SPECIFICATION TABLE OF CONTENTS

SECTION NUMBER SECTION TITLE DIVISION 1 GENERAL REQUIREMENTS

01010 SUMMARY OF THE WORK

01010 Attachments • CITY OF DEPARTMENT OF WATER AND POWER POWER DISTRIBUTION DIVISION UNDERGROUND CONDUIT AND SUBSTRUCTURES SPECIFICATIONS No. 104 (Revised 08-23-11) • CITY OF LOS ANGELES DEPARTMENT OF WATER AND POWER POWER DISTRIBUTION DIVISION APPENDIX I TO SPECIFICATIONS 104 Installation Instructions for Underground Conduit* (Revised 08-23-11)

• CITY OF LOS ANGELES DEPARTMENT OF WATER AND POWER POWER DISTRIBUTION DIVISION APPENDIX II TO SPECIFICATIONS 104 Reference Tables * (Revised 08-23-11)

• EXCERPTS FROM ENGINEERING STANDARDS MANUAL WATER OPERATING DIVISION LOS ANGELES DEPARTMENT OF WATER AND POWER

• LOS ANGELES DEPARTMENT OF WATER AND POWER WATER OPERATING DIVISION REQUIREMENTS FOR 24 INCH AND SMALLER LINES

A1867 - WELD TEST SPECIMENS AND A3821 WELDED SLIP JOINTS A 9367 - PRE-ASSEMBLED STEEL INSULATING FLANGE A 9407 - FUSION BONDED EPOXY COATING 230 - FIRE HYDRANTS 230 - FIRE HYDRANTS ADDENDUM 352 - GATE VALVES (4-12 INCH) 352 - GATE VALVES (4-12 INCH) ADDENDUM GATE VALVES - DOES NOT APPLY TO 36 INCH VALVES S-1025 - MECHANICAL TRANSITION COMPRESSION-TYPE COUPLINGS (2 -16 INCH) S-1013 - MECHANICAL COUPLINGS (14 INCH AND LARGER) S-1015 - MECHANICAL COUPLINGS (12 INCH AND SMALLER) S-1027 - PACKAGED MAGNESIUM ANODES S-1032 - FABRICATION OF INSULATING JOINT ASSEMBLIES S-1040 - FABRICATION OF STEEL FLANGED NIPPLE ASSEMBLIES 276 - DUCTILE IRON PIPE W 249 – R2 DUCTILE IRON PIPE ADDITIONAL 447 - STEEL PIPE W 302 – R3 STEEL PIPE ADDITIONAL

• LOS ANGELES DEPARTMENT OF WATER AND POWER WATER OPERATING DIVISION REQUIREMENTS FOR 36 INCH TRUNK LINES

Contract No. C0981R Table of Contents - 1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SPECIFICATION TABLE OF CONTENTS

SECTION NUMBER SECTION TITLE Section F02260 - Excavation Support and Protection Section F02315 - Trenching, Backfilling, and Compacting for Water Pipelines Section F02515 - Pipeline Testing and Disinfection Section F02560 - Fabrication of Welded Steel Pipe Section F02561 - Installation of Welded Steel Pipe Section F02565 - Linings and Coatings for Welded Steel Pipe Section F13110 - Cathodic Protection

01050 GRADES, LINES AND LEVELS 01105 METRO-DIRECTED STOPPAGES 01143 PERMITS, LICENSES, AND AGREEMENTS 01171 HISTORIC TREATMENT PROCEDURES 01175 HAZARDOUS WASTE OPERATIONS EARTHWORK 01200 CONTRACT MEETINGS 01300 SUBMITTALS 01312 BAR GRAPH SCHEDULE 01370 SCHEDULE OF VALUES 01432 PROJECT QUALITY PROGRAM REQUIREMENTS - DESIGN/BID/BUILD 01500 TEMPORARY FACILITIES 01505 MOBILIZATION 01530 TEMPORARY BARRIERS 01536 CONSTRUCTION FENCING (CHAIN LINK) 01545 WORKSITE SAFETY REQUIREMENTS 01547 WORKSITE SECURITY REQUIREMENTS 01562 ENVIRONMENTAL COMPLIANCE 01563 TEMPORARY EROSION AND SEDIMENTATION CONTROLS 01564 CONSTRUCTION NOISE & VIBRATION CONTROL 01566 POLLUTION CONTROLS 01568 HAZARDOUS WASTE OPERATIONS SAFETY AND HEALTH PROGRAM 01578 CONTROLLING TRAFFIC 01580 TEMPORARY SIGNS 01620 STORAGE AND PROTECTION 01710 CLEANING 01720 AS-BUILT DRAWINGS AND CURRENT STATUS DOCUMENTS 01730 OPERATION AND MAINTENANCE DATA 01740 PRECONSTRUCTION SURVEY

DIVISION 2 SITE WORK

02050 DEMOLITION 02140 DEWATERING 02145 DEWATERING FLUID TREATMENT (DFT) 02200 EARTHWORK 02232 CRUSHED AGGREGATE BASE 02512 ASPHALT CONCRETE PAVEMENT

Contract No. C0981R Table of Contents - 2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SPECIFICATION TABLE OF CONTENTS

SECTION NUMBER SECTION TITLE 02514 PORTLAND CEMENT CONCRETE PAVEMENT 02525 SANITARY SEWER SYSTEM TESTING 02528 CONCRETE CURBS, GUTTERS AND SIDEWALKS 02580 PAVEMENT STRIPING AND MARKING 02585 MAINTENANCE HOLE AND PRECAST VAULT CONSTRUCTION 02600 PIPED UTILITIES 02601 MAINTENANCE AND SUPPORT OF UTILITIES 02661 CATHODIC PROTECTION SYSTEM 02730 SANITARY SEWER SYSTEMS

DIVISION 3 CONCRETE

03100 CONCRETE FORMWORK 03126 CONTROLLED LOW-STRENGTH MATERIAL 03200 CONCRETE REINFORCEMENT 03300 CAST-IN-PLACE CONCRETE 03301 PORTLAND CEMENT CONCRETE 03346 UNFORMED CONCRETE FINISHES 03410 PRECAST CONCRETE 03600 GROUT

DIVISION 5 METALS

05040 GALVANIZING 05055 BASIC WELDING REQUIREMENTS 05120 STRUCTURAL STEEL 05500 METAL FABRICATIONS

DIVISION 15 MECHANICAL

15142 OPEN TRENCH PIPE CASING, PIPE SLEEVES, SUPPORTS, GUIDES, AND ANCHORAGE

DIVISION 16 ELECTRICAL

16001 ELECTRICAL DEMOLITION 16119 UNDERGROUND DUCTS AND RACEWAYS 16455 GROUNDING AND BONDING

REFERENCE DOCUMENTS

1. MASTER COOPERATIVE AGREEMENT DRAWING NO PH-201 REGIONAL CONNECTOR TRANSIT CORRIDOR WATER 2. RELOCATIONS FLOWER ST 24" TRUNK & 12” DIST MAIN PHASING PLAN 3. UTILITY POTHOLING REPORTS 4. CONCEPTUAL TRAFFIC MANAGEMENT PLAN 5. C0980 UTILITY DRAWINGS

Contract No. C0981R Table of Contents - 3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SPECIFICATION TABLE OF CONTENTS

6. FINAL GEOTECHNICAL DATA REPORT 7. FINAL ENVIRONMENTAL IMPACT STATEMENT/ENVIRONMENTAL IMPACT REPORT

Contract No. C0981R Table of Contents - 4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01010

SUMMARY OF THE WORK

PART 1 - GENERAL

1.1 DESCRIPTION

A. The Los Angeles County Metropolitan Transportation Authority (Metro) requires the services of a General Contractor, herein called “the Contractor“ to provide construction services for Regional Connector Transit Corridor Project Advanced Utility Relocations – Contract No. C0981R. In general, the Scope of Work includes relocation of potable/fire water, sanitary sewer, and electrical conduit underground utility lines that are in conflict with facilities related to the new Regional Connector Transit Corridor Project (Contract C0980). The installation of CCTV cameras is also included.

B. Coordinate Work of this Contract with adjacent contracts and other contractors on this construction site including but not limited to the following:

1. City of Los Angeles Department of Water & Power 2. Other utility agencies and their contractors as identified in Paragraph described as Utility Coordination

3. Regional Connector Transit Corridor Project (Contract C0980)

1.2 SCOPE OF WORK

The Contractor shall perform all work and provide all materials described to complete the proposed construction in support of all the utility relocations. At completion of each utility line relocation, the Contractor shall reconstruct the project site, and streets to restore its pre-existing condition. The following is a summary and a general description of the work. For the complete scope of work, Contractor shall refer to the Plans and Specifications.

The work includes installation of CCTV cameras, relocation of power lines belonging to the City of Los Angeles, Department of Water & Power (LADWP-P), water lines belonging to the City of Los Angeles, Department of Water & Power (LADWP-W), and sewer lines belonging to the City of Los Angeles. The work shall comply with all requirements of the owners of the utilities. The work shall also include, but is not limited to the verification of existing conditions of the site and related coordination, potholing, demolition, construction and supervision. The Contractor shall conduct testing and inspections for all the improvements and associated site work in accordance with the project’s Contract Documents.

1.2.1. Work Hours

The Work Hours shall include a minimum of continuous 8 hours per day between 7 AM and 9 PM from Mondays through Fridays. Work on Saturdays and Sundays are allowed for the hours specified in Section 01578 - Controlling Traffic.

Also, see Section 01143 - Permits, Licenses and Agreements for details.

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-1 ISSUED FOR BID 06/14/13

1.2.2. The Work

Work shall be performed as indicated and specified in the plans and specifications including:

A. CCTV Camera Installation

Contractor shall install CCTV cameras at six locations as indicated. Contractor shall also install connecting fiber optic cables to the existing Los Angeles Department of Transportation (LADOT) Automated Traffic Surveillance and Control (ATSAC) Center. The cameras shall be installed at the following locations:

1) and Flower Street 2) 5th Street and Flower Street 3) 3rd Street and Flower Street 4) 2nd Street and Grand Avenue (Upper) 5) 2nd Street and Spring Street 6) San Pedro Street and 2nd Street

The Contractor shall also furnish and install conduits and video fiber optic cables connecting to the City Hall East ATSAC Control Center as shown in the Plans which are approved. CCTV camera installation shall comply with LADOT’s Red Book, “Special Provisions and Standard Drawings for the Installation and Modification of Traffic Signals”.

B. Power Relocations- Length and type as indicated.

1. Contractor shall complete installation of proposed power as indicated. Installation shall include, but not be limited to demolition of street, excavation, placement of conduit and vaults, bedding, backfilling, mandrel testing, and street restoration. Contractor shall obtain LADWP-P’s acceptance of work as required.

2. Contractor shall not complete any work indicated as “WORK BY DWP”, including intercept work and connections to live electrical vaults. After Contractor completes installation of conduit and vaults as indicated, LADWP-P will complete installation of conduits and cable from Contractor’s end point. Metro is responsible for arranging for LADWP-P to perform their portion of the work.

3. Contractor shall phase the work in the area of 2nd/ Station only as follows:

a. Contractor installs all Power Relocations at 2nd/Broadway Station as indicated. During construction of Power Relocations, Contractor may concurrently install the 8” water main in 2nd St between Spring St and Broadway. Contractor cannot install any Water Relocation that conflicts with existing electrical conduit as indicated prior to completion of power work indicated as “WORK BY DWP”.

b. After Contractor completion of the Power Relocations and the 8” water main at 2nd/Broadway Station, Contractor shall allow for LADWP-P to complete the power work indicated as “WORK BY DWP”.

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-2 ISSUED FOR BID 06/14/13

c. Contractor shall construct the remaining Water Relocations at 2nd/Broadway Station following completion of the power “WORK BY DWP”, including deactivation of the existing power lines.

4. Electrical Demolition – Refer to LADWP-P specifications attached to this section.

C. Water Line Relocations: Los Angeles Department of Water and Power (LADWP-W). Length and diameter as indicated.

1. LADWP-W will furnish the two 36 inch valves and accessories required for the two 36 inch 20-foot drop-in pieces as indicated to facilitate the 36 inch Trunk Water Relocation at 1st/Central Station.

a. Assembly and installation of two 36 Inch 20-foot drop-in pieces:

1) LADWP-W will assemble, chlorinate and pressure test the two 36 inch 20-foot drop-in pieces, which includes the 36 inch valves. 2) LADWP-W will install the two 20-foot drop-in pieces by cutting and removing a portion of the existing riveted steel pipe and making connections between the new steel pipe and the existing riveted steel pipe. 3) Contractor shall not make any connections to existing riveted steel pipe. 4) Contractor shall take all measures required to maintain the functionality of the existing in-service riveted steel pipe. 5) Contractor shall provide excavation, shoring, plating, backfill, and paving for LADWP-W installation of two 36 inch 20-foot drop-in pieces and necessary traffic control to perform Contractor related scope. 6) Contractor shall allow one month for the purpose of LADWP-W installing the two 20-foot drop-in pieces. 7) Refer to Drawing UW-545 for the required construction sequence and Contractor responsibility regarding installation.

2. Contractor shall coordinate with LADWP-W for operation of the 36 inch valves. Contractor shall neither operate nor attempt to operate these or any other LADWP valves.

3. Contractor shall perform phasing for 24 inch Trunk and 12 inch Distribution Mains at Flower Street Drawing PH-201. Contractor may provide alternate phasing arrangements if approval is obtained from LADWP-W. A complete phasing plan shall be submitted by the Contractor.

4. Extensive potholing was done during the water relocation design to confirm crossings and connection points as required by LADWP-W.

