts,sandy silts,silty clay with sand, and lean clays were predominantly
stiff to very stiff, with standard penetration resistance, N-values,from 8 to 32 blows per foot, with
medium stiff(N-value<8) and hard soils (N-value>32) encountered at varying depths.
With the exception of an approximate I foot thick layer of perched water (wet, silty sand soils)
encountered in boring B-5 at a depth of about 40 feet BSG, groundwater was not encountered in the
test borings drilled for this assessment, to the maximum depths drilled of about 51%feet BSG.
Groundwater was not encountered in the test borings drilled within the southwestportion of the basin
site in 2016, to a maximum depth of about 150 feet BSG.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 6
Review of the Department of Water Resources(DWR)website and maps of lines of equal elevation in
wells for several years from 2006 to 2011 suggest that the groundwater surface elevations at the site
declined from about 125 feet AMSL to about 110 feet AMSL during that period. Review of the
Department of Water Resources (DWR) website and maps of lines of equal elevation in wells
(https:llsgma.water.ca.govlwebgisl?appid=SGMADataViewer#gwlevels) for Spring and Fall
measurements made during the the years of 2013 to 2018 (most recent data) suggest that the
groundwater surface elevations at the site declined from about I10 feet AMSL to about 90 feet AMSL
during that more recent period. Considering the approximate average ground surface elevation at the
site of 240 feet AMSL, the data indicates the depth to water below the site was about 150 feet BSG in
2018.
Historical groundwater information for three(3)individual wells at or near the site was obtained from
the DWR website. Data for well 364902N1197907W001, located near the intersection of the Elkhorn
Detention Facility access road and Elkhorn Avenue, indicates that the water surface elevations
dropped from 120 feet AMSL (about 120 feet BSG) in March 2011 to 91 feet AMSL (about 149 feet
BSG) in March 2019.
Data for well 364977N1197735W001, located near the northeast corner of the site, indicates that the
water surface elevations consistently rosefrom 125feetAMSL in 1995 to I70feetAMSL in 1999, then
droppedfrom 170feetAMSL in 1999 to 127feetAMSL in 2008. From 2008 to 2013, the groundwater
surface elevation was relatively constant rising only slightly from 127 feet AMSL to 134 feet AMSL.
Data for 2015 and 2016 indicate lower groundwater levels of 97 and 102 feet AMSL, respectively
(about 143 and 138 feet BSG).
Data for well 364821N1197710W001, located about'/ mile south of the southeast corner of the site,
indicates that the water surface elevations consistently declined from 171 feet AMSL in 1999 to 122
feet AMSL in 2008, then remained relatively constant at about 122 feet AMSL from 2008 to 2013.
Data for 2015 and 2016 indicate lower groundwater levels of 90 and 100 feet AMSL, respectively.
The data indicates that groundwater levels in the site area have dropped about 20 to 30 feet in the past
7 to 9 years.
At the time of preparation of this report, no previous geotechnical engineering, geological, or
compaction test reports conducted for this site were provided for review. If these reports become
available, the reports should be provided for review and consideration for this project.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 7
3.3 Anticipated Construction: Per the referenced 60 percent Plan Set for the Elkhorn
Recharge Project, the subject site is reported to be constructed with a below-grade recharge basin
within an area of 47.2 acres to the toe of bank, an un-lined conveyance canal with metering
structures, and a shooting range with earthen berms. It is our understanding that the proposed
conveyance channel will bare and will connect the Liberty Canal,which is located south of Elkhorn
Avenue,to the proposed below-grade recharge basin. The conveyance canal will be constructed with
a turnout box, valving, and a debris grate at the Liberty canal, two (2) 42 inch diameter pipelines
with a length of 144 linear feet leading to a concrete cutoff collar inlet leading to the conveyance
canal with retaining walls,rip rap,and canal lining cutoff walls. The below-grade conveyance canal
is reported to be constructed with a length of about 2,200 lineal feet and a top width of 42 feet,side-
slopes of 2H:IV, an invert width varying from 22 feet at Station 12+03 (near the inlet structure)to
an about 7 foot wide invert at Station 34+06 (near outlet structure). The depth varies from about 5
feet to about 9 feet. The un-lined conveyance canal is further reported to be designed for a water
flow of 25 cubic feet per second. The conveyance canal further leads to a concrete outlet with
retaining wall and valving. From the outlet, a single 48-inch diameter concrete pipe will extend
about 23 lineal feet to an 84-inch diameter concrete standpipe,where an additional 245 lineal feet
of 48-inch diameter reinforced concrete pipe will daylight at the recharge basin. The inlet and outlet
structures are anticipated to include reinforced concrete pipe (RCP)with reinforced concrete head
walls and wing walls(retaining walls). The retaining walls are reported to be constructed to heights
up to 12 feet.
The overall recharge basin area is proposed to be excavated below-grade, with cut depths ranging
from 11 to 14 feet below existing grades. The bank slopes are indicated on the referenced plans with
side slopes of 4H to IV. The spoils from the recharge basin excavation are planned to be used to
construct berms within the shooting range.
The embankments within the shooting range are planned up to heights of 26-feet with a 2H:1 V slope
on the interior side and a 2H:1 V slope on the exterior side.
It is also our understanding that bullets used in the shooting range will be periodically removed from
sand which will be stockpiled in front the embankment.
Beyond the reinforced concrete piping constructed below Elkhorn Avenue connecting the Liberty
canal to the conveyance canal inlet structure and connecting the conveyance canal outlot structure
to the recharge basin,underground utilities and pavements are not anticipated as part of the project.
For the purpose of this report, maximum line loads of about 2 to 3 kips per foot are anticipated for
design of continuous foundations associated with the concrete structure.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 8
4.0 INVESTIGATIVE PROCEDURES
The field exploration and laboratory testing programs conducted for this investigation are
summarized in the following subsections.
4.1 Field Exploration: The field exploration consisted of a site reconnaissance,drilling
test borings, conducting standard penetration tests, and soil sampling.
4.1.1 Site Reconnaissance: The site reconnaissance consisted of walking the site
and noting visible surface features. The reconnaissance was conducted by a staff engineer of Moore
Twining on July 13th and 141h 2023. The features noted are described in the background information
section of this report.
4.1.2 Drilling Test Borings: Prior to drilling,the site was marked for Underground
Service Alert for members to mark out the locations of existing public utilities. The locations of the
test borings were coordinated with Provost and Pritchard.
The test borings were permitted through Fresno County Department of Public Health,Environmental
Health Division (We1110084560) and as required, were backfilled with cement grout sealing
material. Excess cuttings from drilling of soil borings were broadcast on-site.
On July 13th and 14th, 2023, nine (9) test borings were drilled within the areas of the conveyance
channel and the recharge basin to depths ranging from 5 to 20 feet below site grade(BSG). The test
borings were drilled using a truck-mounted CME-75 drill rig equipped with 6-5/8 inch outside
diameter(O.D.)hollow-stem augers and a 4-inch diameter hand auger.
During the drilling of the test borings,bulk and relatively undisturbed samples of soil were obtained
for laboratory testing. The test borings were drilled under the direction of a Moore Twining
professional geotechnical engineer. The soils encountered in the test borings were logged during
drilling by a representative of our firm. The field soil classification was in accordance with the
Unified Soil Classification System, and consisted of particle size, color, and other distinguishing
features of the soil.
The presence and elevation of free water, if any, in the borings were noted and recorded during
drilling and immediately following completion of the borings.
Test boring locations were determined with reference to existing site features shown on the site plan.
The locations,as described,should be considered accurate to within about 10 feet. After completion
of drilling, the borings were backfilled with neat cement grout. The approximate locations of the
borings are shown on Drawing No. 2 in Appendix A of this report.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 9
4.1.3 Soil Sampling: Standard penetration tests were conducted in the test borings,
and both disturbed and relatively undisturbed soil samples were obtained.
The standard penetration resistance,N-value, is defined as the number of blows required to drive a
standard split barrel sampler into the soil. The standard split barrel sampler has a 2-inch O.D. and
a 1%-inch inside diameter (I.D.). The sampler is driven by a 140-pound weight free falling
30 inches. The sampler is lowered to the bottom of the bore hole and set by driving it an initial
6 inches. It is then driven an additional 12 inches and the number of blows required to advance the
sampler the additional 12 inches is recorded as the N-value.
Relatively undisturbed soil samples for laboratory tests were obtained by pushing or driving a
California modified split barrel ring sampler into the soil. The soil was retained in brass rings,
2.5 inches O.D. and 1-inch in height. The lower 6-inch portion of the samples were placed in close-
fitting,plastic,airtight containers which,in turn,were placed in cushioned boxes for transport to the
laboratory. Soil samples obtained were taken to Moore Twining's laboratory for classification and
testing.
4.2 Laboratory Testing: The laboratory testing was programmed to determine selected
physical and engineering properties of selected samples of the soils encountered. The tests were
conducted on disturbed and relatively undisturbed samples considered representative of the
subsurface soils encountered.
The results of laboratory tests are summarized in Appendix C. These data, along with the field
observations, were used to prepare the final test boring logs in Appendix B.
5.0 FINDINGS AND RESULTS
The findings and results of the field exploration and laboratory testing are summarized in the
following subsections.
5.1 Surface and Subsurface Conditions: At the time of our field exploration, the
surface in the recharge basin area and shooting range berm consisted of deeply tilled soil. The area
of the conveyance channel appeared to be a former ditch that was covered with a heavy growth of
seasonal grasses and weeds. At the time of our observations, the eastern portion of the basin,
including the area of the existing embankments at the former sewage ponds and livestock fencing,
was covered with a heavy growth of seasonal grasses and weeds. An abandoned well was observed
within the western portion of the recharge basin. Another well was observed near the entrance to
the Elkhorn Correctional facility gate. In addition, irrigation piping was observed to be aligned in
an east to west direction along the southern portion of the drainage basin.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 10
5.2 Soil Profile: The soil profile encountered at the boring locations varied. The near-
surface soils encountered within the conveyance canal alignment (Borings B-1 through B-3)
generally consisted of surficial silt with varying amounts of sand extending to depths ranging from
31/2 feet to 8 1/2 feet overlying a discontinuous layer of silty sand. The sandy silt and the discontinuous
silty sand were further underlain by poorly graded sand extending to the maximum depth explored,
20 feet BSG. The near-surface soil encountered within the recharge basin(Borings B-4 through B-9)
generally encountered a surficial layer of silty sand extending to depths ranging from 6 inches to 9
feet BSG. However, Boring B-7, hand augured in the central portion of the area proposed for the
basin encountered a surficial layer of sandy silt extending to the maximum depth hand-augured,
about 5 feet BSG. In addition, an isolated lens of lean clay was encountered within Boring B-9 at
a depth of 6 inches extending to a depth of 31/2 feet BSG. Below these varied soils, the remaining
borings advanced around the basin area generally encountered sandy silt extending to depths ranging
from 10 to 18%2 feet BSG. The sandy silt was underlain by a discontinuous lens of silty sand further
extending to depths ranging from 131/2 to 18%2 feet BSG. The sandy silt and the silty sand were
underlain by poorly graded sand extending to a depth of 20 feet BSG,the maximum depth explored.
The foregoing is a general summary of the soil conditions encountered in the test borings drilled for
this investigation. Detailed descriptions of the soils encountered at each test boring location are
presented in the logs of borings in Appendix B. The stratification lines in the logs represent the
approximate boundary soil types; the actual in-situ transition may be gradual.
5.3 Soil Engineering Properties: The following is a description of the soil engineering
properties as determined from our field exploration and laboratory testing.
Native Silt with varying amounts of Sand: The native silt with varying amounts of sand soils
encountered were described as stiff to hard,as indicated by standard penetration resistance,N-values,
and SPT equivalent N-values (estimated by driving a California Modified split barrel sampler)
ranging from 8 to 43 blows per foot. Ten(10)relatively undisturbed samples revealed dry densities
of 80, 80.6, 93.9,94.4, 97.4, 100.1, 104.6, 108, 110 and 110.6 pounds per cubic foot. The moisture
content of the samples tested ranged from 2.9 to 19.8 percent. Two(2) direct shear tests resulted in
internal angles of friction of 30 and 31 degrees,each with a cohesion value of 180 pounds per square
foot, respectively. Two (2) atterberg limits tests indicated the samples were non-plastic.
Native Silty Sand:The native silty sand soils encountered were described as loose to medium dense,
as described by standard penetration resistance,N-values, and SPT equivalent N-values (estimated
by driving a California Modified split barrel sampler)ranging from 8 to 25 blows per foot. Two(2)
relatively undisturbed samples revealed dry densities of 10 1.3 and 109.2 pounds per cubic foot. The
moisture content of the samples tested ranged from 3 to 11 percent. One(1)direct shear test resulted
in an internal angle of friction of 30 degrees and a cohesion value of 350 pounds per square foot.
One (1) atterberg limits test indicated the sample was non-plastic.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 11
Native Poorly Graded Sands:The native poorly graded sands encountered were described as loose
to medium dense,as indicated by standard penetration resistance,N-values,and SPT equivalent N-
values(estimated by driving a California Modified split barrel sampler),ranging from 7 to 18 blows
per foot. Two(2)relatively undisturbed samples revealed dry densities of 90.5 and 91.4 pounds per
cubic foot. The moisture content of the soils tested ranged from 1.4 to 4.0 percent. One (1) direct
shear test resulted in an internal angle of friction of 29 degrees with a cohesion value of 320 pounds
per square foot.
Native Lean Clays:A lens of native lean clay soils was encountered in Boring B-9 extending from
a depth of /2-foot BSG to a depth of about 31/2 feet BSG. An atterberg limits test indicated the
sample was non-plastic.
Expansion Index Tests: The results of an expansion index test conducted on a near surface silty
sand and sandy lean clay sample from boring B-9 indicated an expansion index of 1. The results of
an expansion index test conducted on a near surface silty sand sample from boring HA-1 indicated
an expansion index of 0.
Chemical Tests: Chemical tests performed on two (2) near surface soil samples resulted in pH
values of 8.7 and 9.4;minimum resistivity values of 4,500 and 5,200 ohms-centimeter respectively;
with both samples testing less than 0.004 percent detected percent by weight concentrations of
sulfate; and less than 0.004 percent by weight concentrations of chloride.
5.4 Groundwater Conditions: Groundwater was not encountered in any of the borings
to the maximum depth explored,211/2 feet BSG,during our July 13'and 14t1i,2023 field exploration.
Recent groundwater data from the Department of Water Resources Sustainable Groundwater
Management Act (SGMA) Data Viewer website, the groundwater contour depth at the site was
observed to be about 180 feet BSG in the Spring 2023.
Based on our review of the Department of Water Resources website, a well located about 1 mile
south of the site indicated groundwater observations began in March of 1969, and the depth to
groundwater ranged from about 50 feet BSG in March of 1970 to the most recent depth of about 123
feet BSG in March, 2023. Furthermore, a well located about 11/4 mile south-southwest of the site
indicated groundwater observations began in February of 1999, and has ranged from about 92 feet
BSG in March of February 1999 to the most recent depth of about 179 feet BSG in March, 2023.
It should be recognized; however, that groundwater elevations fluctuate with time, since they are
dependent upon seasonal precipitation,irrigation,land use, and climatic conditions as well as other
factors. Therefore, water level observations at the time of the field investigation may vary from
those encountered both during the construction phase and the design life of the project. The
evaluation of such factors was beyond the scope of this investigation and report.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 12
6.0 EVALUATION
The data and methodology used to develop conclusions and recommendations for project design and
preparation of construction specifications are summarized in the following subsections. The
evaluation was based upon the subsurface soil conditions encountered during this investigation and
our understanding of the proposed construction. The conclusions obtained from the results of our
evaluations are described in the Conclusions section of this report.
6.1 Existing Site Conditions: At the time of our field investigation, the area of the
recharge basin,the conveyance channel,and the shooting range had been tilled and areas containing
tall dry weeds were noted. In addition, existing site features included fencing, former wastewater
ponds and equipment,livestock pens and shade structure,as well as below ground concrete irrigation
piping and standpipes. As part of the proposed construction, the existing improvements will need
to be removed from the areas of new improvements. As part of the site/subgrade preparation for
areas of new improvements, soils which are disturbed from removal of existing improvements will
also need to be excavated to expose undisturbed native soils prior to backfill of the excavations as
engineered fill.
Depending on the time of construction, the subgrade soils in the former wastewater ponds may
contain soils that are significantly above optimum moisture content and aeration and/or stabilization
of the bottom of the excavations may be required to achieve compaction if embankments ae planned
in this area.
In addition, due to the previous excavation of the observed ditch,and the presence of an abandoned
well and associated concrete pad, disturbed soils may be present in the area of the new conveyance
channel. As part of site preparation, buried improvements and disturbed soils should be removed.
All excavations should be backfilled with engineered fill.
6.2 Expansive Soils: One of the potential geotechnical hazards evaluated for this project
is the expansion potential of the near surface soils. Over time,expansive soils will experience cyclic
drying and wetting as the dry and wet seasons pass. Expansive soils experience volumetric changes
(shrink/swell) as the moisture content of the clayey soils fluctuate. These shrink/swell cycles can
impact foundations and lightly loaded slabs-on-grade when not designed for the anticipated
expansive soil pressures.
The near surface soils encountered have a very low expansion potential. Thus,special measures are
not anticipated to address an expansive soil condition.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 13
6.3 Slope Stability Analysis: Slope stability analyses were conducted to evaluate the
gross stability of the proposed embankment slopes proposed for the shooting range. The slope
stability analyses were performed for representative cases of 16 to 26-foot tall berms slopes to be
constructed with an interior slope with a repose of 2H to IV and with exterior slopes with a repose
of up to 2H to 1 V. The slope inclinations and heights were based upon information provided by Mr.
Kevin Johansen of Provost and Pritchard. Based on the information provided,the slope will include
a crown with a width of about 20 feet to accommodate maintenance equipment.
The stability analyses were conducted using the computer program "Slide 5.0" developed by
Rocscience using both the Modified Bishops Method and Spencer's Method for rotational failure.
The slope stability analyses conducted as part of this investigation were intended to assess the safety
factors of potential gross slope failure surfaces. Furthermore, the analysis included a vehicular
loading surcharge using a vertical uniform load of 250 pounds per square foot.
The analysis was conducted using a wet density of 125 pounds per cubic foot (pcf) assuming a
compacted fill condition(about 90 percent of maximum dry density)and shear strength parameters
consisting of an internal angle of friction of 29 degrees and 75 pounds per square feet(psf)cohesion.
The shear strength was estimated based on the direct shear testing conducted as part of this
investigation.
A seismic coefficient of 0.15 was used based on a 15 centimeter displacement criteria using the
procedures outlined in the Recommended Procedures for Implementation of DMG Special
Publication 117 "Guidelines for Analyzing and Mitigating Landslide Hazards in California,"
prepared by the Southern California Earthquake Center, dated June 2002.
A minimum acceptable factor of safety of 1.5 was used for the global static case and 1.0 for the
global psuedo-static (seismic) case.
The analysis indicated that slopes steeper than 2H to IV slopes(interior)will require reinforcement
with geogrid to meet the minimum factors of safety. If slopes steeper than 2H to IV are planned,
Moore Twining should be contacted to provide additional recommendations.
The factors of safety of the 26-foot tall, interior and exterior,2H to IV slopes of the shooting range
berms were determined to be about 1.6 and 1.1 for global static and pseudo-static conditions,
respectively, thus achieving the minimum required safety factors. If a slope steeper than a 2H:1 V
repose is required, this portion of the slope could also be reinforced with geogrid to achieve the
minimum safety factors for stability.
Furthermore, the 2H:IV slopes of the canal (with a maximum depth of 9 feet BSG) as well as the
4H:1 V slopes of the basin(with a maximum depth of 14 feet BSG)were analyzed and found to meet
minimum factors of safety for global static case and global psuedo-static(seismic)case for dry and
saturated conditions.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 14
6.4 Volume Loss / Earthwork Shrinkage Estimate: Based on the densities of the
relatively undisturbed samples obtained from the test borings, it is estimated the volume loss from
cut to fill in the upper 15 feet within the proposed infiltration basin and embankment would range
from about 6 percent to 18 percent. It should be noted that shrinkage estimates can be subject to
significant variations from engineering estimates due to a variety of factors. These volume loss
estimates are based only on density assumptions and do not consider other forms of loss (e.g.,
stripping, grubbing, spillage, waste or subsidence).
6.5 Surface Erosion Potential of Slopes: The majority of the near surface soils
encountered and observed along the conveyance channel alignment consisted of fine-grained silt and
coarse-grained sand soils,which possess limited cohesion. In general,the non-and low plastic near
surface soils encountered are commonly moderately to highly susceptible to erosion.
The United States Department of Agriculture—Natural Resources Conservation Service—Online
Web Soil Survey application provides an erosion factor K, indicating the general susceptibility of
a soil to sheet and rill erosion by water. The estimates are based on percentage of silt, sand, and
organic matter and on soil structure and saturated hydraulic conductivity. The erosion factor ranges
from 0.02 to 0.69, the higher the value indicating the higher susceptibility to sheet and rill erosion
by water. The application indicated that the site contains Calhi loamy sand, Hesperia fine sandy
loam, Hesperia sandy loam, and Traver fine sand loam, with corresponding ratings of 0.15, 0.28,
0.24, and 0.37, respectively.
Excessive erosion could lead to sloughing of the side slopes and other negative impacts. Slopes such
as those proposed for the project can require aggressive maintenance to maintain the channel shape
and reduce surficial stability impacts. In general,flattening of slopes can be conducted to reduce the
degree of maintenance and repair that is needed due to erosion. In addition, slope protection such
as lining slopes, rip rap or other means is appropriate to reduce the potential for excessive erosion
and repairs. Erosion protection of other earthen side slopes within the proposed conveyance channel
and shooting range slopes would also be useful in reducing the extent of maintenance and repair
associated with surface erosion.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 15
6.6 Seismic Ground Rupture and Design Parameters: The site is not located in an
Alquist-Priolo Earthquake Fault Zone. The nearest mapped active fault with surface rupture is the
Great Valley Segment 13 and San Andreas fault, which are located about 53 and 54 miles west of
the site,respectively. Therefore, the potential for fault rupture at the site is considered low.
Based on the 2022 CBC, a Site Class D represents the on-site soil conditions with an average
standard penetration resistance,N-value, in the upper 100 feet below site grade between 15 and 50
blows per foot.
A table providing the recommended seismic coefficient and earthquake spectral response
acceleration values for the project site is included in the Foundation Recommendations section of
this report. A Maximum Considered Earthquake (geometric mean) peak ground acceleration
adjusted for site effects (PGAM) of 0.408g was determined for the site using the Ground Motion
Parameter Calculator provided by SEAOC and OSHPD (http://seismicmaps.org). A Maximum
Considered Earthquake magnitude of 6.3 was applied in the analysis based on deaggregation analysis
(United States Geological Survey deaggregation website, Dynamic Conterminous U.S. 2014,
V4.2.0).
6.7 Liquefaction and Seismic Settlement: Liquefaction and seismic settlement are
conditions that can occur under seismic shaking from earthquake events. Liquefaction describes a
phenomenon in which a saturated, cohesionless soil loses strength during an earthquake as a result
of induced shearing strains. Lateral and vertical movements of the soil mass, combined with loss
of bearing can result. Fine,well sorted,loose sand,shallow groundwater conditions,higher intensity
earthquakes, and particularly long duration of ground shaking are the requisite conditions for
liquefaction. One of the most common phenomena that occurs during seismic shaking is the induced
settlement of loose,unconsolidated sediments. This can occur in unsaturated and saturated granular
soils,however, seismic settlements are typically largest where liquefaction occurs(saturated soils).
Due to the depth of groundwater at this site (anticipated to be greater than 100 feet BSG),
liquefaction is not considered a potential hazard at this site. Due to the presence of medium dense
soils encountered in some of the borings and the relatively low seismicity at this site, the potential
for dry seismic settlement is considered low.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 16
6.8 Soil Corrosion: The risk of corrosion of construction materials relates to the
potential for soil-induced chemical reaction. Corrosion is a naturally occurring process whereby the
surface of a metallic structure is oxidized or reduced to a corrosion product such as iron oxide(i.e.,
rust). The metallic surface is attacked through the migration of ions and loses its original strength
by the thinning of the member.
Soils make up a complex environment for potential metallic corrosion. The corrosion potential of
a soil depends on numerous factors including soil resistivity, texture, acidity, field moisture and
chemical concentrations. In order to evaluate the potential for corrosion of metallic objects in
contact with the onsite soils, chemical testing of soil samples was performed by Moore Twining as
part of this report. The test results are included in Appendix C of this report. Conclusions regarding
the corrosion potential of the soils tested are included in the Conclusions section of this report based
on the National Association of Corrosion Engineers(MACE)corrosion severity ratings listed in the
Table No. 1,below.
Table No. 1
Association of Corrosion Engineers (NACE) Corrosion Severity Ratings
Soil Resistivity(ohm cm) Corrosion Potential Rating
>20,000 Essentially non-corrosive
10,000 - 20,000 Mildly corrosive
5,000 - 10,000 Moderately corrosive
3,000 - 5,000 Corrosive
1,000 - 3,000 Highly corrosive
<1,000 Extremely corrosive
The results of soil sample analyses indicate that the near-surface soils exhibit a "corrosive to
moderately corrosive" corrosion potential to buried metal objects.
Appropriate corrosion protection should be provided for buried improvements based on the corrosion
potential of the soils tested.Ifpiping or concrete are placed in contact with imported soils,these soils
should be analyzed to evaluate the corrosion potential of these soils.
If the manufacturers or suppliers cannot determine if materials are compatible with the soil corrosion
conditions, a professional consultant, i.e., a corrosion engineer, with experience in corrosion
protection should be consulted to provide design parameters. Moore Twining does not provide
corrosion engineering services.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 17
6.9 Sulfate Attack of Concrete: Degradation of concrete in contact with soils due to
sulfate attack involves complex physical and chemical processes. When sulfate attack occurs,these
processes can reduce the durability of concrete by altering the chemical and microstructural nature
of the cement paste. Sulfate attack is dependent on a variety of conditions including concrete quality,
exposure to sulfates in soil, groundwater and environmental factors. The standard practice for
geotechnical engineers in evaluation of the soils anticipated to be in contact with structural concrete
is to perform laboratory testing to determine the concentrations of sulfates present in the soils. The
test results are then compared with the exposure classes in Table 19.3.1.1 of ACI 318 to provide
guidelines for concrete exposed to soils containing sulfates. It should be noted that other exposure
conditions such as the presence of seawater, groundwater with elevated concentrations of dissolved
sulfates, or materials other than soils can result in sulfate exposure categories to concrete that are
higher than the concentrations of sulfate in soil. The design engineer will need to determine whether
other potential sources of sulfate exposure need to be considered other than exposure to sulfates in
soil. The sulfate exposure classes for soils from Table 19.3.1.1 are summarized in the below table.
Table No. 2
ACI Exposure Categories for Water Soluble Sulfate in Soils
Sulfate Exposure Class Water Soluble Sulfate in Soil
(per ACI 318) (Percent by Mass)
SO Less than 0.10 Percent
S 1 0.10 to Less than 0.20 Percent
S2 0.20 to Less than or Equal to 2.00 Percent
S3 Greater than 2.00 Percent
Common methods used to resist the potential for degradation of concrete due to sulfate attack from
soils include,but are not limited to the use of sulfate-resisting cements,air-entrainment and reduced
water to cement ratios. The laboratory test results for sulfates are included in Appendix C of this
report. Conclusions regarding the sulfate test results are included in the Conclusions section of this
report.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 18
7.0 CONCLUSIONS
Based on the data collected during the field and laboratory investigations, our geotechnical
experience in the vicinity of the project site, and our understanding of the anticipated
construction, the following general conclusions are presented.
7.1 The site is considered suitable for the proposed construction with regard to support
of the proposed improvements, provided the recommendations contained in this
report are followed. It should be noted that the recommended design consultation
and observation of clearing,and earthwork activities by Moore Twining are integral
to this conclusion.
7.2 The near-surface soils encountered within the conveyance canal alignment(Borings
B-1 through B-3) generally consisted of surficial silt with varying amounts of sand
extending to depths ranging from 3 1/2 feet to 81/2 feet overlying a discontinuous layer
of silty sand. The sandy silt and the discontinuous silty sand were further underlain
by poorly graded sand extending to the maximum depth explored,20 feet BSG. The
near-surface soil encountered within the recharge basin (Borings B-4 through B-9)
generally encountered a surficial layer of silty sand extending to depths ranging from
6 inches to 9 feet BSG. However, Boring B-7, hand augured in the central portion
of the area proposed for the basin encountered a surficial layer of sandy silt extending
to the maximum depth hand-augured,about 5 feet BSG. In addition,an isolated lens
of lean clay was encountered within Boring B-9 at a depth of 6 inches extending to
a depth of 31/2 feet BSG. Below these varied soils,the remaining borings advanced
around the basin area generally encountered sandy silt extending to depths ranging
from 10 to 181/2 feet BSG. The sandy silt was underlain by a discontinuous lens of
silty sand further extending to depths ranging from 131/2 to 18%2 feet BSG. The sandy
silt and the silty sand were underlain by poorly graded sand extending to a depth of
20 feet BSG, the maximum depth explored.
7.3 The proposed below grade inlet, open meter, and outlet structure may be supported
on shallow spread foundations over the minimum depth of engineered fill
recommended in the Site Preparation section of this report. In addition, loose
sediment,muck and buried obstructions should be removed from the existing below-
grade excavations as part of the site preparation.
7.4 Based on the slope stability analysis described in Section 6.3 of this report, the
proposed berms in the shooting range area constructed to a slope of 2H:1 V meet the
minimum requirements for slope stability.
7.5 As discussed in Section 6.5 of this report, the on-site soils are susceptible to the
potential for sheet and rill erosion. Where erosive flows occur, erosion protection
should be provided.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 19
7.6 Groundwater was not encountered in any of the borings to the maximum depth
explored,20 feet BSG,during our July 13th and 14th 2023 field exploration. Nearby
water wells indicate groundwater in the site area is deeper than 100 feet BSG(refer
to Section 5.4 of this report).
7.7 Chemical testing of the near surface soil samples indicated the soils exhibit an
"corrosive to moderately corrosive"corrosion potential.
7.8 Based on Table 19.3.1.1 -Exposure categories and classes from Chapter 19 of ACI
318, the sulfate concentration from chemical testing of soil samples falls in the SO
classification(less than 0.10 percent by weight) for concrete.
8.0 RECOMMENDATIONS
Based on the evaluation of the field and laboratory data and our geotechnical experience in the
vicinity of the project,the following recommendations are presented for use in the project design and
construction. However, this report should be considered in its entirety. When applying the
recommendations for design,the background information,procedures used,findings,evaluation,and
conclusions should be considered. The recommended design consultation and observation of
clearing,demolition activities and earthwork operations by Moore Twining are integral to the proper
application of the recommendations.
Where the requirements of a governing agency, utility agency, product manufacturer or material
provider differ from the recommendations ofthis report,the more stringent recommendations should
be applied to the project.
8.1 General
8.1.1 This report was prepared for the proposed improvements described in the
Background Information section of this report. If improvements not
described in this report are planned or if the proposed grading and
construction changes,Moore Twining should be requested to prepare updated
recommendations for these improvements.
8.1.2 When the foundation loads are known,this information should be provided
to Moore Twining for review to confirm the recommendations for site
preparation are suitable. In the event the foundation loads are different than
anticipated, the recommendations in this report may need to be revised.
8.1.3 Moore Twining should be retained to review the project plans before the
plans are released for bidding purposes so that any relevant recommendations
can be presented.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 20
8.1.4 A preconstruction meeting including, as a minimum, the owner, general
contractor, excavation and foundation subcontractors, civil engineer, and
Moore Twining should be scheduled by the general contractor at least one
week prior to the start of work. The purpose of the meeting should be to
discuss critical project issues, concerns and scheduling.
8.1.5 Contractor(s) bidding on this project should determine if the data are
sufficient for accurate bid purposes. If the data are not sufficient, the
Contractor should conduct, or retain a qualified geotechnical engineer to
conduct, supplemental studies and collect more data as required to prepare
accurate bids.