D. Sewer Line Relocations - Length and diameter as indicated.

E. Excavation Support for 2nd Street Power Vaults

In order to complete the Regional Connector Transit Corridor project, two new Power Vaults shall be installed in 2nd Street between Broadway and Spring Streets. These vaults require a special shoring design as they will be located over an existing 10’-3” concrete arch storm drain owned by the County of Los Angeles. Contractor shall provide protection for the existing storm drain at 2nd Street as indicated. During Preliminary Engineering Metro had obtained acceptance from the County of Los

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-3 ISSUED FOR BID 06/14/13

Angeles for the calculations and design of the shoring proposed for these vaults. Contractor shall complete the indicated design and provide drawings and calculations for approval by the City of Los Angeles and the County of Los Angeles prior to any work being performed in the vicinity of this storm drain. In addition Contractor shall take all additional measures required to maintain the full capacity of the storm drain. Contractor shall comply with Los Angeles Bureau of Engineering Special Order 003- 0201, Requirements for Deep Excavation Construction and Installation of Tiebacks on Sites In or Adjacent to Public Ways. Drawings and any supporting documents shall be sealed by a Civil Engineer registered in the state of California.

1.2.3. Schedule

Project shall be completed as stipulated in the IFB C0981R Contract Documents.

1.2.4. Temporary Facilities

The Contractor shall provide temporary facilities required for construction including but not limited to fencing, barriers, etc. Temporary facilities shall meet all applicable rules of the City, County and State of California. Contractor is responsible for obtaining all the permits required to provide Temporary Facilities. See also Section 01500, Temporary Facilities

1.2.5 Access to the Site During Construction

A. Local access to and from the project site shall be maintained at all times in accordance with the approved TMP and approved worksite Traffic Control Plans. The Contractor shall notify Metro, City of Los Angeles, and any public agencies having jurisdiction three (3) weeks in advance of any disruption to the existing access.

B. The Contractor shall not commence any construction activity until Metro and agencies have accepted the Contractor’s Work Plan and Worksite Traffic Control Plans and appropriate Construction Notices have been sent out by Metro. The Contractor shall incorporate all Metro-directed revisions in the plan at no cost to Metro. The Contractor shall notify any affected businesses of disruptions to access planned by Contractor.

1.2.6 Stormwater Runoff during Construction

Contractor shall control stormwater runoff. Requirements from the City of Los Angeles shall be applied to this project. The Contractor shall incorporate Best Management Practices (BMP) into the project to satisfy the Standard Urban Stormwater Mitigation Plans (SUSMP) requirements and secure approval from the City of Los Angeles as part of the permitting process prior to the start of construction. Contractor shall also comply with the Storm Water Pollution Prevention Plan (SWPPP) rules and requirements.

1.2.7 Permits

Contractor is responsible for obtaining all the permits with various agencies and City of Los Angeles. All permit fees will be paid directly by Metro to local agencies through the Master Cooperative Agreements. Refer to Section 01143, Permits, Licenses, and Agreements.

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-4 ISSUED FOR BID 06/14/13

1.2.8 Potholing

Contractor shall pothole all wet and dry utilities within 3-feet of center line of utility line being relocated, as part of the base contract work to locate and clear existing utilities prior to excavation.

In addition, the Contractor shall undertake to also perform potholing as part of the base contract work for environmental soil characterization testing in order to pre-determine the appropriate soil receiving and disposal sites. The Contractor shall formally coordinate with and provide test sampling with Metro a minimum of five (5) working days in advance of the planned potholing at each construction area. All test sampling shall be performed during off-peak traffic day shift hours unless Contractor obtains all required variances. If potholing and sampling are required to be accomplished outside of normal working hours, arrangements for test sampling shall be requested and approved by Metro a minimum of ten (10) working days in advance of the planned potholing.

Contractor shall be responsible for obtaining all permits to conduct the potholing. This includes providing all required traffic management and permits, and providing for Metro and Contractor’s worker protection during the potholing and test sampling. All potholes shall be performed within the intended construction areas, and where re-opened to traffic, these potholes shall be backfilled with slurry and temporarily asphalt capped or as directed by the permitting agency. Potholes to determine environmental soil characterization testing shall be at a minimum of 200 foot spacing along each utility excavation.

1.2.9 Utility Coordination

The following table (Third Party Utility Relocations) indicates utility relocations to be performed prior to Contractor’s work:

Third Party Utility Relocations Area Owner *Anticipated Completion Date AT&T CA Jan-2014 MCI May-2013 Wilcon July-2013 Flower St Level 3 Aug-2013 Time Warner Cable Oct-2013 SCG Aug-2013 2nd/Hope SCG Aug-2013 Joint Trench-TWC, Level 3, AT&T Jul-2013 TCG 2nd/Broadway Level 3 Jul-2013 SCG (2nd & Broadway) Sept-2013 SCG (2nd & Spring) Sept-2013 1st/Central AT&T CA Jan-2014

*Assume that the work will be completed by the end of the month indicated

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-5 ISSUED FOR BID 06/14/13

1.2.10 Work in Multiple Locations

Refer to Section 01505, Mobilization. 1.3 STANDARD SPECIFICATIONS

Work is referenced in various Sections to conform with the latest edition and supplements of the Standard Specification for Public Works Construction (SSPWC) as adopted by the local agencies in addition to the following standards: A. City of Los Angeles Department of Water & Power 1. Water Division 2. Power Division B. City of Los Angeles, Bureau of Engineering C. City of Los Angeles, Bureau of Sanitation D. City of Los Angeles, Department of Transportation

E. City of Los Angeles, Bureau of Street Services

F. City of Los Angeles, Additions and Amendments to the 2003 Edition of the SSPWC, “Brown Book”

G. Cal OSHA

1.4 POWER RELOCATIONS SPECIFICATIONS

Contractor shall comply with all requirements shown on the drawings. Contractor shall also comply with the following:

A. CITY OF LOS ANGELES, DEPARTMENT OF WATER AND POWER, POWER DISTRIBUTION DIVISION, UNDERGROUND CONDUIT AND SUBSTRUCTURES, SPECIFICATIONS No. 104, (Revised 08-23-11), attached.

B. CITY OF LOS ANGELES, DEPARTMENT OF WATER AND POWER, POWER DISTRIBUTION DIVISION, APPENDIX I TO SPECIFICATIONS 104, Installation Instructions for Underground Conduit, (Revised 08-23-11), attached.

C. CITY OF LOS ANGELES, DEPARTMENT OF WATER AND POWER, POWER DISTRIBUTION DIVISION, APPENDIX II TO SPECIFICATIONS 104 , Reference Tables, (Revised 08-23-11), attached.

1.5 WATER LINE RELOCATIONS SPECIFICATIONS

1.5.1. Water Lines Other Than 36 inch – Contractor shall comply with attached EXCERPTS FROM ENGINEERING STANDARDS MANUAL WATER OPERATING DIVISION LOS

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-6 ISSUED FOR BID 06/14/13

ANGELES DEPARTMENT OF WATER AND POWER (LADWP Excerpts). See also attached REQUIREMENTS FOR 24 INCH AND SMALLER LINES (LADWP 24 Excerpts)

1.5.2. 36 inch Water Lines - Contractor shall comply with attached REQUIREMENTS FOR 36 INCH TRUNK LINES.

1.5.3. The following additional requirements apply:

1. Submit qualifications of subcontractors providing disinfection, hot tapping, welders and corrosion company for approval by Metro at least thirty (30) days prior to start of the Work.

2. Welding shall be performed by Metro-approved operators currently qualified under the Standard Qualification Procedure of the American Welding Society, as last revised.

3. All water pipes shall be new and shall be inspected by Metro during fabrication. Notify Metro at least seven (7) days prior to fabrication.

4. Existing water pipes shall be protected and supported in place. Temporary hanging of pipe shall have appropriate sway bracing. Lateral restraints shall be based on hydraulic surge forces (1-1/2 times the operating pressures or 200psi whichever is greater).

5. Water service to customers shall be maintained continuously throughout construction of the Project. Submit a detailed shutdown schedule 30 days in advance of planned water outages for approval by Metro. This schedule shall include a clear sequence of events with start and finish activities. Details for each task involved in the shutdown shall also be included. Personnel’s shift schedule shall also be provided.

6. Service outages shall be minimized to customers by scheduling them during off peak hours or during night time construction. During service outages Contractor shall provide fire watch, bottle water and temporary facilities. Contractor shall also provide continuous temporary portable water supplies at a minimum of 40 psi pressure throughout the outage. Higher pressures may be required for customers for process purposes, fire services and hydrants. Design of the temporary water supply system shall be pressure tested and disinfected prior to being placed in service. Contractor shall notify customers shall be individually notified in writing a minimum of two (2) working days in advance of water outages.

7. Submit analysis of proposed LADWP-W valve closures. Valve closure analysis must provide safe working conditions. Valve restraint details shall also be provided where applicable/necessary.

8. Submit equipment list proposed for use during the shutdown. The list shall include details such as, but not limited to, pump size/type for dewatering and type/size of construction equipment to be used.

9. All standpipes, maintenance holes, fire hydrants, and other main appurtenances shall be adjusted to the final finished grade by the Contractor.

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-7 ISSUED FOR BID 06/14/13

10. All service taps on the existing Distribution System and the proposed Main Extension shall be made by the Contractor. Application for service shall be received and approved by LADWP-W before any taps are made on the main.

11. The LADWP-W Inspector shall be notified whenever it becomes necessary to open or close a valve on the existing water system.

12. All appropriate permits shall be on the jobsite and shall be checked by the LADWP- W Inspector before starting construction.

13. All materials used shall be subject to the inspection and approval of LADWP-W and shall not be used before being inspected and approved by the LADWP-W Inspector. LADWP-W can perform testing deemed necessary to ensure compliance of the materials with the Materials Specifications.

PART 2 – PRODUCTS

Not used.

PART 3 - EXECUTION

3.1 CONTRACTOR'S DUTIES - Construct Work in accordance with Contract Documents including actions specified below:

A. Except as otherwise specified, furnish and pay cost for the following: 1. Labor, superintendence and products. 2. Construction supplies, equipment, tools, machinery and materials. 3. Utilities required for construction. 4. Other facilities and services necessary to properly execute and complete the work. B. Pay costs of legally required sales, consumer, gross receipt and use taxes. C. Provide and pay for all of the licenses, off-site grading agreements, and other fees required in order to complete the entire work. D. Perform Work in accordance with applicable codes, ordinances, rules, regulations, orders and other legal requirements of governmental bodies and public agencies, including Metro. Modify above-mentioned services under permit of cognizant city or county agency. E. Promptly submit written notice of variances in Contract Drawings and Specifications from specified legal requirements. Necessary changes to Contract Drawings and Specifications will be made by appropriate modifications in accordance with provisions of the General Conditions Article, Changes.

F. Maintain order, safe practices, and proper conduct among the Contractor's and subcontractors' employees. Metro or its designee may require that disciplinary action be taken against an employee for disorderly, improper or unsafe conduct. Improper conduct includes parking of Contractor personnel personal vehicles on public streets. Should an employee of the Contractor be dismissed from his duties as a result of

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-8 ISSUED FOR BID 06/14/13

that employee's misconduct, incompetence, or unsafe practices, or combinations thereof, do not rehire that employee for any Metro work for duration of the Contract.

G. Coordinate prosecution of Work with those public utilities, governmental bodies, private utilities and other contractors performing Work on, and adjacent to, the Worksite; eliminate or minimize delays in Work and conflicts with those utilities, bodies and contractors. Schedule governmental Work, private utility and public utility Work, which rely upon survey points, lines and grades established by Contractor, to occur immediately after those points, lines and grades have been established. Confirm coordination measures for each individual case with Metro or its designee by memorandum. If Contractor’s work is being inhibited by others, notify Metro immediately.

H. Perform Work as specified, and in a timely manner. Submit a work schedule based on the provisions depicted on the Contract Documents. The Work which will be performed at times other than hours permitted by the Contract Documents, must be submitted to Metro or its designee for review and acceptance not less than 48 hours in advance of those times. Approval to Work at any other time other than what is allowed in the Contract Documents may be obtained after Contractor presents a written program outlining special precautions to be taken to control the extraordinary hazards presented by night Work. Include supplementary lighting of Work areas, availability of medical facilities, security precautions and noise limitations per Contract Documents.

I. Maintain access to, and visibility of, fire hydrants, police call boxes, fire alarm boxes, standpipe connections and traffic control devices.

J. Maintain vehicular access to building delivery areas and driveways and safe access to pedestrian walkways.

K. Salvage material on the Worksite; reuse salvaged material if approved by Metro or its designee.

3.2 CONTRACTOR'S USE OF WORKSITE

A. Confine Worksite operations to areas permitted by law, ordinances, permits, and Contract Documents.

B. Consider safety of Work and of people and property on, and adjacent to, Worksite when determining amount, location, movement and use of materials and equipment on Worksite. Work shall be in compliance with Section 01547 WORKSITE SECURITY REQUIREMENTS.

C. Do not load, site, or use equipment and products which would endanger integrity of Work.

D. Properly protect products stored on Worksite.

E. Relocate stored products which interfere with operations of Metro, governmental bodies, public and private utilities, and other contractors.

F. Secure additional storage and Work areas needed for operations, in compliance with section 01547, WORKSITE SECURITY REQUIREMENTS.

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-9 ISSUED FOR BID 06/14/13

G. Coordinate scheduling of Work to be performed on private property with Metro or its designee, to minimize inconvenience to property owner and tenants.

H. Protect general public and residents from construction-related activities; do not

unduly inconvenience those persons by construction activities. Comply with traffic control requirements of the City of Los Angeles.

I. If Contractor wishes to have utilities temporarily relocated for its own convenience, notify Metro, arrange with utility owners, and pay for Work.

J. Restrict construction operations to areas within Right-of-Way Lines, Temporary Construction Line, Permanent Drainage Easement Line, Temporary Slope Easement Line, and Construction Staging Area. If no additional easements are indicated, restrict construction operations for permanent drainage facilities to Permanent Drainage Easement. Do not use temporary easement areas for purposes other than those for which originally acquired. Use only those areas bearing the notation "Temporary Construction Area," "Construction Staging" or "Storage" for activities related to Work. Use of Worksite to be exclusive and complete, except as indicated.

3.3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF 2nd STREET COUNTY STORM DRAIN

A. Before any work is performed on power relocations at 2nd Street, Contractor shall perform CCTV inspection of the existing LA County owned 10’-3” concrete arch storm drain line in 2nd street between Hill and Main Streets. After all work is completed at 2nd Street, Contractor shall perform CCTV inspection of the County storm drain line in 2nd Street between Hill and Main Streets.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. Work of this Contract other than electrical will be measured for payment as indicated in the Sections of these Technical Specifications. Work not associated with individual utility relocations or electrical relocations shall be measured as a lump sum.

B. The CCTV Work of this Section will be measured as a lump sum.

C. The electrical Work of this Section will be measured as lump sum installed electrical utility including demolition, excavation, bedding, backfilling paving and any other activity associated with the relocated utility.

D. Potholing described in these Contract Documents shall be measured as lump sum.

E. Additional Metro-directed potholing will be measured as each pothole.

4.2 PAYMENT

A. The Work other than electrical work will be paid for under the payment clauses of the various Specification Sections. No payment shall be granted, unless noted otherwise, for any Contractor's incidental expenses to the finished and accepted Work. Payment for other work shall be made under Schedule of Quantities and Prices Form, Schedule A, Item 1.

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-10 ISSUED FOR BID 06/14/13

B. Payment for CCTV cameras will be made under Schedule of Quantities and Prices Form, Schedule A as follows:

Item No. 14 – Lump Sum.

C. Payment for electrical utility relocation will be made under Schedule of Quantities and Prices Form, Schedule A as follows:

1. Item No. 10, - lump sum. 2. Item No. 11, - lump sum. 3. Item No. 12, - lump sum. 4. Item No. 13, - lump sum.

D. Payment for potholing described in these Contract Documents shall be made under Schedule of Quantities and Prices Form, Schedule A, Item 1, General Requirements.

E. Payment for additional Metro-directed potholing will be made under Schedule of Quantities and Prices Form, Schedule D, Item 6.

END OF SECTION

Contract No. C0981R Summary of the Work Regional Connector Advanced Utility Relocations 01010-11 ISSUED FOR BID 06/14/13

SECTION 01010 – SUMMARY OF THE WORK

ATTACHMENTS

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

EXCERPTS FROM

ENGINEERING STANDARDS MANUAL WATER OPERATING DIVISION LOS ANGELES DEPARTMENT OF WATER AND POWER

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

SIXTEEN-INCH (16”) AND TWENTY- INCH (20”) SUPPLY MAINS

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

TWENTY-FOUR-INCH (24”) AND LARGER TRUNK LINES

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.08 Rev. 0 Engineering Standards MAnual

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 TP 22 Attachment J 15-4.09 Rev. 0 Specifications D 101

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1/21/09 15-4.10 REv. 0 TP 22 Attachment K

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

LOS ANGELES DEPARTMENT OF WATER AND POWER WATER OPERATING DIVISION REQUIREMENTS FOR 24 INCH AND SMALLER LINES

Comprising the following or portions thereof:

A1867 - WELD TEST SPECIMENS AND A3821 WELDED SLIP JOINTS A 9387 - PRE-ASSEMBLED STEEL INSULATING FLANGE A 9407 - FUSION BONDED EPOXY COATING 230 - FIRE HYDRANTS 230 - FIRE HYDRANTS ADDENDUM 352 - GATE VALVES (4-12 INCH) 352 - GATE VALVES (4-12 INCH) ADDENDUM GATE VALVES - DOES NOT APPLY TO 36 INCH VALVES S-1025 - MECHANICAL TRANSITION COMPRESSION-TYPE COUPLINGS (2 -16 INCH) S-1013 - MECHANICAL COUPLINGS (14 INCH AND LARGER) S-1015 - MECHANICAL COUPLINGS (12 INCH AND SMALLER) S-1027 - PACKAGED MAGNESIUM ANODES S-1032 - FABRICATION OF INSULATING JOINT ASSEMBLIES S-1040 - FABRICATION OF STEEL FLANGED NIPPLE ASSEMBLIES 276 - DUCTILE IRON PIPE W 249 – R2 DUCTILE IRON PIPE ADDITIONAL 447 - STEEL PIPE W 302 – R3 STEEL PIPE ADDITIONAL

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 Spec. 230

PART F - DETAILED SPECIFICATIONS

DIVISION F2 - DETAILED REQUIREMENTS

1. General: Fire hydrants, assemblies and bury sections shall be in accordance with these detailed specifications. 2. Standards:

a. NSF/ANSI 61-2005/Addendum 1.0-2005, Drinking Water System Components - Health Effects. b. ASTM.

c. AWWA.

3. Materials-California Waterworks Standards: As required in Section 64591 of the California Code of Regulations, for products that will come into contact with drinking water, the Hydrants, Fire, Assemblies and Sections to be furnished under these specifications shall be certified as meeting the specifications of NSF/ANSI 61-2005, including Addendum 1.0-2005.

4. Requirements: a. Hydrants:

(1) Models: The hydrants shall be of the wet-barrel type, with 2 outlets, 2-1/2 inches by 4 inches, and shall be equivalent to one of the following models: (a) Clow Model 850.

(b) Long Beach Iron Works Model 425.

(c) James Jones Model J4040.

Samples submitted as part of these specifications will be tested and approved by the Department in accordance with Article 15 of Division B1. (2) Standards: Hydrants shall comply with the AWWA C503 standard, and shall meet the following requirements: (a) Cast-Iron: Gray cast-iron bodies shall meet the requirements of ASTM A 126, Class B or ASTM A 48, Class 30. Ductile iron meeting the requirements of ASTM A 536, Grade 65-45-12 will be acceptable as an alternate.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-1 ISSUED FOR BID 06/14/13 Spec. 230 DIVISION F2 DETAILED REQUIREMENTS

(b) Bronze: Bronze material, except for valve stems, shall meet the requirements of ASTM B 61 or B 62. Bronze material exposed to water and subject to corrosion shall contain not more than 7 percent of zinc or more than 2 percent of aluminum.

(c) Rubber: Rubber valve discs shall be made of Buna-N rubber, 90-durometer, meeting the requirements of ASTM D 2000, Class 2. (d) Valve: The valve disc assembly shall be designed to rotate freely on the stem. The stem material shall have a minimum tensile strength of 60,000 psi, yield strength of 30,000 psi, and elongation of 16 percent. Acceptable materials include ASTM B 98, UNS C66100 and ASTM B 584, UNS C87600. Pentagonal operating nuts measuring 1-3/4 inches from point to flat shall be furnished for each stem. (e) Outlet Nozzles: Outlet nozzles shall be removable. Nozzles shall be designed to be secured and able to withstand a torque of 300 foot-pounds applied in either direction without movement. Threads shall conform with the National Standard Fire Hose Coupling Screw Threads standard. An abrupt Higbee cut shall be furnished at the start of the first thread. Plastic threaded caps, chrome yellow, each with a hole to prevent pressure build-up, shall be furnished for each outlet. (f) Coating:

[1] Interior Coating: Interior coating shall be epoxy-coated with material approved for potable water use under the NSF 61 standard, and in accordance with the AWWA C550 standard, to a thickness of not less than 12 mils. The flange face shall be flash epoxy-coated, to prevent corrosion during shipment and storage. [a] Holiday Testing: Interior coated surfaces of valve and hydrant parts shall be holiday-free when tested with a low voltage holiday detector. Failure to meet the requirements will be the basis for rejection. The interior coatings on the valves and hydrants that failed shall be repaired and retested for acceptance by the Engineer. Certified test results shall be accompanied to each shipment of hydrants, assemblies, and sections. [b] Notification: The Engineer shall notify the Contractor of the rejected material and the Contractor shall respond within 3 calendar days to the Engineer at Telephone Number (213) 367-2598. The Contractor shall also schedule a repair or pick-up of the rejected materials within 10 calendar days.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-2 ISSUED FOR BID 06/14/13 Spec. 230 DIVISION F2 DETAILED REQUIREMENTS

[2] Exterior Coating: Exterior coating shall consist of the following protective coating system: The first coat will be Amercoat 68 HS, zinc rich epoxy, by Ameron International. The coat shall be applied at 3 to 6 mils Dry Film Thickness (DFT). The second coat shall be Amerlock 2, epoxy by Ameron International. The coat shall be applied at 4 to 7 mils DFT. The third coat shall be Amerlock 2, epoxy by Ameron International. The coat shall be applied at 4 to 7 mils DFT. The fourth coat shall be Amershield, Safety Yellow YE3, polyurethane by Ameron International. The coat shall be applied at 3 to 6 mils DFT. [3] External Coating System Total Thickness: The total dry film thickness of the completed coating system shall be 20 mils plus or minus 6 mils. The completed coating surface shall be free from runs, drops, ridges, waves, laps, brush marks, and variations in color, texture, and finish. (g) Flanges: Flanges shall be of a 6-hole pattern with 11/16-inch diameter holes on a 9-3/8-inch bolt circle diameter. (h) Auxiliary Tap: The top of the hydrant shall be furnished with a 2-1/2inch diameter drilled and tapped hole fitted with a plug. (i) Bury Midsection: The bury midsection shall be as follows: [1] General: The bury midsections shall be made from ductile iron meeting the requirements of ASTM A 536, Grade 65-45-12, and shall be in accordance with Drawing A9093-1. The letters “D.I.” shall be cast onto the exterior of each item. [2] Coating: The interior of the bury midsection shall be epoxy-coated, in accordance with the requirements of the hydrant interior coating as specified in Article 4 of this Division. Flange faces shall be flash epoxy- coated to prevent corrosion during shipment and storage. The exterior shall be painted with a black asphaltic coating, Gibson- Homans “Black Jack Asphalt Enamel”, approximately one-mil thick, in accordance with the manufacturer’s printed instructions.

(j) Bury Elbow: The bury elbow shall be as follows:

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-3 ISSUED FOR BID 06/14/13 Spec. 230 DIVISION F2 DETAILED REQUIREMENTS

[1] General: The bury elbow shall be made from ductile iron meeting the requirements of ASTM A 536, Grade 65-45-12, and in accordance with Drawing A9414. The letters “D.I” shall be cast onto the exterior of each item. The minimum thickness of the elbow shall be 0.50 inch, with a tolerance not to exceed 0.09 inch. The 90-degree elbow shall have a flanged end and a “Tyton” push-on end. The flange face shall have a minimum thickness of 0.70 inch, and shall have six 11/16-inch diameter holes drilled on a 9-3/8 inch bolt circle, oriented in accordance with Drawing A9414. The flange face shall be serrated with 1/32-inch deep serrations. The push-on end shall be configured for a single rubber-gasket joint cavity for joining with one 6-inch ductile-iron pipe, manufactured in accordance with AWWA C151. The push-on end shall be furnished with 2 lugs located perpendicular to the axis of the bend. Both lugs shall be slotted or drilled to receive a 7/8-inch diameter rod.

[2] Coating: The requirements for the interior and exterior coating of the bury elbow shall be the same as for the bury midsection. The epoxy coating shall not exceed 5 mils in thickness within the rubber-gasket area of the bell-joint socket. The flange face shall be flash epoxy-coated to prevent corrosion during shipment and storage. 5. Hydrant Assemblies: Hydrant assemblies shall consist of a 2-1/2-inch x 4-inch top section, a bury midsection 6-inch x 32-inch, and a bury elbow, bolted together so as to operate without leakage at the rated pressure. 6. Bolts, Nuts, and Gaskets: Solid bolts used to connect the bury elbow to the lower flange joint of the bury midsection shall comply with ASTM A 307, galvanized. Heavy hex nuts shall comply with ASTM A 563, galvanized. A full-faced rubber gasket, 1/16-inch thick, shall be used for this connection. The hollow bolts used for the flange joint connecting the top section to the bury midsection shall have a lower breaking point than the rest of the hydrant assembly. Hollow bolts shall be 3 inches in length and shall be in accordance with Drawing A-9153, and shall be installed with the nut uppermost. The assembly shall be oriented so that each outlet of the hydrant top section faces the inlet side of the bury elbow at a 45-degree angle. When assembled, hydrants shall be well-fitted and shall operate smoothly.

Each assembled hydrant shall be subjected to a shop test under a hydraulic pressure of 400 psi for 3 minutes. Any leakage or other imperfection revealed by this test shall be corrected, at no cost to the Department, prior to delivery.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-4 ISSUED FOR BID 06/14/13 Spec. 230 DIVISION F2 DETAILED REQUIREMENTS

7. Quality of Work: All castings shall be sandblasted, clean and sound, without defects that will weaken their structure or impair their service. Repairing of structural defects, or repairs within the bolt circle of any flange face, will not be allowed.

8. Quality Control: The Contractor shall develop, implement, and document the necessary inspection and testing practices to ensure compliance with these specifications. These practices shall be defined in detail in a written Quality Control (QC) Plan, a copy of which shall be furnished to the Engineer within 30 calendar days after award. a. QC Inspection and Tests: In addition to the inspection and testing requirements of the Standards listed in Article 7 of this Division, the Contractor shall perform the following inspection and tests: (1) Hydrotest each assembled hydrant under a hydraulic pressure of 400 psi for 3 minutes to test for any leakage and other imperfections. (2) Test for interior and exterior coating thickness to meet the requirements stated under Article 4 of this Division.

b. Certification: All material shall be furnished with a sworn statement by the contractor that all specified inspection and tests were completed and the results thereof comply with the specifications. c. QC Inspection and Tests Records: Upon the Engineer's request, daily records of QC inspection and tests and a summary report thereof for a requested series of production dates shall be furnished to the Engineer within 5 calendar days. 9. Quality Assurance Inspection and Tests: As a means of Quality Assurance (QA), inspection will be made and tests shall be performed by the Engineer in the Contractor's mill, factory, yard, or warehouse in accordance with the following:

a. Access: The Engineer will have the right to inspect the Contractor's and the subcontractor's work in the course of manufacture or fabrication and will make such tests from time to time as may be deemed advisable, provided such tests will cause no delay in the production of acceptable materials or equipment. The Contractor shall furnish, at no additional cost to the Department, reasonable facilities, including tools and instruments, for so doing and for obtaining such information as the Engineer desires, respecting the progress and the manner of the work and the character of the materials used.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-5 ISSUED FOR BID 06/14/13 Spec. 230 DIVISION F2 DETAILED REQUIREMENTS

b. QA Inspection Notification : The Contractor shall notify: Materials Inspection, LOS ANGELES DEPARTMENT OF WATER AND POWER, 433 E. Temple Street, Building 1, LOS ANGELES CA 90051-0100, Telephone Number (213) 367-6818, Fax Number (213) 367- 6666, in advance of the day when: (1) Manufacture or fabrication starts.