8.1.6 Rodent burrows were observed during our site observations. As part of the
project, rodent burrows should be excavated and backfilled. In addition, a
program should be established and maintained to prevent rodent activity and
backfill rodent burrows.
8.1.7 A demolition plan should be prepared to identify existing surface and
subsurface improvements that are to be demolished and/or removed as part
of the project.
8.1.8 The contractor should be required to protect existing improvements in place
that are to remain.
8.2 Slope Gradients, Erosion Protection and Maintenance
The following recommendations were prepared for the proposed embankment slopes for erosion
protection and to improve the long term stability of the slopes.
8.2.1 Earthen berms are planned in the shooting range area up to a height of 26 feet
and as steep as 2H:IV. Engineered fill slopes in the shooting range area
without geogrid reinforcement may be graded at a maximum repose of 2H to
IV,or flatter for stability, and to reduce erosion and long-term maintenance.
In the event slopes are planned at a repose steeper than 2H:IV, they should
be reinforced using geogrid such as Tensar - UX 1400 uniaxial geogrid, or
equivalent. In addition, if vegetation is not implemented for erosion
protection and surficial stability of slopes steeper than 2H:IV, an AASHTO
M288 Class 1,nonwoven geotextile should be placed over the finished slope
and Tensar BX1120, or equivalent, should be used to wrap the face of the
slope between layers of geogrid. Design details for reinforced slopes would
need to be developed in the event slopes steeper than 2H:1 V are planned.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 21
8.2.2 Develop and maintain site grades which will rapidly drain surface and runoff
away from graded slopes-both during and after construction.
8.2.3 In order to reduce the potential for erosion of earthen slopes, erosion
protection such as appropriate vegetation should be established and
maintained on the slopes. Unvegetated slopes will be subject a higher
potential for erosion, necessitating repairs.
8.2.4 Appropriate concrete cutoffs should be provided to protect inlet and outlet
structures from erosion. Erosion protection of other earthen slopes would
also be useful in reducing the extent of maintenance and repair associated
with surface erosion. Slopes which are not protected will require a higher
level of maintenance and erosion repair. Refer to the discussion in Section
6.5 of this report.
8.2.5 Slopes should be setback a sufficient distance from any improvements
including pavements, utilities, structures, etc. to reduce the potential for
damage as a result of slope movement, water infiltration or erosion.
8.2.6 The areas above the top of the side slopes of the basin should be graded to
prevent concentrated runoff from flowing over the top of the basin side
slopes.
8.2.7 If future erosion or instability in the form of slides, debris or earth flow,
accelerated erosion,or other forms of slope instability occur,Moore Twining
should be contacted to provide recommendations for repair,and the distressed
areas should be repaired as soon as possible under the direction of Moore
Twining. If instability is allowed to continue,these types of conditions could
be an impact to the improvements.
8.2.8 Earthen embankments will be subject to erosion and regular maintenance
should be provided to repair erosion features.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 22
8.3 Site Preparation
8.3.1 Existing surface and subsurface improvements in the areas of proposed
improvements should be removed in their entirety. As part of site
preparation, all soils disturbed as a result of the demolition, removal of
existing improvements, and voids made by burrowing animals, should be
excavated to expose undisturbed,native soils. Upon verification of removal
of the disturbed soils, the exposed bottom of the excavation should be
scarified to a minimum of 8 inches,moisture conditioned and compacted as
engineered fill to a stable condition, prior to placement and compaction of
engineered fill to finished subgrade.
8.3.2 All surface vegetation,topsoil,organics,and debris should be removed from
all areas of planned improvements. The general depth of stripping should be
sufficiently deep to remove all root systems and soils with organic contents
of more than 3 percent by dry weight. Any organic growth should not be
disced into the soils. The actual depth of stripping should be reviewed by
Moore Twining at the time of construction. It is possible that deeper
stripping may be required if any roots larger than 1/4-inch are encountered
during grading and in localized areas, such as low areas where water may
pond,or at locations of potential previously existing trees. Stripping should
extend laterally a minimum of 5 feet outside the limits of the new
improvements. These materials will not be suitable for use as engineered fill;
however,stripped topsoil may be stockpiled and reused in landscape areas at
the discretion of the owner.
8.3.3 Areas of new improvements should be prepared by removal of existing
improvements which are not scheduled to remain, including pipelines,
utilities, subsurface structures, foundations, etc. and all associated fill soils
including existing trench backfill. Existing pipelines within influence of the
new improvements should not be crushed in place and buried. The
excavations to remove existing improvements should extend a minimum of
12 inches below the improvements to be removed, or to the depth to remove
all soils disturbed as a result of the demolition and removal of existing
features, whichever is greater. The resulting excavations should be cleaned
of all loose or organic material, the exposed native soils should be scarified
to a depth of 8-inches, aerated or moisture conditioned to near optimum and
compacted as engineered fill,prior to backfill of the excavation.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 23
8.3.4 Prior to placing concrete lining for the conveyance channel, the channel
bottom subgrade should be prepared by over-excavated to 12 inches below
the bottom of the finished channel lining,and to the depth required to remove
all fill and disturbed soils, whichever is greater. After approval of the over-
excavation by Moore Twining Associates,Inc.,the bottom of the excavation
should be scarified 8 inches in depth,moisture conditioned to slightly above
optimum moisture content and compacted as engineered fill. In addition,the
cut face of the conveyance channel slopes should be compacted to a
minimum depth of 8 inches as engineered fill.
8.3.5 After stripping, excavation of loose material, and removal of existing
subsurface improvements, the area of all the proposed drainage control
structures such as inlet and outlet structures,wingwalls, etc. should be over-
excavated to at least 18 inches below preconstruction site grades, 12 inches
below the bottom of the foundations, and to the depth required to remove all
fill and disturbed soils, whichever is greater. The over-excavation limits
should include the entire structure footprint and a minimum of 5 feet beyond
the foundations,whichever is further. After approval of the over-excavation
by Moore Twining Associates, Inc., the bottom of the excavation should be
scarified 8 inches in depth,moisture conditioned to slightly above optimum
moisture content and compacted as engineered fill.
8.3.6 It is recommended that extra care be taken by the contractor to ensure that the
horizontal and vertical extent of the over-excavation and compaction conform
to the site preparation recommendations presented in this report. Moore
Twining is not responsible for surveying to verify the horizontal and vertical
extent of over-excavation and compaction. The contractor should verify in
writing to the owner and Moore Twining that the horizontal and vertical over-
excavation limits were completed in conformance with the recommendations
of this report, the project plans, and the specifications (the most stringent
applies). This verification should be provided prior to requesting approval
of the bottom of excavation from Moore Twining or excavating for
foundations.
8.3.7 After stripping, excavation of loose material, and removal of existing
subsurface improvements, areas of new constructed earthen embankments
should be over-excavated a minimum of 1 foot below existing grade and to
the depth required to remove all fill and disturbed soils,whichever is greater.
Upon approval of the excavation by Moore Twining, the bottom should be
processed by scarification to a depth of 8 inches, moisture conditioned to
slightly above optimum moisture content, and compacted to a minimum of
90 percent relative compaction prior to fill placement. However, if
embankments are designed to retain water, open-graded rock should not be
used for stabilization below embankments. Other approaches such as cement
stabilization would be required in these cases.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 24
8.3.8 All structure backfill and fill required to bring the site to final grades should
be placed as engineered fill. In addition, all native soils over-excavated
should be compacted as engineered fill.
8.3.9 During excavation of the conveyance channel and the basin,the excavation(s)
should be observed by Moore Twining to confirm the soils exposed are
consistent with those encountered and tested herein.
8.3.10 Construction/excavation of the recharge basin should be conducted so as to
limit the impacts from construction equipment that may reduce the
permeability of the soils. Grading equipment will compact the bottom of the
basin during the course of the work to excavate the basin,which will reduce
the permeability. In order to reduce this impact,excavation work conducted
near the base of the basin should therefore be conducted using lower pressure
equipment,such as tracked equipment that limit artificial densification of the
soils. In addition, a program of deep ripping in two directions is
recommended to be specified(or other approaches determined by the design
engineer) as final preparation of the bottom of the recharge basin in order to
loosen the soils at the bottom.
8.3.11 It is not recommended to use the recharge basin for collection of stormwater
during construction of the project to reduce impacts from sediment loads,
which can clog the pore spaces in the soils and further reduce the infiltration
capacity.
8.3.12 The moisture content and density of the compacted soils should be
maintained until the placement of concrete. If soft or unstable soils are
encountered during excavation or compaction operations,our firm should be
notified so the soils conditions can be examined and additional
recommendations provided to address the pliant areas.
8.3.13 The Contractor should be responsible for the disposal of concrete, asphaltic
concrete, soil, spoils, etc. (if any) that must be exported from the site.
Individuals, facilities, agencies, etc. may require analytical testing and other
assessments of these materials to determine if these materials are acceptable.
The Contractor should be responsible to perform the tests, assessments, etc.
to determine the appropriate method of disposal.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 25
8.4 Engineered Fill
8.4.1 The on-site near surface soils encountered within the proposed drainage basin
predominantly consisted of silt with varying amounts of sand,in addition to
layers of silty sand and poorly graded sand. A near surface layer of sandy
lean clay was encountered in boring B-9. The on-site soils will be suitable
for use as engineered fill,provided they have an expansion index of less than
20,are free of organics(less than 3 percent by weight and no roots larger than
1/4 inch in diameter), irreducible material greater than 3 inches, and
conditioning is performed so the moisture content of the soil is within the
range recommended in this report. If soils other than those considered in this
report are encountered, Moore Twining should be notified to provide
alternate recommendations.
8.4.2 The compactability of the native soils is dependent upon the moisture
contents, subgrade conditions, degree of mixing, type of equipment, as well
as other factors. Based on the in-place densities obtained from the test
borings, it is estimated the volume loss from cut to fill in the upper 15 feet
within the proposed infiltration basin and embankment would range from
about 6 to 18 percent. However,actual shrinkage estimates can be subject to
significant variations from engineering estimates. These include the
anticipated relative compaction of the material when placed as fill and the
uniformity of the materials. These volume loss estimates are based only on
density comparisons from insitu to the compacted condition and do not
consider other forms of loss (e.g., stripping, grubbing, spillage, wastage or
subsidence). The evaluation of such factors was beyond the scope of this
report; therefore, they should be evaluated by the Contractor during
preparation of bids and construction of the project.
8.4.3 Although not anticipated,imported fill soil should be non-contaminated,non-
recycled, and granular in nature and contain enough fine-grained material
(binder) to allow cutting "neat" footing trenches with all of the following
acceptance criteria recommended.
Percent Passing 3-Inch Sieve 100
Percent Passing No. 4 Sieve 85 - 100
Percent Passing No. 200 Sieve 15 - 40
Expansion Index (ASTM D4829) Less than 15
Organics < 3%by weight
Sulfates < 0.05 %by weight
Min. Resistivity > 5,000 ohm-cm
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 26
8.4.4 Prior to importing fill,the Contractor shall submit test data that demonstrates
that the proposed import soils comply with the recommended criteria for both
geotechnical and environmental compliance. Also,prior to being transported
to the site, the import material shall be certified by the Contractor and the
supplier (to the satisfaction of the Owner) that the soils do not contain any
environmental contaminates regulated by local, state or federal agencies
having jurisdiction.
8.4.5 Imported and on-site engineered fill soils should be placed in loose lifts
approximately 8 inches thick or less, moisture-conditioned to at least
optimum moisture content, and compacted to at least 90 percent of the
maximum dry density as determined by ASTM D1557. Additional lifts
should not be placed if the previous lift did not meet the required dry density
or if soil conditions are not stable.
8.4.6 Utility trench backfill should be placed in 8 inch lifts,moisture conditioned
and compacted as engineered fill in accordance with the recommendations of
section 8.4.5 of this report.
8.4.7 In-place density tests should be conducted in accordance with ASTM D6938
(nuclear density) at a frequency of at least:
Table 3
Minimum Testing Frequency
Area Minimum Test Frequency
Mass Fills, Subgrade and 1 test per 5,000 square feet per compacted lift,
Structure Backfill but not less than 2 tests per lift
Subgrade Below Shallow 1 test per compacted lift per footing
Spread Footings
Utility Lines 1 test per 25 feet per compacted lift
8.4.8 Aggregate base shall comply with Class 2 aggregate base(AB)per the latest
State of California Standard Specifications and may include recycled
materials. Aggregate base shall be compacted to a minimum relative
compaction of 95 percent in accordance with ASTM D1557 standards.
Documentation that the aggregate base meets the project requirements
(R-value, gradation, sand equivalent, durability, etc.) should be provided to
the Owner.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 27
8.4.9 Open graded gravel and rock material such as 3/4-inch crushed rock or 1/2-inch
crushed rock should not be used as backfill including trench backfill. In the
event gravel or rock is required by a pipe manufacturer for use as backfill,all
open graded materials shall be fully encased in a geotextile filter fabric,such
as Mirafi 140N, to prevent migration of fine grained soils into the porous
material. Crushed rock should be placed in thin (less than 8 inch) lifts and
densified with a minimum of three (3)passes using a vibratory compactor.
Open graded gravel and rock material such as 3/4-inch crushed rock or 1/2-inch
crushed rock should not be used as backfill near slopes, channels or basins
where the increased permeability of the gravel material could create seepage
or instability issues.
8.5 Conventional Shallow Spread Foundations for Drainage Control Structures
8.5.1 A structural engineer experienced in design of similar drainage structures
should recommend the thickness, design details and concrete specifications
for the drainage control structures based on the estimated settlements. The
following should be anticipated for design: 1) a total static settlement of 1
inch; and 2) a differential static settlement of 1/2 inch in 30 feet.
8.5.2 Foundations supported on engineered fill soils prepared as recommended in
the Site Preparation section of this report maybe designed for a maximum net
allowable soil bearing pressure of 2,500 pounds per square foot for dead-plus-
live loads. This value may be increased by one-third for short duration wind
or seismic loads.
8.5.3 All footings should have a minimum depth of 18 inches below the lowest
adjacent grade,or to a sufficient depth below the scour elevation,whichever
is deeper. Foundations should be protected from scour where erosive flows
occur. On a preliminary basis, if footings are constructed on sloping
conditions such as the side of the channel, the footings should be stepped to
a minimum depth of 24 inches below any point along the face of slope, or
greater as required for protection from scour/erosion. Foundations which
extend into sloping area should be reviewed by Moore Twining for
appropriate application of the recommendations.
8.5.4 The following seismic factors were developed for the site using the Ground
Motion Parameter Calculator developed by SEOAC and OSHPD
(http://seismicmaps.org), based upon a Site Class D and a site latitude of
36.496409 degrees and a longitude of -119.782258 degrees. The data
provided in Table No. 4 are based upon the procedures of ASCE 7-16. The
data in Table No.4 were not determined based upon a ground motion hazard
analysis. The structural engineer should review the values in Table No. 4
and determine whether a ground motion hazard analysis is required for the
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 28
project considering the seismic design category, structural details, and
requirements of ASCE 7-16. If required,Moore Twining should be notified
and requested to conduct the additional analysis, develop updated seismic
factors for the project, and update the following values.
Table No. 4
Seismic Design Coefficients
Seismic Factor 2022 CBC Value
Site Class D
Maximum Considered Earthquake 0.408g
(geometric mean)peak ground acceleration adjusted
for site effects (PGAm)
Mapped Maximum Considered Earthquake 0.318g
(geometric mean)peak ground acceleration
(PGA)
Spectral Response At Short Period(0.2 Second), S, 0.737
Spectral Response At I-Second Period, S, 0.266
Site Coefficient (based on Spectral Response At 1.211
Short Period), Fa
Site Coefficient(based on spectral response at I- See Note
second period) Fv
Maximum considered earthquake spectral response 0.892
acceleration for short period, SMs
Maximum considered earthquake spectral response See Note
acceleration at I second, SM,
Five percent damped design spectral response 0.595
accelerations for short period, SDs
Five percent damped design spectral response See Note
accelerations at 1-second period, SD,
*Note: Requires ground motion hazard analysis per ASCE Section 21.2(ASCE 7-16, Section
11.4.8),unless an Exception of Section 11.4.8 of ASCE 7-16 is applicable for the project
design
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 29
8.5.5 Foundation excavations should be observed by Moore Twining prior to the
placement of steel reinforcement and concrete to verify conformance with the
intent of the recommendations of this report. The Contractor is responsible
for proper notification to Moore Twining and receipt of written confirmation
of this observation prior to placement of steel reinforcement.