(2) The product is ready for testing.

(3) The finished product is ready for inspection. The notification shall include the contract number and the contract title. Should the Engineer elect to waive the right of inspection, or of witnessing tests, and accept certified test reports instead, the Engineer will promptly inform the Contractor. The advanced timing of the notification shall be in accordance with the following: (1) Not less than 5 calendar days prior to start of work when the place of manufacture or fabrication is less than 200 driving miles from . (2) Not less than 14 calendar days prior to start of work when the place of manufacture or fabrication is greater than 200 driving miles from downtown Los Angeles and within the Continental United States. (3) Not less than 28 calendar days prior to start of work when the place of manufacture or fabrication is outside the continental United States. c. QA Inspection Travel Costs: When the place of manufacture or fabrication is outside the continental United States, the Contractor shall reimburse the Department for all costs of travel, meals, and lodging, including weekends and holidays, for the Engineer. The Contractor shall reimburse the Department for one unrestricted round-trip airfare per inspector, for 2 inspectors to perform inspection up to 3 times per year. d. Witness Tests: Mill or factory witness tests shall be made in the presence of the Engineer. The test procedure shall be subject to review and acceptance by the Engineer. The Contractor shall bear all costs of such tests.

e. Certified Test Reports: Five copies of certified reports of all tests shall be furnished to the Department for review. The Engineer will inform the Contractor

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-6 ISSUED FOR BID 06/14/13 Spec. 230 DIVISION F2 DETAILED REQUIREMENTS

within 20 calendar days after receipt of the certified test reports, either that there are no exceptions noted or that the test results show noncompliance with the specifications. If the test results show noncompliance, the Contractor shall not ship the materials or the equipment covered by such certified test reports until the noncompliance is corrected or unless otherwise instructed by the Engineer.

f. Release: Materials or equipment to be inspected by the Engineer at the Contractor's mill, factory, yard, or warehouse shall not be released for shipment until they have satisfactorily passed the Engineer's inspection and test. Materials or equipment shipped without respecting this requirement may be rejected.

g. Final Acceptance: Final inspection and acceptance will be made upon receipt at the Department's specified receiving points. If any material does not meet the requirements of these specifications, the lot or any faulty portion thereof may be rejected. 10. Shipment: All shipment shall be in wooden pallets to prevent damage in transit and in storage as follows: a. Hydrant Assemblies: Hydrant assemblies shall be laid down on their sides and securely strapped to 2-way wooden pallets. A maximum of 3 assemblies per pallet will be allowed. b. Hydrant Top Sections: Top sections shall be securely bolted down, but not strapped, through the flanges to 4-way pallets with a minimum of two 5/8-inch diameter by 3-inch long bolts. No load shall be placed on top of any hydrant. c. Bury Sections: Bury sections shall be securely strapped to 2-way pallets. Sections shorter than 12 inches shall be strapped or plastic-encased and securely attached to 2-way pallets. d. Replacement Parts: All shipments of replacement parts shall be properly boxed, crated or packed. Each package shall contain a detailed packing list, containing package and contract numbers, and a description of the spare parts, including quantities, part identification, and part numbers. e. Strapping Materials: Strapping material used to secure hydrant assemblies, bury sections, and replacement parts shall be 1.25-inch by 0.031-inch steel and shall be secured by crimping seals.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-7 ISSUED FOR BID 06/14/13 Spec. 230 DIVISION F2 DETAILED REQUIREMENTS

f. Wooden Pallets: Wooden pallets shall be approximately 42-inch by 42-inch, 2-way or 4-way, and shall be non-deposit and non-returnable. Each finished package on a pallet shall not exceed 4,000 pounds gross weight. Shipments shall be delivered in open trucks so that they may be unloaded with mobile crane equipment.

ANSELMO G. COLLINS Acting Director of Supply Chain Services

END OF DIVISION

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-8 ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

ADDENDUM 2

To Specifications 230

Hydrants, Fire, Assemblies and Sections

Dated: July 14, 2010

This is to notify all concerned that the Department of Water and Power of the City of Los Angeles is issuing the following addendum in Connection with its Specifications 230.

Pages C2-1 through C2-2: Pages C2-1 through C2-2 are replaced with Pages C2-1 through C2-2, all dated July 14, 2010 and are transmitted herewith.

Page F2-4: Subarticle 5 of Division F2 now reading:

“Hydrant Assemblies: Hydrant assemblies shall consist of a 2-1/2-inch x 4- inch top section, a bury midsection 6-inch x 32-inch, and a bury elbow, bolted together so as to operate without leakage at the rated pressure.”

is changed to read:

“Hydrant Assemblies(Item 1): Hydrant assemblies shall consist of a 2-1/2-inch x 4- inch top section per 4a(1), a bury midsection per 4a(2)(i), 6-inch x 32-inch, and a bury elbow per 4a(2)(j), bolted together so as to operate without leakage at the rated pressure.”

Bids relating to these specifications are to be opened in the Office of the Director of Supply Chain Services at 2:00 p.m. on August 2, 2010. In submitting proposals, all bidders are requested to take cognizance of the addendum to specifications here made.

A copy of this addendum or an acknowledgment thereof shall be returned with the BIDDING DOCUMENTS.

All pages of the BIDDING DOCUMENT, as revised by this addendum, shall be filled out and returned as a part of the bid.

ANSELMO G. COLLINS Acting Director of Supply Chain Services

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 Spec. 352

PART F - DETAILED SPECIFICATIONS

DIVISION F2 - DETAILED REQUIREMENTS

1. Scope: These specifications cover 4- through 12-inch iron body, resilient-seated, solid-wedge gate valves with a cast or ductile iron gate and with non rising stem. Valves are for cold water service of 250 psi working water pressure. Valve shall be in full compliance with AWWA C509.

2. National Standards: All AISI, ANSI, ASTM, AWWA, FM Global and UL Standards referred to in these standard specifications shall be as last revised. In case of conflict, the Department's specifications shall govern.

3. Materials: Component parts of the valve shall be made of the following materials:

a. Bronze:

(1) Valve stem, if not of stainless steel, shall be cast or forged of bronze and shall have a tensile strength of not less than 55,000 psi, a yield strength of not less than 40,000 psi, with an elongation of not less than 10 percent in 2 inches. Heat treatment may be used to develop the required characteristics.

(2) Stem nut shall be cast or forged of bronze and shall have a tensile strength of not less than 35,000 psi, with a yield strength of not less than 16,000 psi, and with an elongation of not less than 20 percent in 2 inches.

(3) Bronze for all interior parts of the valve shall contain not more than 2 percent aluminum nor more than 7 percent zinc.

(4) The Contractor shall make a minimum of one tensile test from each heat of metal. This test shall be made on the metal after heat treating or annealing is completed. A minimum of one test shall be made from a sample cut from stem castings for each pour or each 100 stems, whichever may be the lesser number of stems. The cut shall be made on the threaded portion below the collar or on the minimal diameter of the stem.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-1 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

b. Cast Iron:

(1) Cast iron shall meet the requirements of ASTM A 126, Class B. Castings shall be clean and sound without defects of any kind. There shall be no plugging, welding, or repairing of defects.

(2) From each heat of metal, the Contractor shall make and test without charge, 2 deflection test bars and 2 tension test bars. One set of the test bars shall be obtained at the end of the melt.

c. Ductile Iron: Ductile iron shall meet the requirements of ASTM A 536, Grade 70-50-05 or Grade 65-45-12.

d. Rubber: Rubber for the valve wedge shall be new encapsulated ethylene propylene diene Monomer (M- class)(EDPM) rubber. Reclaimed rubber shall not be used.

e. Everdur Metal: Where Everdur metal is specified that metal or equal copper-silicon alloy suitable for the intended service shall be furnished.

f. Stainless Steel: Valve stem made from stainless steel shall be stainless steel AISI type 304 or type 316 and shall have a tensile strength of not less than 55,000 psi, a yield strength of not less than 40,000 psi, with an elongation of not less than 10 percent in 2 inches. The 300 series stainless steel shall be strain-hardened to meet the physical requirements of these specifications.

g. NSF/ANSI Certification: Each bidder shall submit as part of their bid response a written certification from the National Sanitation Foundation/American National Standards Institute Standard 61 (NSF/ANSI 61) that their final product is NSF/ANSI 61 certified. NSF/ANSI 61 certification shall be for all the valve sizes and types that bidder proposes to bid. Failure to provide proof of NSF/ANSI 61 certification as part of the bid shall result in the bid being deemed non responsive to these specifications.

4. General Design:

a. Basis of Structural Design:

(1) All parts of the valve shall be designed for heavy-duty and shall withstand safely and without exceeding the fatigue limit of any part or material (a) the stresses resulting from the specified hydrostatic test pressure in Subarticle 18a

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-2 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

of this Division and (b) the combined stresses resulting from the full specified working water pressure in Subarticle 18a of this Division coincident with the moving of the wedge across the seats under full unbalanced pressure from fully closed position to the point of opening.

(2) The body, bonnet, and the internal parts of the valve shall be so constructed that it will be possible to apply sufficient torque to the valve stem, in the closing direction with the valve closed and with the valve internally subjected to the working water pressure, to cause the stem to fail without causing permanent deformation of any other part except the O-ring seal plate. The valve cap or O-ring seal plate may be designed to break before the valve stem; provided, however, that the torque load requirements are exceeded before any part breaks or is strained beyond its yield point.

b. Size of Waterway: With the gate open, each valve shall afford an unobstructed waterway of diameter not less than the full nominal diameter of the valve.

c. Opening Direction: Wrench nut shall turn left (counterclockwise) to open the valve.

d. Underwriter Laboratories/FM Global Certification: Each bidder shall submit as part of their bid response a written certification from the Underwriter Laboratories (UL) and Factory Mutual (FM) Global certifications that their final product is UL 262 and FM Global 1120/1130 certified. UL 262 and FM Global 1120/1130 certification shall be for all the valve sizes and types that bidders propose to bid. Failure to provide proof of UL and FM 1120/1130 certification as part of the bid proposal shall result in the bid being deemed non responsive to these specifications.

5. Bodies and Bonnets:

a. The body and bonnet shall be made of ductile iron, shall be smooth and free of defects of any kind, and shall be ribbed at all points necessary to prevent structural damage when subject to the required test pressure.

b. The minimum thickness of the metal in each body and bonnet shall comply with AWWA C509, Table 2. If a reduced wall design is used, the body and bonnet thickness shall comply with AWWA C515, Table 2.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-3 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

c. The necks of all flanges shall be thickened, and corners shall be coved and rounded in accordance with the best foundry practice.

d. The thrust bearing recess and the stem opening in the bonnet shall be machine finished.

e. The bonnet flanges shall have flat machined faces.

6. Bonnet Nuts and Bolts: Bonnet nuts and bolts shall be stainless steel meeting the requirements of ASTM A 276, Type 304 or 316. Bolts and nuts shall be heavy hex conforming to ANSI B18.2.1 and B18.2.2, respectively. The bonnet bolts shall be assembled with the nuts on top. The bolts shall be of such length, that when installed they will extend one or 2 threads beyond the nuts. If the bonnet bolts are countersunk, the bolt holes shall be wax-sealed or capped.

7. Valve Ends:

a. Bell Ends:

(1) Rubber Gasket Bell: Two lugs shall be provided, located diametrically and on a quadrant from the valve stem. The lugs shall be slotted or drilled to receive a 7/8- inch diameter rod. The lugs shall have a minimum thickness of 1-3/8 inches, minimum height of 1-9/16 inches, and minimum length of 2-3/8 inches.

The valve shall not have fins or other bracing from the body to the bell that would interfere with a band being placed around the bell.

(2) Tyton Joint End: The configuration of the cavity in the socket of the bell shall be shaped to receive a Tyton joint rubber gasket and spigot of ductile iron pipe manufactured in accordance with AWWA C151. Bidder shall be licensed by the United States Pipe and Foundry Company to use Tyton joint end.

[a] Bidders shall submit during time bid written proof that the Tyton end joints are licensed by the United States Pipe and Foundry Company(U.S. Pipe) and in compliance with the Tyton end joint design. Submission of proof shall include Tyton end joint drawings for the sizes proposed for bid. Bidder that fails to submit written proof of the Tyton end joint license agreement and Tyton end joints drawings for the sizes proposed in the bid shall be deemed non responsive.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-4 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

b. Flanged Ends:

(1) The end flanges of a flanged end gate valve for 250 psi working water pressure shall conform in dimensions and drilling to ANSI B16.42 for Class 150, ductile-iron flanges. The flange faces shall not be raised.

(2) All flanges shall have a serrated finish obtained by using a V-shaped tool. Serrations shall have grooves 1/64 inch in depth and 1/32 inch apart. Serrations shall be concentric.

8. Gate:

a. The gate shall be cast gray or ductile iron with guide bars or channels for controlled movement.

b. The gate shall be constructed for resistance to deflection.

c. The gate and gate guide bars or channels shall be fully encapsulated by a resilient rubber material bonded to the metal. The gate stem bore, if not also encapsulated, shall be epoxy-coated.

d. The method used to prove the rubber-to-metal bond shall be in accordance with the requirements of ASTM D 429. The peel strength shall not be less than 75 pounds per inch.

e. The gate guide encapsulation may consist of a harder grade of ebonit rubber or may contain thermoplastic guide inserts.

9. Stem and Stem Nut:

a. Stem shall be of the nonrising type.

b. Stem and stem nut shall be cast or forged, or rolled and forged, and shall meet the requirements specified in Subarticle 3a and Subarticle 3f of this Division. Stem collars shall be cast or forged integral with the stem.

c. The threads of the stem and stem nut shall be Acme type, cut with sufficient number of cuts to avoid straining the metal.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-5 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

d. Stem and stem nut shall be turned, threaded straight and true, and shall work true and smooth and in a straight line throughout the lift of opening and thrust of closing the valve.

e. Stem shall be of such length that the threads of the stem nut are entirely engaged when the valve is in the closed position.

f. Threaded length of the stem nut shall be not less than 1-1/4 times the outside diameter of the stem.

g. The stem and all parts of the valve shall be capable of resisting the stress involved when the torque loads of Table 1 of the AWWA C509 are applied to the stem in the closing and open direction, with the valve closed and subjected to 250 psi water working pressure, without causing permanent deformation of any valve part.

h. The diameter of the stem at the base of the thread or at any point below that portion shaped to receive the wrench nut shall be not less than the diameter on Table 7 of the AWWA C509.

10. Stem Seals:

a. O-Ring Seal Plate: The O-ring seal plate shall be made of cast or ductile iron. The stem opening, thrust bearing recess, and bonnet face shall be smooth, machine finished. A stem seal cartridge of synthetic polymer with physical properties suitable for the intended application may be used in place of an O-ring seal plate.

b. O-Ring Seal Plate Bolting: Bolts, nuts, and washers shall be of similar metal which shall be stainless steel, or of rolled or forged Everdur metal, or equal copper- silicon alloy. Bolts and nuts made of stainless steel shall meeting the requirements of ASTM A 276; Type 304 or 316. Bolts and nuts shall be heavy hex conforming to ANSI B18.2.1 and B18.2.2, respectively. The bolts shall be of such length that when installed they will extend one or 2 threads beyond the nuts. c. Seals: When an O-ring or other pressure- actuated stem seal is used, the design shall incorporate 2 such seals.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-6 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

11. Wrench Nut:

a. Wrench nut shall be made of cast gray or ductile iron, fitted to the top of the valve stem and secured by a heavy hex steel nut or heavy hex head cap screw meeting the requirements of ASTM A 307, Grade B, furnished with unified coarse threads.

b. Wrench nut shall be 1-15/16 inches square at the top, 2 inches square at the base, and 1-3/4 inches high. The nut shall have a flanged base upon which shall be cast an arrow at least 2 inches long showing the counterclockwise direction of opening and the word "OPEN" in distinct 1/2-inch letters.

12. Gaskets: Gaskets shall be full cut, with holes to pass bolts, or cut to fit inside of bolts, and shall be used on all flanged joints intended to be watertight. Gasket material shall be free from corrosive alkali or acid ingredients.

13. Workmanship:

a. All materials and workmanship shall comply with these standard specifications. All materials and equipment furnished shall be new and unused, but such requirements shall not preclude the use of recycled materials in the manufacturing processes, provided that all such materials comply with these standard specifications. All work shall be done in a thorough, workmanlike manner by mechanics skilled in their various trades.

b. All foundry and machine work shall be done in accordance with the best modern practice for the class of work involved.

c. All parts shall conform to the required dimensions and shall be free from injurious defects. All machined parts shall be made to template or gage.

d. All joints shall be faced true and shall be watertight where subject to water pressure.

e. All iron parts receiving nonferrous mountings shall be made true and smooth, and the nonferrous mountings shall be finished to fit.

f. All parts of valves of the same size and same make shall be interchangeable.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-7 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

g. Flanges shall be machined at right angles to their respective axes and shall be accurately faced.

14. Markings: The valve shall have cast in plain letters on the body or bonnet the name of the manufacturer, the year the valve casting was made, the size of the valve, and the working water pressure. Tyton end joints valves shall have a Tyton trade mark casted integrally on to the valve.

15. Interior Coating:

a. All interior ferrous surfaces of the valve exposed to water and subject to corrosion shall be sandblasted in accordance with Steel Structures Painting Council Specifications No. SSPC-SP5 for White Metal Blast Cleaning. Shotblasting methods shall not be used. Before sandblasting, all projections and objectionable irregularities shall be carefully removed, all sharp edges and corners shall be ground smooth, and all oil and grease shall be removed by the use of an effective solvent. After sandblasting, all debris of the sandblasting process shall be removed from the surfaces to be coated. Coatings shall be NSF 61 approved.

b. The interior coating shall immediately follow the sandblasting and shall be one of the following epoxy coating systems:

(1) Powder, fusion bounded epoxies, thermosetting.

(2) Two part epoxy “Amerlock 2.”

c. The coating shall be applied in accordance with the manufacturer's printed instructions and shall have a dry film thickness of 10 mils nominal but not less than 6 mils nor more than 20 mils. The coating shall be applied to all stationary interior ferrous surfaces including all interior openings in the valve body. The coating shall be tested for the proper thickness in accordance with the Coating Thickness Test detailed in AWWA C550, and re-coated if the thickness is not as specified above. Coating shall not be applied to the gasket surfaces of the end flanges. After the coating is completely cured, the coated surface shall be tested for porosity, holidays, and pinholes in accordance with the Coating Thickness Test detailed in AWWA C550. Holiday detector shall be set to a minimum of 67.5 Volts. All holidays or irregularities shall be repaired until compliance is obtained and the coating again tested in accordance with the Holiday Testing Procedure detailed in AWWA C550.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-8 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

16. Exterior Coating: The exterior ferrous surfaces of each valve shall be coated and tested as specified in Article 15 of these standard specifications, except that the surfaces shall be sandblasted to SSPC-SP6 (Commercial Grade) requirements prior to coating, or as recommended by the coating manufacturer's printed instructions in writing.

17. Inspection: Inspection shall be as follows:

a. The Engineer shall at all times have the right to inspect the work in the course of manufacture and make such tests from time to time as the Engineer may deem advisable, providing no delay in production of acceptable materials or equipment is caused thereby.

b. Onsite Work: Wherever a test or inspection is required before starting any work activity, a phase thereof, or work by a different craft, notify the Engineer in writing not less than 14 working days in advance, unless otherwise specified in these specifications.

c. Offsite Work: Unless otherwise specified in these Specifications, when items are to be tested or shop- fabricated, schedule plant inspection by contacting the Engineer in writing within the following time frames. The written notification shall include a schedule of activities on a daily basis. This notification requirement also applies when work is performed in phases or is interrupted.

(1) Not less than 14 days prior to start of work when the fabrication shop is less than 200 driving miles from downtown Los Angeles and is in the continental United States.

(2) Not less than 30 days prior to start of work when the fabrication shop is greater than 200 driving miles from downtown Los Angeles and is in the continental United States.

(3) Not less than 60 days prior to start of work when the fabrication shop is outside the continental United States.

(4) When the fabrication shop is greater than 200 driving miles from downtown Los Angeles or is outside the continental United States, reimburse the Department for all costs of entry visas, if necessary, travel, meals, parking, and lodging, including weekends and holidays, for each Engineer performing the inspection. The Contractor shall reimburse the

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-9 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

Department for one unrestricted round-trip airfare per inspector for up to 2 inspectors to perform inspections up to 3 times per year. The expense of additional inspection tests after the third inspection will be borne by the Department. The appropriate methods of travel to and from the inspection or test facility will be determined by the Department. Airline travel costs will be based on unrestricted, coach, round-trip airfare, from an airport of the Department’s choice within the greater Los Angeles area. Automobile rental will be a standard compact. Lodging facilities will be determined by the Department.

(5) Failure to give written notice prior to doing work will require the removal and replacement of the work without additional cost to the Department if the Engineer cannot fully inspect all parts of the work to determine whether or not the work complies with these specifications. Furnish the Engineer with facilities, samples, information, and proper access authority for inspection and tests.

d. Before offering a lot for inspection, the Contractor shall eliminate any portion which in the Contractor's opinion is defective or does not meet the requirements of the specifications.

e. Re-Inspection Expenses: The Department will assess the Contractor for additional expenses incurred by the Department as a result of the Contractor incorrectly notifying the Engineer that material or equipment was ready for inspection or testing, or if equipment does not pass inspection or testing and must be re-inspected. If re-inspection is required due to the Contractor’s failure to comply with any portion of these specifications, the Contractor shall pay to the Department, or the Department may deduct from any moneys due the Contractor, a sum of $100.00 per hour for the Engineer’s time to re-inspect, including travel time to and from the testing location, plus transportation, meals, parking, and lodging costs to and from the testing location.

The fact that the materials or equipment have been successfully inspected, tested, and accepted by the Engineer shall not relieve the Contractor of responsibility in the case of later discovery of flaws or defects or other failure to comply with these specifications.

f. The Contractor shall notify the Stores Superintendent, Department of Water and Power, 433 East Temple Street, Los Angeles, California 90012, Telephone Number (213) 367-6800 not less than 5 working days prior to the start of manufacture. Should the Contract Administrator or Engineer

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-10 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

elect to waive the right of inspection, the Contract Administrator or Engineer will promptly inform the Contractor.

18. Hydrostatic Tests:

a. Each valve shall be tested hydrostatically at the specified working water pressure of 250 psi and at the full hydrostatic test pressure of 500 psi.

b. The working water pressure shall be applied through bulkheads alternately to each end of the closed gate with the opposite end open for inspection. There shall be no leakage through the metal, seals, or flanged joints. The leakage past the seat during each alternate test shall not exceed a rate of zero fluid ounce per hour per inch of nominal valve size.

c. The hydrostatic test pressure shall be applied through one of the bulkheads, when both ends are bulkheaded, and the gate in the open position. There shall be no leakage through the metal, seals, or flanged joints and no permanent deformation of the casting.

d. For each mode of testing, the pressure shall be held for a minimum of one minute.

19. Test Reports: The Contractor shall furnish the Department 3 certified copies of all test reports covering results of all tests performed. All the valves shall be tested per Article 18 of this Division and test results shall be submitted to the Contract Administrator or Department personnel specified by the Contract Administrator. All test reports shall be accompanied by a letter of transmittal to the Contract Administrator or Department personnel specified by the Contract Administrator.

20. Delivery: During delivery, rubber wedges shall be protected from the elements. Flanges shall be covered with plywood or suitable material such as shrink wraps to protect from damage during transport. Valves shall arrive in pallets. All valves shall lie horizontally on the pallet. Wedges shall be perpendicular to the floor of the pallet. When multiple valves are delivered with multiple layers of valves on top of each other, plywood shall separate the layers of valves. The last layer of valves shall have plywood on top covering all the valves of the last layer. All equipment shall be delivered by truck and shall be capable of being unloaded from 3 sides of the truck bed with a forklift loader or from above with an overhead crane. Trucks with enclosed beds shall not be used.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-11 ISSUED FOR BID 06/14/13 Spec. 352 DIVISION F2 DETAILED REQUIREMENTS

21. Submittal Drawings/ Specifications : Each bidder during time of bid shall submit as part of the proposal 2 copies of drawings and specifications of all the valves proposed to be furnished. The drawings shall be combination of foundry, shop and production detail working drawings of the valves showing the net weight of the valve, dimensions and tolerances of the valve. All specific details mentioned in the Department specifications shall be shown and described on the bidder drawings and specifications including internal components and mechanisms of the valve. Drawings of all individual internal components and mechanisms “as finished parts” shall be included with dimensions and tolerances. The drawings shall show a schedule of the parts and the materials with ASTM/ANSI standard designation of which they are made and shall have sufficient detail to serve as a guide in the assembly and disassembly of the valve and in ordering repair parts. Failure to supply drawings and specifications shall result in the bid being deemed non responsive to these specifications.

The sample submitted in accordance with Article 17 of Division B1 shall match the dimensions, tolerances and materials posted on the bidder drawings and specification and the Department specifications, otherwise the bid shall be deemed non responsive.

The valves furnished shall match the dimensions, tolerances, and materials posted on the submittal drawings and specifications at all times.

END OF DIVISION

ANSELMO G. COLLINS Acting Director of Supply Chain Services

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-12 ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

F3 DETAILED SPECIFICATIONS

GATE VALVES, 16-36 INCH, RESILIENT-SEATED

1. Scope: These specifications cover 16- through 36-inch Ductile Iron, resilient-seated, solid-wedge gate valves with a ductile-iron gate and with non-rising stem. Valves are for cold water service of 250 psi working water pressure. Valve shall be in full compliance with AWWA C- 515. 2. National Standards: All AISI, ANSI, ASTM, AWWA Standards referred to in these standard specifications shall be of the latest revision. In case of conflict, the Department's specifications shall govern. 3. Materials: Component parts of the valve shall be made of the following materials: a. Bronze:

(1) Valve stem, if not of stainless steel, shall be cast or forged of bronze and shall have a tensile strength of not less than 55,000 psi, a yield strength of not less than 38,000 psi, with an elongation of not less than 10 percent in 2 inches. Heat treatment may be used to develop the required characteristics. (2) Stem nut shall be cast or forged of bronze and shall have a tensile strength of not less than 30,000 psi, with a yield strength of not less than 14,000 psi, and with an elongation of not less than 20 percent in 2 inches. (3) Bronze for all interior parts of the valve shall contain not more than 2 percent aluminum nor more than 7 percent zinc. b. Ductile Iron: Ductile iron shall meet the requirements of ASTM A 536, Grade 65-45-12. c. Rubber:

(1) Rubber for the valve wedge shall be new, encapsulated ethylene propylene diene Monomer (M- class)(EPDM) rubber.

Contract No. C0981R Regional Connector Advanced Utility Relocations 1-12 ISSUED FOR BID 06/14/13

d. Everdur Metal: Where Everdur metal is specified that metal or equal copper-silicon alloy suitable for the intended service shall be furnished. e. Stainless Steel:

(1) Valve stem made from stainless steel shall be AISI type 304 or Type 316 and shall have a tensile strength of not less than 55,000 psi, yield strength of not less than 40,000 psi, and an elongation of not less than 10 percent in 2 inches. The 300 series of stainless steels shall be strain-hardened to meet the physical requirements of these specifications. 4. General Design:

a. Basis of Structural Design:

(1) All parts of the valve shall be designed for heavy-duty and shall withstand safely and without exceeding the fatigue limit of any part or material both (a) the stresses resulting from the specified hydrostatic test pressure in Subarticle 19a of these specifications and (b) the combined stresses resulting from the full specified working water pressure in Subarticle 19a of these specifications, coincident with the moving of the wedge across the seats under full unbalanced pressure from fully closed position to the point of opening.