8.5.6 Cutoffs should be included at inlet and outlet pipes/structures to reduce
erosion and to reduce seepage issues.
8.5.7 The bottom surface area of concrete footings or concrete slabs in direct
contact with engineered fill can be used to resist lateral loads. An allowable
coefficient of friction of 0.35 can be used for design.
8.5.8 For spread foundations,the allowable passive resistance of the engineered fill
may be assumed to be equal to the pressure developed by a fluid with a
density of 300 pounds per cubic foot for drained conditions and 185 pounds
per cubic foot for hydrostatic/inundated conditions. These values assume
level conditions. Footings near slopes should not assume any passive soil
pressure is available.
8.5.9 For level backfill conditions behind retaining structures such as headwalls,
wingwalls,etc.,the active and at-rest pressures of the engineered fill may be
assumed to be equal to the pressures developed by a fluid with a density of
45 and 65 pounds per cubic foot, respectively, for drained, level backfill
conditions and 90 and 105 pounds per cubic foot, respectively for
hydrostatic/inundated conditions. For 2H:1 V sloping backfill conditions
behind retaining structures,the active and at-rest pressures of the engineered
fill may be assumed to be equal to the pressures developed by a fluid with a
density of 77 and 80 pounds per cubic foot,respectively for drained backfill
conditions and 110 and 115 pounds per cubic foot, respectively, for
hydrostatic/inundated conditions. Drained conditions require the use of a
subsurface drainage collection system. However,based on the nature of the
new structures (within a conveyance channel), it is not anticipated that the
structure backfill will be drained. If drained designs are proposed, Moore
Twining should be contacted to review the structure and drainage details.
These pressures also assume a level ground surface and do not include the
surcharge effects of construction equipment, loads imposed by nearby
foundations and roadways and hydrostatic water pressure. The at-rest
pressure should be used in determining lateral earth pressures against walls
which are not free to deflect. For walls which are free to deflect at least one
percent of the wall height at the top, the active earth pressure may be used.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 30
8.6 Shoring and Temporary Excavations
8.6.1 It is the responsibility of the contractor to provide safe working conditions
with respect to excavation slope stability. The Contractor shall lay back the
sides of all excavations, or the Contractor shall furnish, install and maintain
all shoring, sheeting and bracing as required to support excavations and
adjacent improvements for the protection and safety of all personnel working
in excavations including the safety of the soil testing laboratory personnel
entering the excavations to perform in-place density testing of bedding,
haunching, and all backfill.
8.6.2 All shoring, sheeting and bracing shall conform to the requirements of
Cal/OSHA and all local agencies having jurisdiction. The Contractor shall
install, and subsequently remove shoring, sheeting and bracing in a manner
that will protect the workmen and prevent instability and damage to the
excavation or adjacent improvements as required in order to construct the
project and to allow access to excavations for inspection personnel and in-
place density testing. Moveable trench boxes or shields shall not be allowed
as a substitute for shoring,sheeting or bracing systems as a method to provide
access to soil testing personnel to conduct in-place density testing in trenches
or other excavations for the project.
8.6.3 Shoring systems should be designed and stamped by a professional engineer
with experience in designing shoring systems who is registered in the State
of California. It is recommended temporary shoring systems be designed
based on a unit weight of 130 pounds per cubic foot for soils above the
groundwater level. Shoring design should incorporate and coordinate with
the details of the dewatering plan and should also account for hydrostatic
pressures below groundwater. A minimum active earth pressure coefficient
value of 0.35 is recommended for shoring design. This value assumes a level
ground surface and does not include the surcharge effects of construction
equipment, loads imposed by nearby foundations, canals and roadway
embankments. Additional lateral pressures will need to be included in the
shorin dgesign based on surcharge loading from slopes, groundwater, and
other conditions as necessary.
8.6.4 Temporary excavations should be constructed in accordance with CAL
OSHA requirements. Temporary cut slopes should not be steeper than 1.5 to
1, horizontal to vertical, and flatter if possible. If excavations cannot meet
these criteria, the temporary excavations should be shored.
8.6.5 In no case should excavations extend below a 1.5H to IV zone below existing
utilities or below the toe of soil berms or embankments. Excavations which
are required to be advanced below the 1.5H to 1 V envelope should be shored
to support the soils, foundations, and slabs.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 31
8.6.6 The contractor should monitor adjacent improvements which are to remain
for movement, cracking, settlement, or failure during the excavation
operations. These include,but are not limited to underground pipelines and
the existing canal embankments. If movement more than '/a of an inch is
noted during the construction operations, or to the limits determined by the
design engineer, the Contractor shall notify the owner, the project civil
engineer,and the Moore Twining immediately,and take action to correct the
problem. The Contractor shall be responsible for repairing the damage at no
cost to owner.
8.7 Pipelines and Trenches
8.7.1 Trenches can often become conduits for allowing surface water intrusion and
subsequent seepage/migration along the trench. These increases in moisture
contents can increase the potential for settlement of the trench backfill.
Therefore, provisions such as providing cutoff collars or other means to
prevent migration of water into the trenches, and along granular
bedding/initial backfill materials should be included on the project plans.
8.7.2 For the purpose of design,a unit weight of 130 pounds per cubic foot may be
assumed for the trench backfill soils compacted in accordance with the
recommendations of this report.
8.7.3 Pipeline design should account for a minimum groundwater level and the
potential hydrostatic uplift conditions, where applicable. At a minimum,
design groundwater levels should be estimated by the pipe designer based on
the information in this report,and any other available groundwater level data
for the site.
8.7.4 Trenching should be conducted by excavation of a neat trench into native
soils or engineered fill without disturbance to the bottom of the trench. The
contractor shall either slope the excavation to create a stable sidewall, shore
the excavation,or a combination of both. All trench subgrade soils disturbed
during excavation, such as by accidental over-excavation of the trench
bottom,or by excavation equipment with cutting teeth,should be compacted
to a minimum of 90 percent relative compaction prior to placement of
bedding material, or removed and the replaced with a stabilizing material
such as 1 inch crushed rock encased in geotextile filter fabric. The contractor
is responsible for notifying Moore Twining when these conditions occur and
arrange for observation and testing prior to placement of pipe bedding. The
contractor shall use such equipment as necessary to achieve a smooth,
undisturbed surface at the bottom of the trench with no loose material at the
bottom of the trench. If the trench is inadvertently dug below the design
trench subgrade,the grade should be restored using engineered fill placed and
compacted in accordance with this report.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 32
8.7.5 The Contractor will be required to provide safe access to excavations for
observations and earthwork testing to be conducted during all phases of the
work.
8.7.6 If unstable material due to overly moist soils at the bottom of the proposed
trench excavation encountered, these conditions will need to be stabilized
whenever the bottom of the trench is soft, yielding, or unsuitable as a
foundation for the pipe.
8.7.7 The trench width, type of pipe bedding, the type of initial backfill, and the
compaction requirements of bedding and initial backfill material for trenches
should be specified by the applicable design professional in compliance with
the manufacturer's requirements, governing agency requirements and this
report,whichever is more stringent. The width of the trench should provide
a minimum clearance required for equipment to compact the haunching and
initial backfill as well as to allow in-place density testing to be performed.
As a minimum, it is recommended the pipe bedding consist of 6 inches of
compacted(90 percent relative compaction)select sand with a minimum sand
equivalent of 30 and meeting the following requirements: 100 percent passing
the %2 inch sieve, a minimum of 90 percent passing the No. 4 sieve and not
more than 10 percent passing the No. 200 sieve. The haunches and initial
backfill (12 inches above the top of pipe) should consist of a select sand
meeting these sand equivalent and gradation requirements that is placed in
maximum 8-inch thick lifts and compacted to a minimum relative
compaction of 90 percent using hand equipment. Onsite granular soils
meeting the criteria specified above may be used for flexible pipe bedding
and pipe zone backfilled placed in accordance with the recommendations of
this report.
8.7.8 The final trench backfill, onsite granular soils and imported engineered fill
(backfill placed above a level of 1 foot above the pipe) should be placed in
loose lifts approximately 8 inches thick or less, moisture-conditioned to
between optimum and over three (3) percent above optimum moisture
content, and compacted to a dry density of at least 90 percent of the
maximum dry density as determined by ASTM Test Method D1557. Where
trenching under a road, final trench should be compacted to at least 95
percent of the maximum dry density as determined by the same method.
Additional lifts should not be placed if the previous lift did not meet the
required dry density or if soil conditions are not stable. Lift thickness can be
increased if the contractor can demonstrate the minimum compaction
requirements can be achieved.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 33
8.7.9 Open-graded rock such as a crushed gravel may not be used as trench backfill
unless the material is fully encapsulated in a geotextile filter fabric (Mirafi
140N or equivalent) and the rock is placed in maximum 8 inch lifts and
compacted with vibratory equipment. In addition, provisions such as
providing cutoff collars or other means to prevent migration of water into the
trenches, and along granular bedding/initial backfill materials should be
included on the project plans.
8.7.10 Jetting of trench backfill is not allowed to compact the backfill soils.
8.7.11 It is recommended that the pipelines be inspected and tested in accordance
with the recommendations of the design engineer after construction to verify
that the pipelines are constructed properly, such as watertight joints, etc.
8.8 Corrosion Protection
8.8.1 Based on the resistivity values and the National Association of Corrosion
Engineers (MACE) corrosion severity ratings listed in the table included in
section 6.8 of this report, the analytical results of sample analyses, the soils
exhibit a "moderately corrosive" and "corrosive" corrosion potential.
Therefore, buried metal objects should be protected in accordance with the
manufacturer's recommendations based on a"corrosive"corrosion potential.
The evaluation was limited to the effects of soils to metal objects; corrosion
due to other potential sources, such as stray currents and groundwater, was
not evaluated. If piping or concrete are placed in contact with deeper soils or
engineered fill, these soils should be analyzed to evaluate the corrosion
potential of these soils.
8.8.2 Based on Table 19.3.1.1 - Exposure categories and classes from Chapter 19
of ACI 318, the sulfate concentration from chemical testing of soil samples
falls in the SO classification(less than 0.10 percent by weight) for concrete.
Therefore, there are no restrictions required regarding the type, water-to-
cement ratio, and strength of the concrete used for foundation and slabs due
to the sulfate content.
8.8.3 These soil corrosion data should be provided to the manufacturers or
suppliers of materials that will be in contact with soils(pipes or ferrous metal
objects, etc.) to provide assistance in selecting the protection and materials
for the proposed products or materials. If the manufacturers or suppliers
cannot determine if materials are compatible with the soil corrosion
conditions, a professional consultant, i.e., a corrosion engineer, with
experience in corrosion protection should be consulted to design parameters.
Moore Twining is not a corrosion engineer; thus, cannot provide
recommendations for mitigation of corrosive soil conditions. It is
recommended that a corrosion engineer be consulted for the site specific
conditions.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 34
9.0 DESIGN CONSULTATION
9.1 Moore Twining should be retained to review those portions of the contract drawings
and specifications that pertain to earthwork and foundations prior to finalization to
determine whether they are consistent with our recommendations. This service is not
a part of this current contractual agreement.
9.2 It is the client's responsibility to provide plans and specification documents for our
review prior to their issuance for construction bidding purposes. If Moore Twining
is not afforded the opportunity for review, Moore Twining assumes no liability for
the misinterpretation of our conclusions and recommendations. This review is
documented by a formal plan/specification review report provided by Moore
Twining.
10.0 CONSTRUCTION MONITORING
10.1 It is recommended that Moore Twining be retained to observe the excavation,
earthwork,and foundation phases of work to determine that the subsurface conditions
are compatible with those used in the analysis and design.
10.2 Moore Twining can provide observation and field testing to determine if the
recommendations of the project geotechnical report are achieved. Upon completion
of the work,a written summary of our observations will be provided,field testing and
conclusions regarding the conformance of the completed work to the intent of the
project geotechnical report. This service is not, however, part of this current
contractual agreement.
10.3 The construction monitoring is an integral part of this investigation. This phase of
the work provides the geotechnical engineer the opportunity to verify the subsurface
conditions interpolated from the soil borings and make alternative recommendations
if the conditions differ from those anticipated.
10.4 If Moore Twining is not retained to provide engineering observation and field-testing
services during construction activities related to earthwork,foundations,pavements
and trenches; then, Moore Twining will not be responsible for compliance of any
aspect of the construction with our recommendations or performance ofthe structures
or improvements if the recommendations of this report are not followed. It is
recommended that if a firm other than Moore Twining is selected to conduct these
services that they provide evidence of professional liability insurance satisfactory to
the owner and review this report. After their review,the firm should,in writing,state
that they understand the conclusions and recommendations of this report and agree
to conduct sufficient observations and testing to ensure the construction complies
with this report's recommendations. Moore Twining should be notified, in writing,
if another firm is selected to conduct observations and field-testing services prior to
construction
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 35
10.5 Upon the completion of work, a final report should be prepared by Moore Twining.
This report is essential to ensure that the recommendations presented are incorporated
into the project construction, and to note any deviations from the project plans and
specifications. The client should notify Moore Twining upon the completion of work
to prepare a final report summarizing the observations during site preparation
activities relative to the recommendations of this report. This service is not,
however, part of this current contractual agreement.
11.0 NOTIFICATION AND LIMITATIONS
11.1 The conclusions and recommendations presented in this report are based on the
information provided regarding the proposed construction,and the results of the field
and laboratory investigation, combined with interpolation of the subsurface
conditions between boring locations.
11.2 The nature and extent of subsurface variations between borings may not become
evident until construction.
11.3 If variations or undesirable conditions are encountered during construction, Moore
Twining should be notified promptly so that these conditions can be reviewed and the
recommendations reconsidered where necessary. It should be noted that unexpected
conditions frequently require additional expenditures for proper construction of the
proj ect.
11.4 If the proposed construction is relocated or redesigned, or if there is a substantial
lapse of time between the submission of our report and the start of work(more than
12 months) at the site, or if conditions have changed due to natural cause or
construction operations at or adjacent to the site, the conclusions and
recommendations contained in this report should be considered invalid unless the
changes are reviewed and our conclusions and recommendations modified or
approved in writing.
11.5 Changed site conditions,or relocation of proposed structures,may require additional
field and laboratory investigations to determine if our conclusions and
recommendations are applicable considering the changed conditions or time lapse.
11.6 The conclusions and recommendations contained in this report are valid only for the
project discussed in the"Anticipated Construction"section of this report The use of
the information and recommendations contained in this report for structures on this
site not discussed herein or for structures on other sites not discussed in this report
is not recommended. The entity or entities that use or cause to use this report or any
portion thereof for another structure or site not covered by this report shall hold
Moore Twining, its officers and employees harmless from any and all claims and
provide Moore Twining's defense in the event of a claim.
Geotechnical Engineering Investigation A55568.01
Elkhorn Recharge Facility
NEC of Elkhorn Avenue and Highway 41 January 26, 2024
Fresno County, California Page No. 36
11.7 This report is issued with the understanding that it is the responsibility of the client
to transmit the information and recommendations of this report to developers,
owners, buyers, architects, engineers, designers, contractors, subcontractors, and
other parties having interest in the project so that the steps necessary to carry out
these recommendations in the design,construction and maintenance of the prof ect are
taken by the appropriate party.
11.8 This report presents the results of a geotechnical engineering investigation only and
should not be construed as an environmental audit or study.
11.9 Our professional services were performed, our findings obtained, and our
recommendations prepared in accordance with generally-accepted engineering
principles and practices. This warranty is in lieu of all other warranties either
expressed or implied.
11.10 Reliance on this report by a third party (i.e., that is not a parry to our written
agreement) is at the party's sole risk. If the project and/or site are purchased by
another party,the purchaser must obtain written authorization and sign an agreement
with Moore Twining in order to rely upon the information provided in this report for
design or construction of the project.
We appreciate the opportunity to be of service. If you have any questions regarding this report, or
if we can be of further assistance, please contact us at your convenience.
Sincerely,
MOORE TWINING ASSOCIATES,INC.