(2) The body, bonnet, and the internal parts of the valve shall be so constructed that it will be possible to apply sufficient torque to the valve stem, in the closing direction with the valve closed and with the valve internally subjected to the working water pressure, to cause the stem to fail without causing permanent deformation of any other part except the O-ring seal plate. The valve cap or O-ring seal plate may be designed to break before the valve stem; provided, however, that the torque load requirements are exceeded before any part breaks or is strained beyond its yield point. All gaskets shall be pressure energized O-rings. b. Size of Waterway: With the gate open, each valve shall afford an unobstructed waterway of diameter not less than the full nominal diameter of the valve. 5. Bodies and Bonnets: The bodies and bonnets shall be as follows: a. The body and bonnet shall be made of ductile iron, shall be smooth and free of defects of any kind, and shall be ribbed at all points necessary to prevent

Contract No. C0981R Regional Connector Advanced Utility Relocations 2-12 ISSUED FOR BID 06/14/13

structural damage when subject to the required test pressure. b. The minimum thickness of the metal in each body and bonnet shall be in accordance with Table 2 of C515. c. The necks of all flanges shall be thickened, and corners shall be coved and rounded in accordance with the best foundry practice. d. The thrust bearing recess and the stem opening in the bonnet shall be machine finished. e. Body and bonnet shall have flanges that connect the body and the bonnet with bolts and nuts. 6. Bonnet Nuts and Bolts: Bonnet nuts and bolts shall be stainless ASTM A276 Type 304 or Type 316. Bolts and nuts shall be heavy hex conforming to ANSI B18.2.1 and B18.2.2, respectively. The bolts shall be of such length, that when installed they will extend one or two threads beyond the nuts. If the bonnet bolts are countersunk, the bolt holes shall be wax-sealed or capped. 7. Valve Ends:

a. Bell Ends:

(1) Rubber Gasket Bell: Two lugs shall be provided, located diametrically and on a quadrant from the valve stem. The lugs shall be slotted or drilled to receive a 7/8- inch diameter rod. The lugs shall have a minimum thickness of 1-3/8 inches, minimum height of 1-9/16 inches, and minimum length of 2-3/8 inches.

The valve shall not have fins or other bracing from the body to the bell that would interfere with a band being placed around the bell.

(2) Tyton Joint End: The configuration of the cavity in the socket of the bell shall be shaped to receive a Tyton joint rubber gasket and spigot of ductile iron pipe manufactured in accordance with AWWA C151. Bidder shall be licensed by the United States Pipe and Foundry Company to use Tyton joint end.

b. Flanged Valve Ends: The end flanges of a flanged end gate valve for 250 psi working water pressure shall conform in dimensions and drilling to ANSI B16.1 Class 125, cast-iron flanges. The flange faces shall not be raised.

Contract No. C0981R Regional Connector Advanced Utility Relocations 3-12 ISSUED FOR BID 06/14/13

8. Gate: The gate shall be as follows:

a. The gate shall be ductile iron with guide bars or channels for controlled movement. Gate design shall include and scrapers or guide cap bearings. b. The gate shall be constructed for resistance to deflection. c. The gate and gate guide bars or channels shall be fully encapsulated by a resilient rubber material bonded to the metal. The gate stem bore, if not also encapsulated, shall be epoxy-coated. d. The method used to prove the rubber-to- metal bond shall be in accordance with the requirements of ASTM D 429. The peel strength shall not be less than 75 pounds per inch. 9. Stem and Stem Nut: The stem and stem nut shall be as follows: a. Stem shall be of the non-rising type and stem nut retention to the gate shall be 2-sided. b. Stem and stem nut shall be cast or forged, or rolled and forged, and shall meet the requirements specified in Subarticle 3a and 3d of these specifications. Stem collars shall be cast or forged integral with the stem. c. The threads of the stem and stem nut shall be Acme type, cut with sufficient number of cuts to avoid straining the metal. d. Stem and stem nut shall be turned, threaded straight and true, and shall work true and smooth and in a straight line throughout the lift of opening and thrust of closing the valve. e. Stem shall be of such length that the threads of the stem nut are entirely engaged when the valve is in the closed position. f. Threaded length of the stem nut shall be sufficient for the operation of opening and closing the valve under flow and no flow conditions. (1) For 16 Inch to 24 Inch Valves: Threaded length of the stem nut shall be not less than 1-1/4 times the outside diameter of the stem. g. The stem and all parts of the valve shall be capable of resisting the stress involved when the minimum

Contract No. C0981R Regional Connector Advanced Utility Relocations 4-12 ISSUED FOR BID 06/14/13

torque load of 300 ft-lb are applied to the stem in the closing direction, with the valve closed and subjected to 250 psi water working pressure, without causing permanent deformation of any valve part. h. The diameter of the stem at the base of the thread or at any point below that portion shaped to receive the wrench nut shall be in accordance with Table 7 of AWWA C515. 10. Stem Seals: Stem seals shall be as follows:

a. O-Ring Seal Plate: The O-ring seal plate shall be made of ductile iron. The stem opening, thrust bearing recess, and bonnet face shall be smooth, machine finished. b. O-Ring Seal Plate Bolting: Bolts, nuts, and washers shall be of similar metal which shall be stainless steel, or of rolled or forged Everdur metal, or equal copper-silicon alloy. Bolts and nuts made of stainless steel shall meet the requirements of ASTM A276; Type 304 or 316. Bolts and nuts shall be heavy hex conforming to ANSI B18.2.1 and B18.2.2, respectively. The bolts shall be of such length that when installed, they will extend one or 2 threads beyond the nuts. c. Seals: When an O-ring or other pressure-actuated stem seal is used, the design shall incorporate 3 O-rings to seal the stem. The top 2 O-rings shall be replaceable with valve fully open and while subject to full rated working pressure. 11. Wrench Nut: The wrench shall be as follows:

a. Wrench nut shall be made of gray or ductile iron, fitted to the top of the valve stem and secured by heavy hex steel nut or heavy hex head cap screw meeting the requirements of ASTM A 307, grade B, furnished with unified coarse threads. b. Wrench nut shall be 1-15/16 inches square at the top, 2 inches square at the base, and 1-3/4 inches high. The nut shall have a flanged base upon which shall be cast an arrow at least 2 inches long showing the counterclockwise direction of the word “OPEN” in distinct 1/2 –inch letters. 12. Gaskets: Gaskets shall be full cut, with holes to pass bolts, or cut to fit inside of bolts, and shall be used on all flanged joints intended to be watertight. Gasket material shall be free from corrosive alkali or acid ingredients.

Contract No. C0981R Regional Connector Advanced Utility Relocations 5-12 ISSUED FOR BID 06/14/13

13. Quality of Work: Quality of work shall be as follows: a. All foundry and machine work shall be done in accordance with the best modern practice for the class of work involved. b. All parts shall conform to the required dimensions and shall be free from injurious defects. All machined parts shall be made to template or gage. c. All joints shall be faced true and shall be watertight where subject to water pressure. d. All iron parts receiving nonferrous mountings shall be made true and smooth, and the nonferrous mountings shall be finished to fit. e. All parts of valves of the same size and same make shall be interchangeable. f. Flanges shall be machined at right angles to their respective axes and shall be accurately faced. 14. Markings: The valve shall have cast in plain letters on the body or bonnet the name of the manufacturer, the year the valve casting was made, the size of the valve, and the working water pressure, and class of the valve. 15. Interior Coating: Interior coating shall be as follows: a. All interior ferrous surfaces of the valve exposed to water and subject to corrosion shall be sandblasted in accordance with Steel Structures Painting Council Specifications No. SSPC-SP5 for White Metal Blast Cleaning. Shotblasting methods shall not be used. Before sandblasting, all projections and objectionable irregularities shall be carefully removed, all sharp edges and corners shall be ground smooth, and all oil and grease shall be removed by the use of an effective solvent. After sandblasting, all debris of the sandblasting process shall be removed from the surfaces to be coated. Coatings shall be NSF 61 approved. b. The interior coating shall immediately follow the sandblasting and shall be one of the following epoxy coating systems:

(1) Powder, fusion bounded epoxies, thermosetting.

(2) Two part epoxy “Amerlock 2.”

Contract No. C0981R Regional Connector Advanced Utility Relocations 6-12 ISSUED FOR BID 06/14/13

c. The coating shall be applied in accordance with the manufacturer's printed instructions and shall have a dry film thickness of 10 mils nominal but not less than 6 mils nor more than 20 mils. The coating shall be applied to all stationary interior ferrous surfaces including all interior openings in the valve body. The coating shall be tested for the proper thickness in accordance with the Coating Thickness Test detailed in AWWA C550, and re-coated if the thickness is not as specified above. Coating shall not be applied to the gasket surfaces of the end flanges. After the coating is completely cured, the coated surface shall be tested for porosity, holidays, and pinholes in accordance with the Coating Thickness Test detailed in AWWA C550. Holiday detector shall be set to a minimum of 67.5 Volts. All holidays or irregularities shall be repaired until compliance is obtained and the coating again tested in accordance with the Holiday Testing Procedure detailed in AWWA C550. 16. Exterior Coating: The exterior ferrous surfaces of each valve shall be coated and tested as specified in Article 15 of this Section, except that the surfaces shall be sandblasted to SSPC-SP6 (Commercial Grade) requirements prior to coating, or as recommended by the coating manufacturer's printed instructions in writing. 17. Geared Valves: Geared valves shall be as follows: a. When specified in the order, vertical valves shall be equipped with spur gearing, and horizontal valves shall be equipped with bevel gearing. Stem gears shall be keyed to the stems with standard keys. b. Pinion shafts shall be made of bronze or stainless steel and shall have a diameter that will have strength of not less than 1.25 times the stem strength divided by the gear ratio. All geared valves shall be made with a bearing for the stem immediately adjacent to the large gear and 2 bearings for the pinion shaft that is at least equal in length to 4 diameters of the pinion shaft. c. Gear ratios shall not be less than the gear ratios listed on the AWWA C515 Table 9:

18. Inspection and Tests: Inspection and tests will be made, and tests shall be performed in accordance with the following:

a. General:

Contract No. C0981R Regional Connector Advanced Utility Relocations 7-12 ISSUED FOR BID 06/14/13

(1) The Engineer shall at all times have the right to inspect the work in the course of manufacture and make such tests from time to time as the Engineer may deem advisable, providing no delay in production of acceptable materials or equipment is caused thereby.

(2) Onsite Work: Wherever a test or inspection is required before starting any work activity, a phase thereof, or work by a different craft, notify the Engineer in writing not less than 14 working days in advance, unless otherwise specified in these specifications.

(3) Offsite Work: Unless otherwise specified in these Specifications, when items are to be tested or shop fabricated, schedule plant inspection by contacting the Engineer in writing within the following time frames. The written notification shall include a schedule of activities on a daily basis. This notification requirement also applies when work is performed in phases or is interrupted.

(a) Not less than 14 days prior to start of work when the fabrication shop is less than 200 driving miles from downtown Los Angeles and is in the continental United States. (b) Not less than 30 days prior to start of work when the fabrication shop is greater than 200 driving miles from downtown Los Angeles and is in the continental United States.

(c) Not less than 60 days prior to start of work when the fabrication shop is outside the continental United States.

(d) Inspection Within the Continental United States and Outside the Continental United States:

[1] Inspections Within the Continental United States: When the fabrication shop is greater than 200 driving miles from downtown Los Angeles and within the continental United States, all costs of plane tickets and lodging, including weekends and holidays, for each Engineer performing the inspection shall be borne by the Contractor. The Contractor shall furnish the Department one unrestricted roundtrip airfare per inspector for up to 2 inspectors to perform inspection. The appropriate methods of travel to and from the inspection or

Contract No. C0981R Regional Connector Advanced Utility Relocations 8-12 ISSUED FOR BID 06/14/13

test facility will be determined by the Department. Airline travel costs will be based on unrestricted, coach, round- trip airfare, from an airport of the Department’s choice within the greater Los Angeles area. Lodging facilities will be determined by the Department.

[2] Inspection Outside the Continental United Sates: When the fabrication shop is outside the continental United States, reimburse the Department for all costs of entry visas, if necessary, travel, meals, car rental, parking, and lodging, including weekends and holidays, for each Engineer performing the inspection. The Contractor shall furnish the Department one unrestricted round-trip airfare per inspector for up to 2 inspectors to perform inspection. The appropriate methods of travel to and from the inspection or test facility will be determined by the Department. Airline travel costs will be based on unrestricted, coach, round-trip airfare, from an airport of the Department’s choice within the greater Los Angeles area. Lodging facilities will be determined by the Department. Automobile rental will be a standard compact.

(e) Failure to give written notice prior to doing work will require the removal and replacement of the work without additional cost to the Department if the Engineer cannot fully inspect all parts of the work to determine whether or not the work complies with these specifications.

(f) Furnish the Engineer with facilities, samples, information, equipment, and proper access authority for inspection and tests.

(4) Before offering a lot for inspection, the Contractor shall eliminate any portion which in the Contractor's opinion is defective or does not meet the requirements of the specifications.

(5) Re-Inspection Expenses: The Department will assess the Contractor for additional expenses incurred by the Department as a result of the Contractor incorrectly notifying the Engineer that material or equipment was ready for inspection or testing, or if equipment does not pass inspection or testing and must be re-inspected. If re- inspection is required due to the Contractor’s failure to comply with any portion of these specifications, the

Contract No. C0981R Regional Connector Advanced Utility Relocations 9-12 ISSUED FOR BID 06/14/13

Contractor shall pay to the Department, or the Department may deduct from any moneys due the Contractor, a sum of $100.00 per hour for the Engineer’s time to re-inspect, including travel time to and from the testing location, plus transportation, meals, parking, and lodging costs to and from the testing location. The fact that the materials or equipment have been successfully inspected, tested, and accepted by the Engineer shall not relieve the Contractor of responsibility in the case of later discovery of flaws or defects or other failure to comply with these specifications.

19. Tests: Hydrostatic tests shall be as follows:

a. Under no flow conditions, each valve shall be operated through a complete cycle to ensure free and proper functioning of all parts in the intended manner. Any defects in workmanship shall be corrected and the test repeated until satisfactory performance is demonstrated. b. Each valve shall be tested hydrostatically at the specified working water pressure of 250 psi and at the full hydrostatic test pressure of 500 psi. c. The working water pressure shall be applied through bulkheads alternately to each end of the closed gate with the opposite end open for inspection. There shall be no leakage through the metal, seals, or flanged joints. The leakage past the seat during each alternate test shall not exceed a rate of zero fluid ounce per hour per inch of nominal valve size. d. The hydrostatic test pressure shall be applied through one of the bulkheads, when both ends are bulkheaded, and the gate in the open position. There shall be no leakage through the metal, seals, or flanged joints and no permanent deformation of the casting. e. For each mode of testing, the pressure shall be held for a minimum of five minutes. 20. Delivery: During delivery, rubber wedges shall be protected from sunlight. Flanges shall be covered with plywood or suitable material such as shrink wraps to protect from damage during transport. Valves shall arrive in pallets. All valves shall lie horizontally on the pallet. Wedges shall be perpendicular to the floor of the pallet. Valves shall be delivered with a maximum of 1 layer of valves. The layer of valves shall have plywood on top covering all the valves.

Contract No. C0981R Regional Connector Advanced Utility Relocations 10-12 ISSUED FOR BID 06/14/13

21. Test Reports: The Contractor shall furnish the Department 3 certified copies of all test reports covering results of all tests performed. Certified test report may be sent as PDF files to the contract administrator. All test reports shall be accompanied by a letter of transmittal to the Engineer: DEPARTMENT OF WATER AND POWER 111 NORTH HOPE ST RM 1408 LOS ANGELES CA 90012

22. Bidding Submittals:

a. NSF/ANSI Certification: Each bidder shall submit as part of their bid response a written certification from the National Sanitation Foundation/American National Standards Institute Standard 61 (NSF/ANSI 61) that their final product is NSF/ANSI 61 certified. NSF/ANSI 61 certification shall be for all the valve sizes and types that bidder proposes to bid. Failure to provide proof of NSF/ANSI 61 certification as part of the bid shall result in the bid being deemed non responsive to these specifications.

b. Tyton End Joint License and Drawings: Bidders shall submit during time bid written proof that the Tyton end joints are licensed by the United States Pipe and Foundry Company(U.S. Pipe) and in compliance with the Tyton end joint design. Submission of proof shall include Tyton end joint drawings for the sizes proposed for bid. Bidder that fails to submit written proof of the Tyton end joint license agreement and Tyton end joints drawings for the sizes proposed in the bid shall be deemed non responsive. If bidder is not bidding on Tyton end joint valves then the bidder does not have to supply Tyton End Joint License and Drawings.

c. Bidder's Specification/Drawings: Each bidder during time of bid shall submit as part of the proposal (2) two copies of drawings and general specifications for each type and/or size of valves proposed to be furnished. The drawings shall include the weight and dimensions of the valves and shall show a schedule of the parts, materials, and corresponding ASTM/ANSI standard. The drawings shall serve as a guide in the assembly and disassembly of the valve and in ordering repair parts. Failure to supply drawings and general specifications shall result in the bid being deemed non responsive to these specifications.

Contract No. C0981R Regional Connector Advanced Utility Relocations 11-12 ISSUED FOR BID 06/14/13

23. Sample of Materials : The bidder shall submit one sample of a 6 inch resilient wedge gate valve 250 psi Class 125 indicative of the valve to be furnished to the Department if requested by the engineer or contract administrator. The samples submitted may be tested by the Department in accordance with these specifications.

The foregoing sample shall comply with these specifications to the extent of a 6 in resilient wedge gate valve 250 psi Class 125. If, upon testing by the Department, the sample complies with the requirements of these specifications, all such material furnished under the contract shall comply with said sample and with these specifications. Failure to comply with this specification may be deemed non responsive.

The sample of materials shall be identified as follows:

Bidder’s Name Specification Name or Number Brand and Catalog Number

The samples shall be delivered to:

ATTN STORES SUPERINTENDENT LOS ANGELES DEPARTMENT OF WATER AND POWER 433 E TEMPLE ST LOS ANGELES CA 90012-2694

Samples will not be returned to the bidder.

Contract No. C0981R Regional Connector Advanced Utility Relocations 12-12 ISSUED FOR BID 06/14/13 S-1025

DEPARTMENT OF WATER AND POWER OF THE CITY OF LOS ANGELES

INFORMAL SPECIFICATIONS FOR MECHANICAL TRANSITION COMPRESSION-TYPE COUPLINGS (FOR 2-INCH THROUGH 16-INCH PIPE SIZE) ______

SCOPE:

These specifications set forth the requirements for cast mechanical transition compression-type couplings for joining ductile-iron, cast-iron, or steel pipe to ductile-iron, cast-iron, or asbestos- cement pipe having a range of outside diameters, middle ring lengths, as specified on the "Request for Bids" form.

GENERAL:

Each coupling shall comply with the requirements of ANSI/AWWA C219 and certified to ANSI/NSF61-G for mechanical transition compression-type coupling for plain end pipe, and the provisions of this specification

Each coupling shall consist of the following:

1. One center sleeve shall be made from ductile iron per ASTM A536 with bevel ends having a smooth inside bevel to form a uniform gasket seating surface, fusion bonded epoxy coated.

2. 2 follower rings shall be made from ductile iron per ASTM A536. For couplings larger than 12- inches end rings can be made of steel, fusion bonded epoxy coated.

3. Complete set of bolts, nuts and washers shall be made from 316 grade stainless steel.

4. Gaskets shall be EPDM, certified to ANSI/NSF61-G.

INSTRUCTION TO BIDDERS

DELIVERY DATE AND LOCATION:

The delivery date and location shall be as specified on the "Request for Bids" form.

BIDDER'S SPECIFICATIONS:

A pdf copy of the bidder’s specifications shall be submitted electronically using the electronic- Request-Solicit-Procedure (eRSP) online purchasing system. The specifications shall state the

Contract No. C0981R Regional Connector Advanced Utility Relocations - 1 - ISSUED FOR BID 06/14/13 S-1025

material of major parts, and shall contain detailed descriptions and general drawings of the proposed couplings.

SPECIAL CONDITIONS

PACKAGING:

Each coupling shall be delivered with the center sleeve and follower rings completely assembled with gaskets in place and with all tie bolts and nuts to hold the coupling secure during shipment.

All epoxy coated surfaces shall be covered with paper or other suitable material for protection against damage during shipment and handling.

Plugs shall be covered with paper and either taped or attached to end caps so as to have both pieces together at all times. Plug shall not be threaded onto end cap.

INSPECTION:

All couplings will be inspected by an LADWP inspector at time of delivery to LADWP. Couplings received in a damaged, rusty, corroded condition, or with incorrect epoxy coating mil thickness will be returned to the Contractor for repair or replacement.

TESTING:

Each coupling shall provide a leak proof joint under a hydrostatic test pressure of 300 psi with a maximum pipe deflection of 1-1/2 degrees, after tightening to the manufacturer's recommended torque.

DETAILED REQUIREMENTS SIZE RANGE: The couplings shall be capable of providing a leak-free connection between ductile-iron, cast-iron, steel, and asbestos-cement pipes with the following size ranges:

PIPE O.D. SIZE RANGE COUPLING EACH END OF SIZE COUPLING (INCHES) (INCHES)

CLASS AB-CD, CAST DUCTILE-IRON OR Type 1 IRON CAST IRON

2 2.34 - 2.63 4 4.80 - 5.00 6 6.90 - 7.10 8 9.05 - 9.30

Contract No. C0981R Regional Connector Advanced Utility Relocations - 2 - ISSUED FOR BID 06/14/13 S-1025

12 13.20 - 13.50 16 17.40 - 17.80

ASBESTOS- DUCTILE-IRON OR Type 2 AC-DI CEMENT CAST IRON

4 5.11 - 5.45 4.80 - 5.00 6 7.25 - 7.65 6.90 - 7.10 8 9.46 - 9.85 9.05 - 9.30 12 13.9 - 14.20 14.21 - 14.40

Type 3 AC-Stl ASBESTOS-CEMENT STEEL *

4 5.11 - 5.45 4.50 6 7.25 - 7.65 6.63 8 9.46 - 9.85 8.63 12 13.90 - 14.20 12.75 * plus or minus 1/32

DUCTILE-IRON OR Type 4 DI-Stl CAST-IRON STEEL*

4 4.80 - 5.00 4.50 6 6.90 - 7.10 6.63 8 9.05 - 9.30 8.63 12 13.20 - 13.50 12.75 16 17.40 - 17.80 16.00 * plus or minus 1/32

CENTER SLEEVE:

The center sleeve or ring shall be cast from ductile iron in accordance with ASTM A536, minimum Grade 65-45-12. For couplings larger than 12-inches, center sleeve can be made of steel in accordance with ANSI/AWWA C219.

The center sleeve shall have a true circular cross section, with beveled ends for the rubber gaskets.

Contract No. C0981R Regional Connector Advanced Utility Relocations - 3 - ISSUED FOR BID 06/14/13 S-1025

The center sleeve shall have epoxy lining and coating. The epoxy shall be in accordance with these specifications. The center ring shall be free of pits or parting lines.

FOLLOWER RINGS:

Two interchangeable follower rings shall be cast from ductile iron in accordance with ASTM A536, minimum Grade 65-45-12. All interior and exterior surfaces of the follower rings shall be epoxy coated. The follower rings shall be free of pits, distortions and parting lines with smooth surfaces in the gasket recess. For couplings larger than 12-inches, follower rings can be made of steel in accordance with ANSI/AWWA C219.

BOLTS AND NUTS:

Stainless steel bolts shall be carriage or track head, or oval neck track bolts, with rolled threads, conforming to the requirements of ASTM A193M, Grade B8M or B8MA (AISI Type 316), 5/8" nominal size, and shall be of sufficient length to have a minimum of three threads exposed after the nut is tightened to the recommended torque. Stainless steel nuts shall conform to the requirements of ASTM A194M, Grade 8M or 8MA (AISI type 316), 5/8" nominal size, heavy hex series. Nuts shall be teflon or nylon coated, or equal.

GASKETS:

Gasket material shall be EPDM certified to ANSI/NSF61-G. The gaskets shall be wedge-shaped to provide a compression seal against the pipe as the bolts are tightened.

END-CAPS:

End Caps shall be made from ductile iron meeting the requirements of ASTM A536 minimum Grade 65-45-12 and shall be coated per the EPOXY COATING section of these specifications. The end cap shall have a 2 inch NPT internal (female) threaded outlet meeting the requirement of ANSI/ASME B1.20.1. Threaded section shall not be coated.

A. PLUGS

Plugs shall be made from ductile iron meeting the requirements of ASTM A536 minimum Grade 65-45-12. All plugs shall be cored and squared head meeting the requirements of ASME B16.14 Plugs shall be coated per the EPOXY COATING section of these specifications. Ductile iron threaded section shall not be epoxy coated. Threads shall conform to ANSI/ASME B1.20.1. Plugs shall be certified to ANSI/NSF61-G.

Contract No. C0981R Regional Connector Advanced Utility Relocations - 4 - ISSUED FOR BID 06/14/13 S-1025

EPOXY COATING:

A. The coating shall be applied in accordance with the manufacturer’s printed instructions and shall have a dry-film thickness of not less than 12 mils and not more than 24 mils. Coating shall be applied to the entire surface of the center sleeve and follower rings per ANSI/AWWA C-213 and C-550. After the coating is completely cured, the coated surfaces shall be free of porosity, holidays, and pinholes. All holidays or irregularities shall be repaired prior to shipping to LADWP.

B. The color of the follower rings shall be colored coded to correspond to the type of pipe to be connected.

C. Coating shall be one part, heat cured, thermosetting, and fusion bonded epoxy designed for superior corrosion protection of steel and cast products in water and wastewater applications. The epoxy shall be applied to preheated metal products as a dry powder which melts and cures to a uniform coating. The coating must pass a rebar bendability test consisting of coated #5 rebar bent 180 degrees around a 3.13-inch diameter mandrel at 20- degrees F resulting in no cracks or tears in the coating. The coating must meet all applicable standards per ANSI/AWWA C-213 and C-550.

ANSI/NSF 61-G CERTIFICATION:

Each bidder shall submit as part of their bid response a written certification from an ANSI certified laboratory that their final product is ANSI/NSF 61-G certified. Failure to provide proof of ANSI/NSF 61-G certification as part of the bid shall result in the bid being deemed non responsive to these specifications. A pdf copy of the certification shall be submitted electronically using the eRSP online purchasing system at the time of electronic bid submittal.

MARKINGS:

Each coupling shall be clearly marked with the following information:

Center sleeve: manufacturer's name, series, model number, nominal pipe size, bolt and nut material, finish type, follower rings pipe OD range, gaskets pipe OD range, gasket material, ANSI/NSF61-G identification.

GUARANTEE:

The contractor shall guarantee for a period of one year after delivery of the coupling that all equipment, materials, and workmanship shall be free from defects. All such defective equipment, materials, or workmanship f.o.b. Los Angeles, California.

(END OF SPECIFICATIONS)

Contract No. C0981R Regional Connector Advanced Utility Relocations - 5 - ISSUED FOR BID 06/14/13 S-1025

MECHANICAL TRANSITION COMPRESSION-TYPE COUPLINGS (FOR 2-INCH THROUGH 16-INCH PIPE)

REVISED 9/31_Jvanegas

Contract No. C0981R Regional Connector Advanced Utility Relocations - 6 - ISSUED FOR BID 06/14/13

S-1013

DEPARTMENT OF WATER & POWER OF THE CITY OF LOS ANGELES

INFORMAL SPECIFICATIONS FOR

MECHANICAL COUPLINGS INSULATING AND NON-INSULATING (14 – INCH AND LARGER)

SCOPE: These specifications set forth the requirements for insulating and non-insulating compression-type mechanical couplings for joining steel pipe having an outside diameter, middle ring length and thickness, as specified on the “Request for Bids” Form.

GENERAL: Each Coupling shall consist of the following: 1. One flared middle ring 2. Two interchangeable follower rings 3. Complete set of bolts, nuts and gaskets

Insulating couplings shall also have an insulating sleeve and apron that electrically isolate the steel pipes joined by the couplings.

INSTRUCTIONS TO BIDDERS

DELIVERY DATE AND LOCATION: The delivery date and location shall be as specified on the “Request for Bids” Form.