Geotechnical Engineering Division
Shaun Reich, EIT
Project Engineer QPoFUS/
AND�c�sFtic
c� r 810 m
w �
el EXP G.�.�=-y
s c11
°rECHN`�'P��P
Read L. Andersen, RGE 9,orn"1�Fo�
Geotechnical Division Manager
A-1 A55568.01
APPENDIX A
DRAWINGS
Drawing No. 1 - Site Location Map
Drawing No. 2 - Test Boring Location Map
s0- y
rlY�Mll Q IM
� z45- d \ _Well L It
11
n �J
u `
aAAvx 5
n a 27
28 �
u
24o- G
n
LA
I
CLARKS{�N
,I 239 u i a 245 r 11Well a-will � u
26d it 11
q II II
• 11
33 +lc : ; 34 35 u C
w u Watm Tank° c?
well' 3sa. S ITE _ 34
J
\ 1f
'rw
1 � u BMF
2
xr s rcry� ave
! 4 3 �I T'
wall"
N
• mom- _ _
SOURCE: U.S.G.S. TOPOGRAPHIC MAP, 7 /2MINUTE SERIES i 2oi o
RIVERDALE, CALIFORNIA QUADRANGLE 1954 APPROXIMATE SCALE
IN FEET
SITE LOCATION MAP FILE NO.: DATE:
ELKHORN RECHARGE PROJECT 55568-01-01 11/21/2023 MOORS TWINING
NORTHEAST OF INTERSECTION OF ELKHORN AVENUE AND DRAWN BY: APPROVED BY:
HIGHWAY 41 RM / ASSOCIA TES, INC.
FRESNO COUNTY,CALIFORNIA
PROJECT NO. DRAWING NO.
A55568.01 1 Aii
B-9
EXISTING WASTEWATER
z TREATMENT PONDS
w
2 z
z Lu
L13-6 13_7/HA_�ECHARGE BASIN 13-8
Lu rn
................... .................
---- -------------1-111--
T
SWANSON ALIGNMENT B-4 B 5
- — ------------------------
PROPOSEDSHOOTING
STOCKPILE RANGE/ABOVE GRADE
EXCESS EMBANKMENTS rn
MATERIAL B-3
Lu
xoiamu
z
a
w
>
z
0
B-2
Lu
f3l
LANLNE 13-11
ELKHOR ------ ------ --
N AVENUE LIBERTY CANAL
0 800
1 1
APPROXIMATE TEST BORING LOCATION APPROXIMATE SCALE
IN FEET
TEST BORING LOCATION MAP FILE NO. DATE DRAWN:
ELKHORN RECHARGE PROJECT 55568-01-02 11/21/2023
NORTHEAST OF INTERSECTION OF ELKHORN AVENUE AND HIGHWAY 41 DRAWN BY: APPROVED BY:
FRESNO COUNTY,CALIFORNIA RM MOORS TWINING
PROJECT NO. DRAWING NO.
I A55568.01 2
B-1 A55568.01
APPENDIX B
LOGS OF BORINGS
This appendix contains the final logs of borings. These logs represent our interpretation of the
contents of the field logs and the results of the field and laboratory tests.
The logs and related information depict subsurface conditions only at these locations and at the
particular time designated on the logs. Soil conditions at other locations may differ from
conditions occurring at these test boring locations. Also, the passage of time may result in
changes in the soil conditions at these test boring locations.
In addition, an explanation of the abbreviations used in the preparation of the logs and a
description of the Unified Soil Classification System are provided at the end of Appendix B.
AO100RE TWINING
ASSOCIA TES, INC .
Test Boring: B-1
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: .J.E.
Date: 7/14/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS uSCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
� ML SANDY SILT; low moisture, with
fine grained sand, non-plastic,
10/6" brown DD=110.6 pcf 26 5.0
12/6" Very stiff, moist o=30'
14/6" c= 180 psf
5 3/6„ SM SILTY SAND; loose, moist, with 7 3.0
4/6" fine grained sand, brown
4 /61 Sp POORLY GRADED SAND; Sample Disturbed 16 2.1
6 /6"
10 10/6" medium dense, low moisture, fine
to medium grained sand, brown
6/6" light brown 9 1.6
5/6"
15 a/6"
4/6" Medium dense, light brown with 15
0 6/6"20 9/6„ iron-oxide staining°
Bottom of Boring B-1 at 20 feet
BSG
25
Notes: Boring backfilled with neat cement grout.
Figure Number
AO100RE TWINING
ASSOCIA TES, INC .
Test Boring: B-2
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: .J.E.
Date: 7/14/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS uSCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
ML SANDY SILT; stiff, moist, low
2/6" DD=108 pcf 15 4.0
3/6" plasticity, brown
12/6"
6/6" Very stiff DD=110 pcf 21 6.3
9/6"
5 12/6"
3/6
3/6" SIP POORLY GRADED SAND; loose, 7 4.0
10 a 4/6" moist, fine to medium grained
sand, brown
3/6" Medium dense, dark brown 10
4/6"
15 6/6"
Bottom of Boring B-2 at 15 feet
BSG
20
25
Notes: Boring backfilled with neat cement grout.
Figure Number
,O100RE TWINING
AS SO C IA TES, INC .
Test Boring: B-3
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: .J.E.
Date: 7/14/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS uSCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
0
ML SANDY SILT; stiff, moist, low to pH=9.4
3/6" medium plasticity, brown SR=ohm-cm 17 13.2
-7/6" SS=<0.0040%
10/6" CI=<0.0040%
@ 1ft BSG
-7/6„ SM SILTY SAND; medium dense, DD=104.6 pcf 13 5.8
5 6/6" moist, fine grained sand, damp,
light brown
5/6" SP POORLY GRADED SAND; loose, DD=9' pcf 14 1.6
10 9/6" low moisture, fine to medium c=320 psf
grained sand, brown
3/6" Medium dense 12 1.4
5/6"
15 7/6"
5/6" Light brown 12
6/6"
20 6/6"
Bottom of Boring B-3 at 20 feet
BSG
25
Notes: Boring backfilled with neat cement grout.
Figure Number
MOORE TWINING
ASSOCIA TES, INC .
Test Boring: B-4
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: J.E./S.R.
Date: 7/13/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS USCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
SM SILTY SAND; damp, medium
dense, with fine grained sand,
4/6" brown 11
4/6"
7/6"
5 3/6" 9 2.9
4/6" ML SANDY SILT; stiff, low moisture,
5/6"
with fine-grained sand, light brown
14/6" Moist, light brown with iron-oxide DD=97.4 pcf 12 14.6
/6" staining o=31'
6
10 c= 180 psf
6/6" SIP POORLY GRADED SAND; Sample Disturbed 17 2.4
9/6"
15 8/6" medium dense, low moisture, fine
to medium grained sand, light
brown
4/6" 14
6/6"
20 8/8"
Bottom of Boring B-4 at 20 feet
BSG
25
Notes: Boring backfilled with neat cement grout.
Figure Number
AO100RE TWINING
ASSOCIA TES, INC .
Test Boring: B-5
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: .J.E./S.R.
Date: 7/13/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS uSCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
0 SM SILTY SAND; moist, loose fine to
4/6" medium grained sand, dark brown DD=101.3 pcf 10 6.9
4/6"
6/6"
5 /6 ML SANDY SILT; hard, moist, with fine 43
16/6"
27/6" grained sand, gray to light brown
with iron-oxide staining
9/6" Very stiff, increasing fine grain DD=80 pcf 36 14.6
16/6" sand -200=71.6%
10 20/6 SM SILTY SAND; moist, fine with 54=0.3%
medium grained sand, brown
9/6„ Sp POORLY GRADED SAND; 20 2.6
15 e 11/6" medium dense, low moisture, fine
to medium grained sand, light
brown
4/6" 12
5/6"
20 7/6"
Bottom of Boring at 20 feet BSG
25
Notes: Boring backfilled with neat cement grout.
Figure Number
AO100RE TWINING
ASSOCIA TES, INC .
Test Boring: B-6
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: .J.E./S.R.
Date: 7/13/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS uSCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
0 SM SILTY SAND; loose, moist, fine to
3/6" medium grained sand, dark brown -200=39.9% 12 1.6
6/6" Sand=60.1%
6/6"
17/6" Medium dense, increase in fine @ 3.5'BSG 37 5.6
5 2iie sand with medium grained sand ADD 31009.2 pcf
c=350 psf
7/6" ML SANDY SILT; very stiff, moist, with @ 8.5'BSG 44 15.9
21/6" rY DD=93.9 pcf
10 23/6" fine grained sand, light brown with
iron-oxide staining
6/6" SM SILTY SAND; medium dense, 12 5.0
15 6/6" moist, with fine grained sand, light
brown with iron-oxide staining
6/6" SIPPOORLY GRADED SAND; 14
20 8/6" medium dense, moist, fine to
medium grained sand, light brown
Bottom of Boring B-6 at 20 feet
25
Notes: Boring backfilled with neat cement grout.
Figure Number
AO100RE TWINING
ASSOCIA TES, INC .
Test Boring: B-7/HA-1
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: .J.E.
Date: 7/13/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS uSCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
0 ML SANDY SILT; damp, brown, low to -200=72.3%
non-plastic, light brown with iron- Sand=27.7%
oxide staining
5 Bottom of Boring HA-7 at 5 feet
BSG
10
15
20
25
Notes:
Figure Number
AO100RE TWINING
ASSOCIA TES, INC .
Test Boring: B-8
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: .J.E./S.R.
Date: 7/13/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS uSCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
0 SM SILTY SAND; medium dense,
4/6" moist, with fine grained sand, light 11 5.9
s/6" brown
6/6"
5 /6 ML SANDY SILT; stiff, moist, with fine DD=100.1 pcf 15 16.5
6
6/6"" PI=NP
9/6" grained sand, light brown LL=NV
10 0/6" Sp POORLY GRADED SAND; DD=91.4 pcf 20 3.8
° 10/6"
10/6" medium dense, moist, with fine
grained sand, light brown
4/6" Increase in silt 13
6/6"
15 7/6"
4/6" 10
4/6"
20 „ , 6/6„
Bottom of Boring B-8 at 20 feet
BSG
25
Notes: Boring backfilled with neat cement grout.
Figure Number
AO100RE TWINING
ASSOCIA TES, INC .
Test Boring: B-9
Project: Proposed Elkhorn Recharge Facility
Project Number: A55568.01
Drilled By: J.C. Logged By: .J.E./S.R.
Date: 7/13/2023
Drill Type: CME 75
Elevation:
Auger Type: Hollow Stem (HSA) 6-5/8" Diameter
Depth to Groundwater
Hammer Type: Auto First Encountered During Drilling: N/E
ELEVATION/ SOIL SYMBOLS N-Values Moisture
DEPTH SAMPLER SYMBOLS uSCS Soil Description Remarks blows/ft. Content%
feet AND FIELD TEST DATA
� SM SILTY SAND; moist, fine to PI=NP
CL medium grained sand, light brown LL=NV
El=1
SANDY LEAN CLAY; moist, with SR=4,500 ohm-
fine grained sand, dark brown,low cm
9/6" plasticity pH=8.7 39 26.4
19/6" ML SS=<0.0040%
5 20/6„ SANDY SILT; hard, moist, with CI=<0.0040%
15/6" trace fine grained sand, olive @ 3.5ft BSG 30 19.8
i5/6"5/6" brown with iron-oxide staining -200=91.9%
Very stiff Sand=8.1%
@ 5.Oft BSG
Remold o=33'
5/6" c=230 psf 25 13.2
10/6" PI=NP
10 15/6" LL=NV
Sand=8.9%
+4=0.1%
-200=91%
@ 8.5ft BSG
DD=94.4 pcf
/9" Stiff @ 13.5ft BSG 16 19.8
-7/9" DD=80.6 pcf
15 9/6" SM SILTY SAND; medium dense,
moist, fine to medium grained
sand, brown
SIP POORLY GRADED SAND;
medium dense, moist, fine to
sib medium grained sand, tan 11 4.6
20 ,, 6/6„
Bottom of Boring B-9 at 20 feet
BSG
25
Notes: Boring backfilled with neat cement grout.
Figure Number
KEY TO SYMBOLS
Symbol Description Symbol Description
Strata symbols Soil Samplers
ML: Silt California Modified
split barrel ring
sampler
SM: Silty sand ❑
Standard penetration test
SP: Poorly graded sand
CL: LEAN CLAY
Notes :
1 . Exploratory borings were drilled on and July 13 and 14 , 2023 using a CME75
drill rig equipped with 6-5/8" outside diameter hollow stem augers and 4"
diameter hand auger.
2 . Groundwater was not encountered in any of the borings .
3 . Boring locations were measured or paced from existing features .
4 . These logs are subject to the limitations, conclusions, and
recommendations
in this report.
5 . The "N-value" reported for the California Modified Split Barrel Sampler is
the uncorrected field blow count. This value should not be interpreted as
an SPT equivalent N-value.
6. Results of tests conducted on samples recovered are reported on the logs .
DD = Natural dry density (pcf) LL = Liquid Limit (%)
+4 = Percent retained on the No. 4 sieve (%) PI = Plasticity Index (%)
-200 = Percent passing the No. 200 sieve (%) EI = Expansion Index
Sand = Percent passing the No. 4 sieve Gravel = Percent passing 3-inch &
and retained on No. 200 sieve (%) retained on No. 4 sieves (%)
pH = Soil pH SR = Soil resistivity (ohms-
cm)
SS = Soluble sulfates (%) Cl = Soluble chlorides (%)
o = Internal Angle of Friction (degrees) c = Cohesion (psf)
pcf = Pounds per cubic foot psf = Pounds per square foot
O.D. = Outside diameter AMSL = Above mean sea level
N/A = Not applicable N/E = Not encountered
BSG = Below Site Grade Elevation NP = Not Plastic
NV = Not Viscous
C-1 A55568.01
APPENDIX C
RESULTS OF LABORATORY TESTS
This appendix contains the individual results of the following tests. The results of the moisture
content and dry density tests are included on the test boring logs in Appendix B. These data,
along with the field observations,were used to prepare the final test boring logs in Appendix B.
These Included: To Determine:
Moisture Content Moisture contents representative of field conditions at
(ASTM D2216) the time the sample was taken.
Dry Density Dry unit weight of sample representative of in-situ or
(ASTM D2216) in-place undisturbed condition.
Grain-Size Size and distribution of soil particles, i.e., sand, gravel
Distribution and fines (silt and clay).
(ASTM D422)
Atterberg Limits The consistency and "stickiness," as well as the range
(ASTM D4318) of moisture contents within which the material is
"workable.
Direct Shear Soil shearing strength under varying loads and/or
(ASTM D3080) moisture conditions.
Moisture-Density The optimum (best) moisture content for compacting
Relationship soil and the maximum dry unit weight(density) for a
(ASTM D1557) given compactive effort.
Sulfate Content Percentage of water-soluble sulfate as (SO4) in soil
(Caltest 417) samples. Used as an indication of the relative degree of
sulfate attack on concrete and for selecting the cement
type.
Chloride Content Percentage of soluble chloride in soil. Used to evaluate
(Caltest 422) the potential attack on encased reinforcing steel.
Resistivity The potential of the soil to corrode metal.
(ASTM D1125)
The acidity or alkalinity of subgrade material.
pH(Caltest 643)
Particle Size Distribution Report
100 P7 �t
90
80
70
W 60
Z
LL
Z 50
W
U
W 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.3 1.0 3.6 23.5 71.6
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silt with sand
3/8 in. 100.0
#4 99.7
#8 99.0
#16 97.7 Atterberg Limits
#30 96.1 PL= LL= P1=
#50 92.5
#100 81.1 Coefficients
#200 71.6
D85= 0.187 D60= D50=
D30= D15= D10=
CU= Cc=
Classification
USCS= ML AASHTO=
Remarks
(no specification provided)
Sample No.: B-5 Source of Sample: Date: 7/12/23
Location: Elev./Depth: 8.5-10'
Client: Provost&Pritchard Consulting Group
Moore Twining Associates, Inc. Project: Elkhorn Recharge Facility Project
Fresno, CA Project No: A55568.01 Figure
Particle Size Distribution Report
100
90
80
70
W 60
Z
LL
Z 50
W
U
W 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.0 0.0 18.7 56.0 25.3
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silty sand
#4 100.0
#8 100.0
#16 99.9
#30 94.9 Atterberg Limits
#50 66.2 PL= LL= P1=
#100 37.2
#200 25.3 Coefficients
D85= 0.465 D60= 0.262 D50= 0.210
D30= 0.109 D15= D10=
CU= Cc=
Classification
USCS= SM AASHTO=
Remarks
(no specification provided)
Sample No.: B-5 Source of Sample: Date: 7/12/23
Location: Elev./Depth: 10'-13'
Client: Provost&Pritchard Consulting Group
Moore Twining Associates, Inc. Project: Elkhorn Recharge Facility Project
Fresno, CA Project No: A55568.01 Figure
Particle Size Distribution Report
100 F7\
90
80
70
W 60
Z
LL
Z 50
W
U
W 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.0 0.1 7.7 52.3 39.9
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silty sand
#4 100.0
#8 99.9
#16 99.9
#30 98.7 Atterberg Limits
#50 83.7 PL= LL= P1=
#100 60.1
#200 39.9 Coefficients
D85= 0.314 D60= 0.150 D50= 0.108
D30= D15= D10=
CU= Cc=
Classification
USCS= SM AASHTO=
Remarks
(no specification provided)
Sample No.: B-6 Source of Sample: Date: 7/12/23
Location: Elev./Depth: 1-2.5'
Client: Provost&Pritchard Consulting Group
Moore Twining Associates, Inc. Project: Elkhorn Recharge Facility Project
Fresno, CA Project No: A55568.01 Figure
Particle Size Distribution Report
100
90
80
70
W 60
Z
LL
Z 50
W
U
W 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.0 0.6 3.0 4.5 91.9
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silt
#4 100.0
#8 99.6
#16 98.5
#30 97.2 Atterberg Limits
#50 95.4 PL= LL= P1=
#100 93.6
#200 91.9 Coefficients
D85= D60= D50=
D30= D15= D10=
CU= Cc=
Classification
USCS= ML AASHTO=
Remarks
(no specification provided)
Sample No.: B-9 Source of Sample: Date: 7/12/23
Location: Elev./Depth: 3.5-5'
Client: Provost&Pritchard Consulting Group
Moore Twining Associates, Inc. Project: Elkhorn Recharge Facility Project
Fresno, CA Project No: A55568.01 Figure
Particle Size Distribution Report
100
90
80
70
W 60
Z
LL
Z 50
W
U
W 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.1 0.1 1.6 7.2 91.0
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silt
3/8 in. 100.0
#4 99.9
#8 99.8
#16 99.5 Atterberg Limits
#30 98.8 PL= LL= P1=
#50 97.5
#100 95.9 Coefficients
#200 91.0
D85= D60= D50=
D30= D15= D10=
CU= Cc=
Classification
USCS= ML AASHTO=
Remarks
(no specification provided)
Sample No.: B-9 Source of Sample: Date: 7/12/23
Location: Elev./Depth: 5-6.5'
Client: Provost&Pritchard Consulting Group
Moore Twining Associates, Inc. Project: Elkhorn Recharge Facility Project
Fresno, CA Project No: A55568.01 Figure
Particle Size Distribution Report
100
90
80
70
W 60
Z
LL
Z 50
W
U
W 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.0 0.2 5.1 22.4 72.3
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silt with sand
#4 100.0
#8 99.9
#16 99.6
#30 98.1 Atterberg Limits
#50 90.2 PL= LL= P1=
#100 81.4
#200 72.3 Coefficients
D85= 0.200 D60= D50=
D30= D15= D10=
CU= Cc=
Classification
USCS= ML AASHTO=
Remarks
(no specification provided)
Sample No.: HA-7 Source of Sample: Date: 7/12/23
Location: Elev./Depth: 0-5'
Client: Provost&Pritchard Consulting Group
Moore Twining Associates, Inc. Project: Elkhorn Recharge Facility Project
Fresno, CA Project No: A55568.01 Figure
LIQUID AND PLASTIC LIMITS TEST REPORT
60
Dashed line indicates the approximate 7
upper limit boundary for natural soils
50 — Y
40 —
X
LU
30 —
IL
20 —
10 -
7 ----
4 ML or OL MH or OH
10 30 50 70 90 110
LIQUID LIMIT
MATERIAL DESCRIPTION LL PL PI %<#40 %<#200 uscs
• Silt NV NP NP ML
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
•Source: Sample No.: B-8 Elev./Depth: 5-6.5'
Moore Twining Associates, Inc.
Fresno, CA Figure
LIQUID AND PLASTIC LIMITS TEST REPORT
60
Dashed line indicates the approximate 7
upper limit boundary for natural soils
50 — Y
40 —
X
LU
30 —
IL
20 —
10 -
7 ----
4 ML or OL MH or OH
10 30 50 70 90 110
LIQUID LIMIT
MATERIAL DESCRIPTION LL PL PI %<#40 %<#200 uscs
• Silt NV NP NP ML
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
•Source: Sample No.: B-9 Elev./Depth: 0-4'
Moore Twining Associates, Inc.
Fresno, CA Figure
LIQUID AND PLASTIC LIMITS TEST REPORT
60
Dashed line indicates the approximate 7
upper limit boundary for natural soils
50 — Y
40 —
X
LU
30 —
IL
20 —
10 -
7 ----
4 ML or OL MH or OH
10 30 50 70 90 110
LIQUID LIMIT
MATERIAL DESCRIPTION LL PL PI %<#40 %<#200 uscs
• Silt NV NP NP ML
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
•Source: Sample No.: B-9 Elev./Depth: 5-10'
Moore Twining Associates, Inc.
Fresno, CA Figure
-0.0075 6 Results
C, ksf 0.18
-0.005
deg 30
Tan( ) 0.59
c
0.0025 4
c U)
2
Dilation
E U)
0 0 _
0 Y
� Consol. �p
U �
0.0025 2
>
0.005
3
0.0075 0
0 0.15 0.3 0.45 0.6 0 2 4 6
Horiz. Displacement, in. Normal Stress, ksf
3 Sample No. 1 2 3
Water Content, % 5.1 5.3 5.3
2.5 Dry Density, pcf 111.3 114.0 115.3
Saturation, % 27.6 31.3 32.1
2 Void Ratio 0.4868 0.4510 0.4343
Y 3 Diameter, in. 2.42 2.42 2.42
Eli
Height, in. 1.00 1.00 1.00
cn 1.5 Water Content, % 17.9 16.5 15.6
2 Dry Density, pcf 111.4 114.2 115.6
1 a) Saturation, % 98.0 97.8 95.6
Q Void Ratio 0.4846 0.4484 0.4316
Diameter, in. 2.42 2.42 2.42
0.5 Height, in. 1.00 1.00 1.00
Normal Stress, ksf 1.00 2.00 3.00
OR Peak Stress, ksf 0.77 1.36 1.94
0 0.15 0.3 0.45 0.6 Displacement, in. 0.09 0.08 0.47
Horiz. Displacement, in. Ultimate Stress, ksf
Displacement, in.
Strain at peak, % 3.6 3.4 19.5
Sample Type: Client: Provost&Pritchard Consulting Group
Description: Silt
Project: Elkhorn Recharge Facility Project
Specific Gravity=2.65 Sample Number: B-1 Depth: 2-3.5'
Remarks:
Proj. No.: A55568.01 Date Sampled: 7/12/23
DIRECT SHEAR TEST REPORT
Moore Twining Associates, Inc.
Figure Fresno CA
-0.03 6 Results
C, ksf 0.32
-0.02 �, deg 29
Tan( ) 0.55
1
c
-0.01 4
c w
o U)
M Dilation
E U)
O 0 2
m 2 U)
0 Y
Consol. tp
(B �
U
0.01 3 2
0.02
0.03 0
0 0.15 0.3 0.45 0.6 0 2 4 6
Horiz. Displacement, in. Normal Stress, ksf
3 Sample No. 1 2 3
Water Content, % 1.6 1.7 1.8
2.5 Dry Density, pcf 91.1 95.1 92.6
Saturation, % 5.0 6.3 6.0
w
2 Void Ratio 0.8164 0.7387 0.7871
Y s Diameter, in. 2.42 2.42 2.42
U) Height, in. 1.00 1.00 1.00
1.5 Water Content, % 29.2 26.2 27.6
2 Dry Density, pcf 92.5 96.7 94.3
C/) con Saturation, % 98.0 97.7 97.1
1
Q Void Ratio 0.7892 0.7109 0.7549
Diameter, in. 2.42 2.42 2.42
0.5 Height, in. 0.98 0.98 0.98
Normal Stress, ksf 1.00 2.00 3.00
o Peak Stress, ksf 0.88 1.40 1.98
0 0.15 0.3 0.45 0.6 Displacement, in. 0.14 0.17 0.20
Horiz. Displacement, in. Ultimate Stress, ksf
Displacement, in.
Strain at peak, % 5.9 6.9 8.4
Sample Type: Client: Provost&Pritchard Consulting Group
Description: Silt
Project: Elkhorn Recharge Facility Project
Specific Gravity=2.65 Sample Number: B-3 Depth: 8.5-10'
Remarks:
Proj. No.: A55568.01 Date Sampled: 7/12/23
DIRECT SHEAR TEST REPORT
Moore Twining Associates, Inc.
Figure Fresno CA
-0.012 6 Results
C, ksf 0.18
-0.008 �, deg 31
Tan( ) 0.60
-0.004 1 4
c �
o Y
Dilation
Ui
E U
m
0 2 2
� Y
consol. tp
m o
Uloll
0.004 2
0.008 3
0.012 -Ij0
l-1 4
0 0.15 0.3 0.45 0.6 0 2 4 6
Horiz. Displacement, in. Normal Stress, ksf
3 Sample No. 1 2 3
Water Content, % 10.2 10.1 10.2
2.5 Dry Density, pcf 84.6 80.1 81.7
Saturation, % 28.3 25.0 26.3
w
2 Void Ratio 0.9556 1.0652 1.0252
Y 3 Diameter, in. 2.42 2.42 2.42
Eli
Hei ht, in. 1.00 1.00 1.00
1.5 2 Water Content, % 35.3 38.8 37.0
Dry Density, pcf 84.7 80.3 81.8
1 � Saturation, % 98.0 96.9 96.0
Q Void Ratio 0.9535 1.0610 1.0220
Diameter, in. 2.42 2.42 2.42
0.5 Hei ht, in. 1.00 1.00 1.00
Normal Stress, ksf 1.00 2.00 3.00
oR-1 11 Peak Stress, ksf 0.76 1.44 1.96
0 0.15 0.3 0.45 0.6 Displacement, in. 0.16 0.17 0.22
Horiz. Displacement, in. Ultimate Stress, ksf
Displacement, in.
Strain at peak, % 6.5 7.1 9.0
Sample Type: Client: Provost&Pritchard Consulting Group
Description: Silt
Project: Elkhorn Recharge Facility Project
Specific Gravity=2.65 Sample Number: B-4 Depth: 8.5-10'
Remarks:
Proj. No.: A55568.01 Date Sampled: 7/12/23
DIRECT SHEAR TEST REPORT
Moore Twining Associates, Inc.
Figure Fresno CA
-0.03 6 Results
C, ksf 0.35
-0.02 �, deg 30
Tan( ) 0.59
� 1
-0.01 4
c w
o (un)
3 Y
M Dilation UiE U)
0 0
N Cn
p 2 Y
Consol. tp
(B �
U
0.01 2
>
0.02
0.03 0
0 0.15 0.3 0.45 0.6 0 2 4 6
Horiz. Displacement, in. Normal Stress, ksf
3 Sample No. 1 2 3
Water Content, % 8.6 8.5 8.6
2.5 Dry Density, pcf 95.0 92.0 91.6
Saturation, % 30.6 28.2 28.3
2 Void Ratio 0.7417 0.7983 0.8065
Y 3 Diameter, in. 2.42 2.42 2.42
Eli
Height, in. 1.00 1.00 1.00
1.5 2 Water Content, % 27.1 29.0 28.1
Dry Density, pcf 95.1 92.3 93.1
Cn 1 L wo Saturation, % 97.2 96.8 95.9
1 Q Void Ratio 0.7391 0.7929 0.7776
Diameter, in. 2.42 2.42 2.42
0.5 Height, in. 1.00 1.00 0.98
Normal Stress, ksf 1.00 2.00 3.00
o Peak Stress, ksf 0.97 1.45 2.15
0 0.15 0.3 0.45 0.6 Displacement, in. 0.07 0.14 0.12
Horiz. Displacement, in. Ultimate Stress, ksf
Displacement, in.
Strain at peak, % 3.0 5.9 4.8
Sample Type: Client: Provost&Pritchard Consulting Group
Description: Silty sand
Project: Elkhorn Recharge Facility Project
Specific Gravity=2.65 Sample Number: B-6 Depth: 3.5-5'
Remarks:
Proj. No.: A55568.01 Date Sampled: 7/12/23
DIRECT SHEAR TEST REPORT
Moore Twining Associates, Inc.
Figure Fresno CA
-0.015 6 Peak Ultimate
C, ksf 0.23 0.23
-0.01 deg 33 30
Tan( ) 0.65 0.58
I
-0.005 4
Ile
Dilation ,�
EY !n
0 0 Y
m 2
Consol.
f it
U N (n
0.005 io 2
> a�
3
0.01
0.015 # 0
0 0.15 0.3 0.45 0.6 0 2 4 6
Horiz. Displacement, in. Normal Stress, ksf
3 Sample No. 1 2 3
Water Content, % 13.3 12.6 12.7
2.5 Dry Density, pcf 107.4 107.1 106.9
Saturation, % 64.9 61.4 61.6
2 3 Void Ratio 0.5408 0.5452 0.5482
Y Diameter, in. 2.40 2.41 2.40
Cn Height, in. 1.00 1.00 1.00
1.5 2 Water Content, % 19.1 19.0 19.0
Dry Density, pcf 108.8 108.6 108.4
C/) 1 H Saturation, % 97.5 96.4 95.5
Q Void Ratio 0.5200 0.5234 0.5261
Diameter, in. 2.40 2.41 2.40
0.5 Hei ht, in. 0.99 0.99 0.99
Normal Stress, ksf 1.00 2.00 3.00
oK IM Peak Stress, ksf 0.92 1.44 2.22
0 0.15 0.3 0.45 0.6 Displacement, in. 0.04 0.09 0.05
Horiz. Displacement, in. Ultimate Stress, ksf 0.80 1.40 1.95
Displacement, in. 0.13 0.06 0.39
Strain at peak, % 1.5 3.6 2.2
Sample Type: Client: Provost&Pritchard Consulting Group
Description: Silt
Project: Elkhorn Recharge Facility Project
Il NV PI=NP
Specific Gravity=2.65 Sample Number: B-9 Depth: 5-10'
Remarks: Remolded to 90%of 120.1 pcf(Max.Dry
Density& 13.1%(2%above Optimum M.C.) Proj. No.: A55568.01 Date Sampled: 7/12/23
DIRECT SHEAR TEST REPORT
Moore Twining Associates, Inc.
Figure Fresno CA
OORE TWINING
A SS0C / A TES, I N
EXPANSION INDEX TEST, ASTM D4829
MTA PROJECT NAME: Elkhorn Recharge Facility Project REPORT DATE: 8/25/2023
TEST DATE: 7/12/2023
MTA PROJECT NO.: A55568.01
SAMPLE I.D.: B-9 @ 0-4
SAMPLED BY: JE/SR
SAMPLE DATE: 7/12/2023 TESTED BY: TD
MATERIALS DESCRIPTION: Silt
% PASSING#4 SIEVE 100
Initial Moisture Determination: Final Moisture Determination:
Pan + Wet Soil Wt., gm 250.0 Wet Soil Wt., Ibs 0.9632
Pan + Dry Soil Wt., gm 230.0 Dry Soil Wt., Ibs 0.8484
Pan Wt., gm 0.0
Initial % Moisture Content 8.7 Final % Moisture Content 13.5
Initial Expansion Data: Final Expansion Data:
Ring + Sample Wt., Ibs 0.9222 Ring + Sample Wt., Ibs 0.9632
Ring Wt., Ibs 0.0000 Ring Wt., Ibs 0.0000
Remolded Wt., Ibs 0.9222 Remolded Wt., Ibs 0.9632
Remolded Wet Density, pcf 126.8 Remolded Wet Density, pcf 132.3
Remolded Dry Density, pcf 116.7 Remolded Dry Density, pcf 116.5
Expansion Data: Initial Volume Final Volume
0.00727222 0.007282
Initial Gage Reading, in: 0.0324
Final Gage Reading, in: 0.0337
Expansion, in: 0.0013
Expansion Index 1 Comments: Very Low Expansion Potential
Classification of Expansive Soils. (Table No.1 From ASTM D4829)
Expansion Index Potential Expansion
0-20 Very Low
21-50 Low
51-90 Medium
91-130 High
>130 Very High
PH:559.268.7021
..
COMPACTION TEST REPORT
119.0
116.5
114.0
U
Q
T
C
N
T
111.5
109.0
106.5
5.5 8.0 10.5 13.0 15.5 18.0 20.5
Water content, %
Test specification: ASTM D 1557-12 Method A Modified
Elev/ Classification Nat. %> %<
Depth USCS AASHTO Moist. Sp.G. LL PI No.4 No.200
1-5' M L
TEST RESULTS MATERIAL DESCRIPTION
Maximum dry density= 117.9 pcf Silt with sand
Optimum moisture= 11.7 %
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
• Source: Sample No.: B-3 Elev./Depth: 1-5'
Moore Twining Associates, Inc.
Fresno, CA Figure
COMPACTION TEST REPORT
120
118
116
U
Q
C
N
T
L
114
112
110
5 7 9 11 13 15 17
Water content, %
Test specification: ASTM D 1557-12 Method A Modified
Elev/ Classification Nat. %> %<
Depth USCS AASHTO Moist. Sp.G. LL PI No.4 No.200
8-10, SP
TEST RESULTS MATERIAL DESCRIPTION
Maximum dry density= 117.8 pcf Poorly graded sand
Optimum moisture= 10.7 %
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
• Source: Sample No.: B-3 Elev./Depth: 8-10'
Moore Twining Associates, Inc.
Fresno, CA Figure
COMPACTION TEST REPORT
123
121
119
U
Q
C
N
T
L
117
115
113
2 4 6 8 10 12 14
Water content, %
Test specification: ASTM D 1557-12 Method A Modified
Elev/ Classification Nat. %> %<
Depth USCS AASHTO Moist. Sp.G. LL PI No.4 No.200
0-5' S M
TEST RESULTS MATERIAL DESCRIPTION
Maximum dry density= 120.3 pcf Silty sand
Optimum moisture= 8.2 %
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
• Source: Sample No.: B-6 Elev./Depth: 0-5'
Moore Twining Associates, Inc.
Fresno, CA Figure
COMPACTION TEST REPORT
124
122
00,
120
U
Q
C
N
T
L
118
116
114
2 4 6 8 10 12 14
Water content, %
Test specification: ASTM D 1557-12 Method A Modified
Elev/ Classification Nat. %> %<
Depth USCS AASHTO Moist. Sp.G. LL PI No.4 No.200
0-5' S M
TEST RESULTS MATERIAL DESCRIPTION
Maximum dry density= 122.0 pcf Silty sand
Optimum moisture=7.9 %
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
• Source: Sample No.: B-8 Elev./Depth: 0-5'
Moore Twining Associates, Inc.
Fresno, CA Figure
COMPACTION TEST REPORT
131
126
121
000,
011
Q
y
C
N
T
L
116
111
106
7 9 11 13 15 17 19
Water content, %
Test specification: ASTM D 1557-12 Method A Modified
Elev/ Classification Nat. %> %<
Depth USCS AASHTO Moist. Sp.G. LL PI No.4 No.200
ML
TEST RESULTS MATERIAL DESCRIPTION
Maximum dry density= 120.1 pcf Silt
Optimum moisture= 11.1 %
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
• Source: Sample No.: B-9 Elev./Depth: 5-10'
Moore Twining Associates, Inc.
Fresno, CA Figure
COMPACTION TEST REPORT
124
122
120
U
Q
C
N
T
L
118
116
114
1 ri i I i i I I I I 1 1
4 6 8 10 12 14 16
Water content, %
Test specification: ASTM D 1557-12 Method A Modified
Elev/ Classification Nat. %> %<
Depth USCS AASHTO Moist. Sp.G. LL PI No.4 No.200
0-5' M L 0.0 72.3
TEST RESULTS MATERIAL DESCRIPTION
Maximum dry density= 121.2 pcf Silt with sand
Optimum moisture= 8.9 %
Project No. A55568.01 Client: Provost&Pritchard Consulting Group Remarks:
Project: Elkhorn Recharge Facility Project
• Source: Sample No.: HA-7 Elev./Depth: 0-5'
Moore Twining Associates, Inc.
Fresno, CA Figure
MSOORE TWINING
1 0C / A TES, I N
Project Name: Elkhorn Recharge Facility Project Report Date: 8/25/2023
Sample Date: 7/12/2023
Project Number: A55568.01
Sampled By: JE/SR
Subject: Minimum Resistivity, ASTM G187 Tested By: IRS
Material Description: Silty sand Test Date: 8/8/2023
Location: B-3 @ 1-5-
Laboratory Test Results, Minimum Resistivity -ASTM G187
Total Water Added, mis Resistivity, Ohm-cm
100 mis 38,000
125 mis 27,000
150 mis 21,000
175 mis 7,100
200 mis 5,500
225 mis 5,300
250 mis 5,200
275 mis 5,400
Remarks: Min. Resistivity is 5,200 Ohm-cm
PH:559.268.7021
..
MOORE TWINING
A SS0C / A TES, I N
Project Name: Elkhorn Recharge Facility Project Report Date: 8/25/2023
Sample Date: 7/12/2023
Project Number: A55568.01
Sampled By: JE/SR
Subject: Minimum Resistivity, ASTM G187 Tested By: RS
Material Description: Silt Test Date: 8/9/2023
Location: B-9 @ 0-4'
Laboratory Test Results, Minimum Resistivity-ASTM G187
Total Water Added, mis Resistivity, Ohm-cm
100 mis 20,000
125 mis 7,800
150 mis 6,000
175 mis 5,000
200 mis 4,600
225 mis 4,600
250 mis 4,500
275 mis 4,500
300 mis 4,500
Remarks: Min. Resistivity is 4,500 Ohm-cm
PH:559.268.7021
..
2527 Fresno Street
AW
OORE TWINING Fresno, CA 93721
, -7 k, ._. , 1, , L- 01 , ,V (559) 268-7021 Phone
California ELAP Certificate #1371 (559) 268-0740 Fax
August 21, 2023
Work Order#: JH07030
Shaun Reich
MTA Geotechnical Division
2527 Fresno Street
Fresno, CA 93721
RE: Elkhorn Recharge Facility Project
Enclosed are the analytical results for samples received by our laboratory on 08/07/23 For your
reference, these analyses have been assigned laboratory work order number JH07030.
All analyses have been performed according to our laboratory's quality assurance program. All
results are intended to be considered in their entirety, Moore Twining Associates, Inc. (MTA) is
not responsible for use of less than complete reports. Results apply only to samples analyzed.
If you have any questions, please feel free to contact us at the number listed above.
Sincerely,
Moore Twining Associates, Inc.
Ca'�
Lauren Cox
Client Services Representative
Page 1 of 5
MO TWINING TWINING 2527 Fresno Street
Fresno,CA 93721
(559)268-7021 Phone
California ELAP Certificate#1371 (559)268-0740 Fax
MTA Geotechnical Division Project: Elkhorn Recharge Facility Project
Reported:
2527 Fresno Street Project Number: A55568.01
08/21/2023
Fresno CA,93721 Project Manager: Shaun Reich
Analytical Report for the Following Samples
Sample ID Notes Laboratory ID Matrix Date Sampled Date Received
B-3 @ 1-5 JH07030-01 Soil 08/07/23 12:53 08/07/23 12:53
B-9 @ 0-4 JH07030-02 Soil 08/07/23 12:53 08/07/23 12:53
Moore Twining Associates, Inc. The results in this report apply to the samples analyzed in accordance with the
Danielle Abrames, Director of Analytical Chemistry chain of custody document. This analytical report must be reproduced in its
entirety.
Page 2 of 5
MO TWINING TWINING 2527 Fresno street
Fresno,CA 93721
(559)268-7021 Phone
California ELAP Certificate#1371 (559)268-0740 Fax
MTA Geotechnical Division Project: Elkhorn Recharge Facility Project
Reported:
2527 Fresno Street Project Number: A55568.01
08/21/2023
Fresno CA,93721 Project Manager: Shaun Reich
B-3 @ 1-5
JH07030-01 (Soil)
Analyte Result Reporting Units Batch Prepared Analyzed Method Flag
Limit
Inorganics
Chloride ND 0.0040 %by Weight [CALC] 08/21/23 08/21/23 [CALC]
Chloride ND 40 mg/kg B31H1405 08/14/23 08/21/23 Cal Test422
pH 9.4 0.10 pH Units B3H1405 08/14/23 08/21/23 Cal Test 643
Sulfate as SO4 ND 0.0040 %by Weight [CALC] 08/21/23 08/21/23 [CALC]
Sulfate as SO4 ND 40 mg/kg B31H1405 08/14/23 08/21/23 Cal Test 417
B-9 @ 0-4
JH07030-02 (Soil)
Analyte Result Reporting Units Batch Prepared Analyzed Method Flag
Limit
Inorganics
Chloride ND 0.0040 %by Weight [CALC] 08/21/23 08/21/23 [CALC]
Chloride ND 40 mg/kg B31H1405 08/14/23 08/21/23 Cal Test422
pH 8.7 0.10 pH Units B31H1405 08/14/23 08/21/23 Cal Test 643
Sulfate as SO4 ND 0.0040 %by Weight [CALC] 08/21/23 08/21/23 [CALC]
Sulfate as SO4 ND 40 mg/kg B31H1405 08/14/23 08/21/23 Cal Test 417
Notes and Definitions
PREP Modified preparation by pulverizing sample to pass#40 sieve and soaked for a minimum of 12 hours using a minimum dilution ratio of 1:10
ND Analyte NOT DETECTED at or above the reporting limit
mg/kg milligrams per kilogram(parts per million concentration units)
Moore Twining Associates, Inc. The results in this report apply to the samples analyzed in accordance with the
Danielle Abrames, Director of Analytical Chemistry chain of custody document. This analytical report must be reproduced in its
entirety.
Page 3 of 5
MOORE TWINING CHAIN OF CUSTODY / ANALYSIS REQUEST
f 2527 FRESNO STREET • FRESNO,CA 93721 PHONE(559)268-7021 • FAX:(559)268-0740 i -4
ANALYTICAL CHEMISTRY DIVISION WORK ORDER#I ;` ` 1 o 0
CALIFORNIA ELAP CERTIFICATION#1371 PAGE 01 OF ,
REPORT TO: ❑INVOICE TO: ❑REPORT COPY TO: REPORTING:
ATTENTION: ATTENTION: ❑R STANDARD FORMAT ❑PDF
S. REICH ❑EDT(SWRCB) ❑EXCEL
COMPANY NAME: COMPANY NAME: ❑GEOTRACKER/COELT(LOFT)
GEOTECHNICAL DIVISION GLOBALID:
ADDRESS: ADDRESS: ❑COUNTY ENVIRONMENTAL HEALTH:
❑STATE WATER RESOURCES CONTROL
BOARD:
PHONE: PHONE:
❑OTHER:
EMAIL/FAX: EMAIL/FAX:
SAMPLE INFORMATION SAMPLE TYPES PROJECT INFORMATION
SAMPLED BY(PRINT): SOLID: CONTRACT/P.O.NO.:
JE/SR BS-BIOSOLID
CR-CERAMIC
SIGNATURE: SL-SOIL/SOLID PROJECT:
LIQUID: ELKHORN RECHARGE FACILITY PROJECT
El PUBLIC SYSTEM ❑R ROUTINE DW-DRINKING WATER PROJECT NUMBER:
GW-GROUNDWATER A55568.01
❑PRIVATE WELL ❑REPEAT OL-OIL
El OTHER ❑REPLACEMENT PROJECTR:
SF-SURFACE WATER S.. REICHICH
ST-STORM WATER
TURN AROUND TIME WW-WASTEWATER
o STANDARD ANALYSIS REQUESTED
❑RUSH,DUE ON: 10 DAY
NOTES ON RECEIVED CONDITION:
L ElCUSTODY SEAL w S)BROKEN ❑SAMPLES(S)DAMAGED C
i p O
V
B
❑ON ICE ❑AMBIENT TEMP. ❑INCORRECT PRESERVATION 0
U
S L L_ Q
J F
E CLIENT SAMPLE ID DATE TIME TYPE in- N U N
B-391-5 8/7/2312:53 SL x x x
B-990-4 8/7/2312:53 SL x x x
i
COMMENTS/ADDITIONAL INSTRUCTIONS:
1
' RELINQUISHED BY COMPANY DATE TIME RECE ED BY COMPANY
REGGIE STERLING II MTA 8/7/23 12:53
j
Payment for services rendered as noted herein are due in full within 30 days from the date invoiced.If not so paid, account balan es are deemed delinquent.Delinquent balances are subject to
monthly service charges and interest specified in MTA's current Standard Terms and Conditions for Laboratory Services.The person signing for the Client/Company acknowledges that they are either
the Client or an authorized agent to the Client,that the Client agrees to be responsible for payment for the services on this Chain of Custody and agrees to MTA's terms and conditions for laboratory
services unless contractually bound otherwise.MTA's current terms and conditions can be obtained by contacting our accounting department at(559)268-7021.
n
FL-SC-0005-04 A
:I
:I
Page 4 of 5
I
- --
— —
i
U
0
m
O
0 o O
Z Z '^ Or
N
} } C J
a)
O l=
N
N a'
} 0
C_
N .y :
Q1 C
a+ O O
41
O j d O rti.
L > CL
d N 0- a)
a)
Zt
� v am a
Z Z z L
AFVZ, °J
O O o' c
Z @)
C
U
Ll LL LL U- Li-
n a a a 0- 0-
U N +�+ Ln Ln to Ln rn d
O 7a
l_ v
s 1!lds ao ja;!!j
3w c tn
O O ro L
o a�
Q cCJ "-
dA ro 0 C ai J
C y E Fa >
C 4 a)
C u
rho C u L
E- d! Ln
0 (0aJ
O
O a�i u >
f6
g a ro > v
rn 'v v o
1-0 ro u v v cr
o � v a
Ezoz z z
0 0
0 z z 0
z
Ln a
r (I a, a,
a�
a LU
UL1 U > @
co 0O
O_ Q
a ll O
V Cl.
ra Ln
CL y L L
E c o v
Oaj v�--
C N U m u
+ > ro L N rWo vYi
GOO U '� u c V v
O W N = fo 0) m a
>, a 'JI n Ln p O \
+' L 7Ln
= O Y c c D m ra E O \
N Oj
1 _u C 7 7 0 �- U O
a) N N
c 3 Y a00i > m E mm o m Ln
N
+fO o O c m` +, N \
v
Q. 43 U `J rya N f N 0 CO aD y N Ln rLM
o
E Cl) w ?� +� y13J Q p X Q C7 C7 O Ln = � m Qj
ry 0- �, C ,� v N O 17 c Q u r L + C7 3 v ro N c
N �' v — o 0 C7 v "O N
vim^ 0 C _� E cc v Q U v a Q o + m m m U Q O > m o o
Z > a s `1 V 7 V
vE +' f0 � � c c cc° 0Oa0O00000 o a v cJ L`^n ~ wU
m t w .° O ro O O O Z U "v n ro ro ra ro ro 2 O r0 fO 'o w (7
U D O m Z Z Z U m 2 2 2 Z Z Z Z Z - Z O U a (� V)I Ln I.+
OR JOJ Panla3ab sa133o9 s;uauaua Page 5 of 5
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).
ID OOK
ELKHORN RECHARGE FACILITY
500 E. ELKHORN AVE.
CARUTHERS, CA 93609
BUDGET / ACCOUNT: 8870 / 8400 / 91761
co
� i856 0
FRESH Department of Public Works and Planning
CONTRACT NUMBER 24-03-C
BID BOOK TABLE OF CONTENTS
ELKHORN RECHARGE FACILITY
CONTRACT NUMBER 24-03-C
PROPOSAL TITLE
NUMBER(S)
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 SUBCONTRACTORS
9 TITLE 13,CALIFORNIA CODE OF REGULATIONS§2449(I)GENERAL REQUIREMENTS FOR
IN-USE OFF-ROAD DIESEL-FUELED FLEETS
10-18 NOT USED
19 GUARANTY
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 or submit a hardcopy bid:
1. Under sealed cover addressed to the Department and labeled with the name of the bidder, contract number,
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.
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
INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 2 of 4
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.
Bonding companies may provide their own bid bond forms. The Bid Security and Signature sections must be
completed by the bidder and submitted with their bid.
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.
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 completed form 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.
INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 3 of 4
Subcontractors— Proposal 8
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. Contract Code §4100 et seq.).
The Subcontractor List submitted with the bid must show the name, location of business, work portions to be
performed, Department of Industrial Relations registration number, 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 Department of Industrial Relations number and 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.
Title 13, California Code of Regulations § 2449(i) General Requirements for In-Use Off-Road Diesel-
Fueled Fleets— Proposal 9
Contractors, if applicable, must submit valid Certificates of Reported Compliance with their bid. Subcontractor
certificates will be due no later than 4:00 PM on the fifth (5th)calendar day after the bid opening if not submitted
with the bid.
Proposal 10 - Proposal 18—Not Used
Guaranty— Proposal 19
Does not need to be signed with the bid. Part of the contract which must be signed by the contractor when
contract is executed.
INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR NON-FEDERAL AID PROJECTS: Page 4 of 4
General Info
Alt Total: $1,055,566.51
Total:
$4,694,440.77
Number Description
24-03-C Elkhorn Recharge Facility
Deadline The work consists of, in general, of the construction of an approximately sixty-acre
10/08/2024 02:00 PM PDT recharge basin and stockpile area at the site including basin excavation, compacted
stockpile placement, placement of excess basin material, conveyance channel excavation,
Vendor cast-in-place and precast concrete structures, furnishing and installing slides gates,
G&J Heavy Haul propeller meters, rubber gasketed reinforced concrete pipe (RGRCP), County road
crossing, and all other miscellaneous items to complete the work described in the Plans
Submitted and Specifications to provide for a fully functioning recharge basin.
10/08/2024 01:44 PM PDT Allows zero unit prices and labor
Signed by Yes
Drew Thompson Allows negative unit prices and labor
Account Holder Drew
Thompson Yes
Opened
10/08/2024 02:16 PM PDT By
jwongsing@fresnocountyca.gov
Page 1 of 26 10/08/2024
Attachment List
Project Website
RFC form, bid opening details, any Supplemental Information
including RFC responses, prebid conference information, etc.
Plans (11 MB)
Plans (11 MB)
Specifications (11 MB)
Specifications (11 MB)
Page 2 of 26 10/08/2024
Proposal to the County of Fresno - Proposal 1
Proposal to the County of Fresno
hereinafter called the Owner
ELKHORN RECHARGE FACILITY
500 E. ELKHORN AVE.
CARUTHERS, CA 93609
The work embraced herein shall be done in accordance with the 2023 Standard Specifications and with the 2023 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. 11330, entitled: "Elkhorn Recharge Facility".
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 they have carefully examined
the location of the proposed work,
the annexed proposed form of contract, and the plans therein referred to; and they propose and agree if this proposal is accepted,
that they 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 they will take in full payment therefor the following unit prices, to-
wit:
Page 3 of 26 10/08/2024
Bid Item List - Proposal 2
$3,638,874.26
Item Quantity Unit Item Description Item Price Extension
No.
1 1 LS Mobilization/Demobilization, Bonds, Insurance & Permits $635,987.10 $635,987.10
2 1 LS Job Site Management $22,000.00 $22,000.00
3 1 LS Traffic Control $13,059.07 $13,059.07
4 1 LS Storm Water Pollution Prevention Plan (SWPPP) - Preparation $40,007.00 $40,007.00
and Implementation
5 1,500 $ State Water Resources Control Board - Notice of Intent $1.00 $1,500.00
6 1 LS Dust Control Plan (DCP) - Preparation and Implementation $66,818.40 $66,818.40
7 25,000 $ Supplemental Work Allowance $1.00 $25,000.00
8 1 LS Site Demolition at Well Sites $19,003.93 $19,003.93
9 800 LF Remove and Dispose of Existing PVC Irrigation Pipe Sections $11.93 $9,544.00
10 150 LF Remove and Dispose of Existing Asbestos Cement Pipe $58.37 $8,755.50
Section
11 1 LS Clearing and Grubbing of Vegetation $22,913.00 $22,913.00
12 93,160 CY Removal of Top Soil in Basin Area and Compacted Placement $2.64 $245,942.40
in Stockpile Areas
13 1 LS Crush Demolished Soil Cement and Compacted Placement in $g 398.40 $9,398.40
Stockpile Areas
14 17,270 CY Conveyance Channel Excavation and Compacted Placement in $4.31 $74,433.70
Stockpile Areas
15 11,440 CY Basin Excavation and Compacted Placement on Basin Levee $2.64 $30,201.60
16 519,810 CY Basin Excavation and Compacted Placement in Stockpile $2.64 $1,372,298.40
Areas
17 1 LS Construct Liberty Canal Turnout / Conveyance Channel Inlet $447,952.77 $447,952.77
Structure
18 1 LS Construct Conveyance Channel Outlet / Basin Inlet Structure $382,264.17 $382,264.17
19 8,207 LF Furnish & Install Chain Link Fence $23.26 $190,894.82
Total: $3,638,874.26
Page 4 of 26 10/08/2024
Item Quantity Unit Item Description Item Price Extension
No.
20 1 EA Furnish & Install Chain Link 24-foot Double Drive Gate $5,500.00 $5,500.00
21 1 EA Convert Existing Central Well Site to a Monitoring Well $7,700.00 $7,700.00
22 1 EA Convert Existing Northwest Well Site to a Monitoring Well $7,700.00 $7,700.00
Total: $3,638,874.26
Page 5 of 26 10/08/2024
Additive 1
$266,106.72
Item No. Unit Item Description Price Extension
Alternate: Owner-agency may award independently from entire bid.
A11 1 LS Additional Mobilization/Demobilization, Bonds, Insurance & $2,925.12 $2,925.12
Permits
Al2 99,690 CY Basin Excavation and Compacted Placement in Stockpile Area $2.64 $263,181.60
D1 (N-S)
Alternate Total: $266,106.72
Total: $266,106.72
Page 6 of 26 10/08/2024
Additive 2
$250,488.56
Item No Unit Item Description Price Extension
Alternate: Owner-agency may award independently from entire bid.
A21 1 LS Additional Mobilization/Demobilization, Bonds, Insurance & $2,988.56 $2,988.56
Permits
A22 93,750 CY Basin Excavation and Compacted Placement in Stockpile Area $2.64 $247,500.00
D2 (E-W)
Alternate Total: $250,488.56
Total: $250,488.56
Page 7 of 26 10/08/2024
Additive 3
$538,971.23
Item No Unit Item Description Price Extension
Alternate: Owner-agency may award independently from entire bid.
A31 1 LS Additional Mobilization/Demobilization, Bonds, Insurance & $6,430.43 $6,430.43
Permits
A32 201,720 CY Basin Excavation to ultimate depth and Placement of Excess $2.64 $532,540.80
Basin Material
Alternate Total: $538,971.23
Total: $538,971.23
Page 8 of 26 10/08/2024
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 forfeiture of such
security accompanying this proposal shall operate and the same shall be the property of the Owner.
Page 9 of 26 10/08/2024
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.
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)) to the office location according to the instructions in the Notice to Bidders prior to the bid
opening.
Page 10 of 26 10/08/2024
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. *
1 - Request for Clarification Responses and Clearing and
Grubbing Areas
Dated *
10/4/2024
Page 11 of 26 10/08/2024
Bidder Signature - Proposal 4
Business Name
G&J Heavy Haul
Note: If bidder or other interested person is a corporation, state legal name of corporation. If bidder is a co-partnership, state true
name of firm.
Type of Business
Corporation - list Officers
Business Owners and Officers Names
Jesse Archer - Vice President
Gordie Archer - President
Jenny Archer - Secretary
Note: If bidder or other interested person is:
• a corporation, list names of the president, secretary, treasurer and manager thereof
• a partnership, list names of all individual co-partners composing firm.
• an individual, state first and last name in full.
Names of Owners and Key Employees
Jesse Archer - Vice President
Gordie Archer - President
Jenny Archer - Secretary
Brad Goebel - Superintendent
Note: List majority owners of your firm. If multiple owners, list all. Also include anyone, including key employees, who are actively
promoting the contract. (SB1439)
Licensed in accordance with an act providing for the registration of Contractors:
Class
C-12
Contractor License No. * Expires
1016495 7/31/2026
Page 12 of 26 10/08/2024
DIR Registration Number
1000028010
Business Address
10810 Avenue 184, Tulare, CA
Zip Code *
93274-9514
Mailing Address *
10810 Avenue 184, Tulare, CA
Zip Code *
93274-9514
Business Phone * Fax Number
(559) 649-6328 (559) 684-1937
E-mail Address *
Jesse.Archer@gjheavyhaul.com
Signature of Bidder
Jesse Archer
Dated *
10/8/2024
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, bidder 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.
Page 13 of 26 10/08/2024
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):
Owner
If Corporate Officer please list Title:
Vice President
of (Business Name):
G&J Heavy Haul 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 2024,
Date: *
10/8/2024
at City, State:
Tulare, California
Signature: *
Jesse Archer
(See Title 23 United States Code Section 112; Calif Public Contract Code Section 7106)
Page 14 of 26 10/08/2024
*NOTE: Completing, signing, and returning the Non-Collusion Declaration is a required part of the Proposal. Bidders are cautioned
that making a false certification may subject the certifier to criminal prosecution.
Page 15 of 26 10/08/2024
Public Contract Code - Proposal 6-7
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 10232 Statement - Proposal 7
In conformance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury, that no more than
Page 16 of 26 10/08/2024
one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the
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.
Page 17 of 26 10/08/2024
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. Each listed subcontractor's name, location of business and description of work, and both their contractor's license
number and public works contractor registration number, issued pursuant to Section 1725.5 of the Labor Code, 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: *
Famico Corp DBA A-One National Fence
Business Address *
4038 S. Cedar Ave, Fresno CA 93725
Class
C-13
License No.
965967
DIR Registration No.
1000025181
Item No. or Description of Work
Fencing and Drive Gate
Dollar Amount: OR Percentage of Total Bid:
$178,545.00
Email Address:
Al nationalfence@yahoo.com
Page 18 of 26 10/08/2024
Subcontractors - Proposal 8(b)
Optional: Vendor is not required to complete.
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: *
Central Valley Reinforcing Inc.
Business Address *
PO Box 9669, Fresno, CA 93793
Class
C-50
License No.
887206
DIR Registration No.
1000002691
Item No. or Description of Work
Rebar Furnishing and Installation
Dollar Amount: OR Percentage of Total Bid:
$36,400.00
Email Address:
Vzamora@cvrfresno.com
Page 19 of 26 10/08/2024
Page 20 of 26 10/08/2024
California Code of Regulations: General Requirements for In-Use Off-Road Diesel-Fueled
Fleets - Proposal 9
In conformance with Title 13 § 2449(i), bidders will be required to attach copies of valid Certificates of Reported Compliance for
the fleet selected for the contract and their listed subcontractors.
Before May 15th of each year, the prime contractor must collect a new valid Certificate of Reported Compliance for the current
compliance year, as defined in section 2449(n), from all fleets that have an ongoing contract with the prime contractor as of March
1 of that year. Prime contractors must not write contracts to evade this requirement. Annual renewals must be provided to the
Resident Engineer at least one week prior to the expiration date of the current certificate.
https://ww2.arb.ca.gov/resources/fact-sheets/fact-sheet-contracting-requirements
Choose all that apply:
❑✓ Bidder's Certificate of Reported Compliance has been attached to the bid.
❑Bidder does not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4).
❑Listed subcontractors' certificates have been attached or will be submitted within five (5) calendar days of the
bid opening.
❑✓ The following subcontractors do not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4):
A-1 National Fence Inc
Central Valley Reinforcing Inc.
Page 21 of 26 10/08/2024
FAILURE TO PROVIDE THE CERTIFICATES OF REPORTED COMPLIANCE AS DIRECTED MAY RENDER THE BID NON-
RESPONSIVE.
Page 22 of 26 10/08/2024
Proposal 10-18
NOT USED
Page 23 of 26 10/08/2024
Guaranty - Proposal 19
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.)
GUARANTY
To the Owner: County of Fresno
CONTRACT NUMBER
The undersigned guarantees the construction and installation of the following work included in this project: 24-03-C
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.
Date: *
10/8/2024
Name (Printed):
Jesse Archer
Signature: *
Jesse Archer
Title: *
Vice President
Contractor: *
G&J Heavy Haul Inc.
Page 24 of 26 10/08/2024
Required Documents
Name Omission Terms Submitted File
CARB Certification of Reported Compliance - G&J - CARB
Bidder Does not have a fleet subject to this regulation. Certificate_Offroad
Valid CARB Certification of Reported Compliance Diesel
- Bidder Vehicles.pdf
CARB Certification(s) of Reported Compliance - I am not enclosing
Subcontractors Due by 4pm on the 5th calendar day after bid this document
Valid CARB Certification(s) of Reported opening or no listed subcontractors have a fleet because the
Compliance - Subcontractors subject to this regulation. omission terms
have been met.
2 Required Documents
Page 25 of 26 10/08/2024
Additional Documents (Use if needed)
Name Omission Terms Submitted
File
Optional: Vendor is not required to complete.
Not Required TRUCRS
Extra Space if needed Extra space not needed CERT
2024.docx
I am not
enclosing this
Not Required document
Extra Space if needed Extra space not needed because the
omission terms
have been
met.
I am not
enclosing this
Not Required document
Extra Space if needed Extra space not needed because the
omission terms
have been
met.
3 Required Documents
Page 26 of 26 10/08/2024
AGREEMENT
THIS AGREEMENT made at Fresno, in Fresno County, California, by and between G&J Heavy Haul
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:
ELKHORN RECHARGE FACILITY
500 E. ELKHORN AVE.
CARUTHERS, CA 93609
CONTRACT NUMBER: 24-03-C
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 FOUR MILLION SIX HUNDRED NINETY-FOUR THOUSAND FOUR HUNDRED
FORTY AND 77/100 ($4,694,440.77) 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 or she should make a general
assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his
or her insolvency, or if he or she or any of his or her subcontractors should persistently violate any of
the provisions of the contract, or if he or she 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 or she 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 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:
Liabilit Insurance Requirements
Total bid For each Aggregate for products/completed Generale Umbrella or
occurrencea operation aggregate 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
:5 $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
'Combined single limit for bodily injury and property damage.
bThis limit must apply separately to your work under this Contract.
'The 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, or to designservices(a)fresnocountyca.gov, 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 provisions 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.
ARTICLE X: EXECUTIVE ORDER N-6-22: Under Executive Order N-6-22 as a contractor,
subcontractor, or grantee, compliance with the economic sanctions imposed in response to Russia's
actions in Ukraine is required, including with respect to, but not limited to, the federal executive orders
identified in the EO and the sanctions identified on the U.S. Department of the Treasury website
(https://ofac.treasury.gov/sanctions-programs-and-country-information/ukraine-russia-related-
sanctions). Failure to comply may result in the termination of contracts or grants, as applicable. Specially
Designated Nationals and Blocked Persons List (SDN) (https://ofac.treasury.gov/specially-designated-
nationals-and-blocked-persons-list-sdn-human-readable-lists).
This Contract, 24-03-C, was awarded by the Board of Supervisors on November 5, 2024. It has been
reviewed by the Department of Public Works and Planning and is in proper order for signature of the
Chairman of the Board of Supervisors.
IN WITNESS WHEREOF, they have executed this Agreement this .2-7fh day of
Nwem ber , 2024
�\C-4��1 VAS,� � �G COUNTY OF FRESNO
(CONTRACTOR) (OWNER)
By
Nathan Magsig, Chairman
of the Board of Supervisors of the
County of Fresno
Title V t� -}wit-05�D�-�'�
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of California
By
Deputy