BIDDER’S SPECIFICATIONS: Each bidder shall submit with his proposal 3 copies of specifications. Bidder’s specifications shall state the material of major parts, and shall contain; catalog number, detailed descriptions, and general drawings of the proposed couplings.

SPECIAL CONDITION

PACKAGING: Each coupling shall be delivered with the middle ring and follower rings completely assembled with all tie bolts and nuts to hold the coupling secure during shipment.

Packaging material shall be placed in the gasket recess.

Contract No. C0981R Regional Connector Advanced Utility Relocations 1 ISSUED FOR BID 06/14/13

S-1013

PACKAGING continued: The gaskets shall be packaged and sealed in a single container for each coupling.

The epoxy coating shall be covered with paper and other suitable material for protection against damage during shipment and handling.

MILL TEST REPORTS: Certified mill test reports shall be submitted verifying the chemical composition and physical characteristics of the steel used in making the couplings upon request by the Department.

INSPECTION: All couplings will be inspected. Couplings received in a damaged, rusty, or corroded condition will be returned to the Contractor for repair or replacement.

TESTING: Each coupling shall provide a leak proof joint at the manufacturer’s stated water-working pressure with a maximum pipe deflection of 1-½ degrees.

DETAILED REQUIREMENTS

MIDDLE RING: The middle ring shall be made from either seamless steel tubing or rolled from steel plate and joined by butt-welding. The steel used for the middle ring shall have a minimum yield point of 36,000 psi.

The middle ring shall have a true circular cross-section, be flared at both ends for the gaskets, and have a bellowed portion between the flared ends to allow deflection of the joints. The middle ring shall be cold expanded beyond the yield point to a minimum increase in diameter of one-percent. There shall be no pipe stop.

FOLLOWERS RING: The follower rings shall be either rolled from a special-contour steel section or joined by butt-welding, or hot-formed from steel plate. The steel used for the follower rings shall have a minimum yield point of 45,000 psi.

The follower rings shall have an outer rim to provide rigidity for maintaining uniform pressure against the gasket, and a solid-formed, right-angled, gasket recess to completely confine the gasket. The follower rings shall be cold expanded beyond the yield point to a minimum increase in diameter of one percent.

Contract No. C0981R Regional Connector Advanced Utility Relocations 2 ISSUED FOR BID 06/14/13

S-1013

BOLTS: The bolts shall be steel, either track head or carriage type, having 11/16-inch rolled threads with a shank diameter not less than 5/8-inch. The bolts shall be furnished with heavy hexagonal nuts.

The steel used for the bolts and nuts shall have a minimum tensile strength of 60,000 psi and a minimum yield point of 40,000 psi, with an elongation of not less than 25 percent in two inches.

GASKETS AND INSULATING SLEEVES: The gaskets shall be wedge-shaped to provide a compression seal against the pipe as the bolts are tightened. The gaskets shall be made of a rubber compound with a high resistance to tearing, compression setting, and aging due to normal service in cold potable water. The rubber compound shall have a Durometer Hardness number between 70 and 80.

Insulating couplings shall have an insulation sleeve and an apron. The insulating sleeve and apron shall be made of a rubber compound having a thickness between 1/16-inch and 1/8-inch, and a durometer hardness number between 70 and 80. The sleeve and apron shall be the same thickness and shall extend from the pipe 3-inches beyond the outside of the follower rings. The insulating sleeve shall cover the edge of one pipe end.

The gaskets used with the insulating sleeve and apron shall either fit over or be apart of the sleeve and apron.

PAINTING: The follower rings shall be shop painted with a protective base coating fully bounded to the metal surface and fully compatible with field coats of coal tar or asphalt enamels. Or painted the same as the middle ring. The metal surfaces shall be clean, dry, and free from grease before painting.

EPOXY COATING: A. All ferrous surfaces of the middle ring be sandblasted or grit-blasted in accordance with Steel Structure Painting Council Specifications No. SSPC-SP5 for White Metal Blast Cleaning. Shot-blasting methods shall not be used. Before sandblasting, all projections and objectionable irregularities shall be carefully removed, all sharp edges and corners shall be ground smooth, and all oil and grease shall be removed by the use of an effective solvent. After sandblasting all debris of the sandblasting process shall be removed from the surfaces to be coated.

B. The middle ring coating shall immediately follow the sand-blasting and shall be one of the following epoxy coating systems:

Contract No. C0981R Regional Connector Advanced Utility Relocations 3 ISSUED FOR BID 06/14/13

S-1013

1. Liquid catalyst-cure epoxies containing no solvents and requiring no heat curing.

a. Wisconsin Protective Coating Company, Plasite 9060-ETP Brushable. b. Soc-Co Plastic Coating Company, Keysite 740, Brushable. c. Minnesota Mining and Manufacturing Company, Scotchkote 302.

2. Powder, fusion bonded epoxies, thermosetting.

a. Minnesota Mining and Manufacturing Company, Scotchkote 134, Spray Application. b. Minnesota Mining and Manufacturing Company, Scotchkote 203, Fluid Bed Application. c. Minnesota Mining and Manufacturing Company, Scotchkote 206N Electrostatic Application.

C. The coating shall be applied in accordance with the manufacturer’s printed instructions and shall have a dry-film thickness of not less than 10 mils nor more than 20 mils. The coating shall be applied to all stationary interior ferrous surfaces including all interior opening in the valve body. Coating shall not be applied to the gasket surfaces of the end flanges. After the coating is completely cured, the coated surfaces shall be tested for porosity, holidays, and pinholes, using holiday detector set at 1800 volts. All holidays or irregularities shall be repaired and the coating again tested. D. Bolts made of Corten Steel shall not be coated, but bolts made of mild steel may be zinc coated.

GUARANTEE: The Contractor shall guarantee for a period of one year after delivery of the couplings that all equipment, materials, and workmanship shall be free from defects. He shall repair or replace all such defective equipment, materials, or workmanship. F.O.B. Los Angeles, California.

Contract No. C0981R Regional Connector Advanced Utility Relocations 4 ISSUED FOR BID 06/14/13

S-1013

(END OF SPECIFICATIONS)

MIDDLE RING DEPT. CODE THICKNESS x LENGTH 13-20-177 (I) 14” OD 5/16” X 5” 13-22-177 (N-I) 16” OD 5/16” X 7” 13-22-178 (I) 16” OD 5/16” X 7” 13-24-177 (N-I) 20” OD 3/8” X 7” 13-24-178 (I) 20” OD 3/8” X 7” 13-26-177 (N-I) 24” OD 3/8” X 7” 13-26-178 (I) 24” OD 3/8” X 7” 13-28-175 (N-I) 30-3/4” OD 3/8” X 7” 13-28-176 (I) 30-3/4” OD 3/8” X 7” 13-28-177 (N-I) 30” OD 3/8” X 7” 13-28-178 (I) 30” OD 3/8” X 7” 13-31-176 (I) 36-3/4” OD 3/8” X 7” 13-31-177 (N-I) 36” OD 3/8” X 7” 13-31-178 (I) 36” OD 3/8” X 7” 13-33-178 (I) 42” OD 3/8” X 7”

REVISED 4/2003

Contract No. C0981R Regional Connector Advanced Utility Relocations 5 ISSUED FOR BID 06/14/13

S-1015

DEPARTMENT OF WATER & POWER OF THE CITY OF LOS ANGELES

INFORMAL SPECIFICATIONS FOR

MECHANICAL COUPLINGS INSULATING AND NON-INSULATING (12 – INCH AND SMALLER)

SCOPE: These specifications set forth the requirements for compression-type mechanical couplings for joining steel pipe having an outside diameter, middle ring length and thickness, as specified on the “Request for Bids” form.

GENERAL: Each Coupling shall consist of the following: 1. One flared middle ring 2. Two interchangeable follower rings 3. Complete set of bolts, nuts and gaskets

Insulating couplings shall also have an insulating sleeve and apron that electrically isolate the steel pipes joined by the couplings.

INSTRUCTIONS TO BIDDERS

DELIVERY DATE AND LOCATION: The delivery date and location shall be as specified on the “Request for Bids” Form.

BIDDER’S SPECIFICATIONS: Each bidder shall submit with his proposal 3 copies of specifications. Bidder’s specifications shall state the material of major parts, and shall contain detailed descriptions and general drawings of the proposed couplings.

SPECIAL CONDITION

PACKAGING: Each coupling shall be delivered with the middle ring and follower rings completely assembled with all tie bolts and nuts to hold the couplings secure during shipment.

Packaging material shall be placed in the gasket recess.

Contract No. C0981R Regional Connector Advanced Utility Relocations 1 ISSUED FOR BID 06/14/13

S-1015

PACKAGING continued: The gaskets shall be packaged and sealed in a single container for each coupling.

The epoxy coating shall be covered with paper and other suitable material for protection against damage during shipment and handling.

MILL TEST REPORTS: Certified mill test reports shall be submitted verifying the chemical composition and physical characteristics of the steel used in making the couplings upon request by the Department.

INSPECTION: All couplings will be inspected. Couplings received in a damaged, rusty, or corroded condition will be returned to the Contractor for repair or replacement.

TESTING: Each coupling shall provide a leak proof joint under a hydrostatic test pressure of 1,000 psi with a maximum pipe deflection of 1 ½ degrees.

DETAILED REQUIREMENTS

MIDDLE RING: The middle ring shall be made from either seamless steel tubing, pipe, or rolled from steel from steel plate and joined by butt-welding. The steel used for the middle ring shall have a minimum yield point of 35,000 psi.

The middle ring shall have a true circular cross-section, be flared at both ends for the gaskets, and have a bellowed portion between the flared ends to allow deflection of the joints. There shall be no pipe stop.

FOLLOWERS RING: The follower rings may be either rolled from a special-contour steel section and jointned by butt welding, or hot-formed from steel plate or either malleable ASTM A-197 or ductile iron ASTM A-536. The steel or iron used for the follower rings shall have a minimum yield point of 30,000 psi.

The follower rings shall have an outer rim to provide rigidity for maintaining uniform pressure against the gasket, and a solid-formed, right-angled, gasket recess to completely confine the gasket.

Contract No. C0981R Regional Connector Advanced Utility Relocations 2 ISSUED FOR BID 06/14/13

S-1015

BOLTS: The bolts shall be steel, either track head or carriage type, having 11/16-inch rolled threads with a shank diameter not less than 5/8-inch. Exception 4” couplings may have a shank diameter of not less than ½ inch. The bolts shall be furnished with heavy hexagonal nuts.

The steel used for the bolts and nuts shall have a minimum tensile strength of 60,000 psi and a minimum yield point of 40,000 psi, with an elongation of not less than 25 percent in two inches.

GASKETS AND INSULATING SLEEVES: The gaskets shall be wedge-shaped to provide a compression seal against the pipe as the bolts are tightened. The gaskets shall be made of a rubber compound with a high resistance to tearing, compression setting, and aging due to normal service in cold potable water. The rubber compound shall have a Durometer Hardness number between 70 and 80.

Insulating couplings shall have an insulation sleeve and an apron. The insulating sleeve and apron shall be made of a rubber compound having a thickness between 1/16-inch and 1/8-inch, and a durometer hardness number between 70 and 80. The sleeve and apron shall be the same thickness and shall extend from the pipe 3-inches beyond the outside of the follower rings. The insulating sleeve shall cover the edge of one pipe end.

The gaskets used with the insulating sleeve and apron shall either fit over or be apart of the sleeve and apron.

EPOXY COATING: A. All ferrous surfaces of the middle ring shall be sandblasted or grit-blasted in accordance with Steel Structure Painting Council Specifications No. SSPC-SP5 for White Metal Blast Cleaning. Shot-blasting methods shall not be used. Before sandblasting, all projections and objectionable irregularities shall be carefully removed, all sharp edges and corners shall be ground smooth, and all oil and grease shall be removed by the use of an effective solvent. After sandblasting all debris of the sandblasting process shall be removed from the surfaces to be coated.

D. The interior coating shall immediately follow the sand-blasting and shall be one of

the following epoxy coating systems:

Contract No. C0981R Regional Connector Advanced Utility Relocations 3 ISSUED FOR BID 06/14/13

S-1015

1. Liquid catalyst-cure epoxies containing no solvents and requiring no heat curing.

a. Wisconsin Protective Coating Company, Plasite 9060-ETP Brushable. b. Soc-Co Plastic Coating Company, Keysite 740, Brushable. c. Minnesota Mining and Manufacturing Company, Scotchkote 302.

2. Powder, fusion bonded epoxies, thermosetting.

a. Minnesota Mining and Manufacturing Company, Scotchkote 134, Spray Application. b. Minnesota Mining and Manufacturing Company, Scotchkote 203, Fluid Bed Application. c. Minnesota Mining and Manufacturing Company, Scotchkote 206N Electrostatic Application.

D. The coating shall be applied in accordance with the manufacturers printed instructions and shall have a dry-film thickness of not less than 10 mils nor more than 20 mils. The coating shall be applied to all stationary interior ferrous surfaces including all interior openings in the valve body. Coating shall not be applied to the gasket surfaces of the end flanges. After the coating is completely cured, the coated surfaces shall be tested for porosity, holidays, and pinholes, using holiday detector set at 1800 volts. All holidays or irregularities shall be repaired and the coating again tested.

D. Bolts made of Corten Steel shall not be coated, but bolts made of mild steel may be zinc coated.

PAINTING

A. With liquid catalyst-cure epoxies; the follower rings shall be shop painted with a protective base coating fully bonded to the metal surface and fully compatible with field coats of coal-tar or asphalt enamels. The metal surfaces shall be clean, dry and free from grease before painting; or the follower rings may be painted with either type epoxy. B. With power, fusion bonded epoxies; with the middle ring interior and exterior epoxy coated, the follower rings shall be shop painted with a protective base coating fully bonded to the metal surface and fully compatible with field coats of coat-tar or asphalt enamels. The metal surfaces shall be clean, dry and free from grease before painting; or follower rings may also be coated with either type epoxy.

Contract No. C0981R Regional Connector Advanced Utility Relocations 4 ISSUED FOR BID 06/14/13

S-1015

GUARANTEE The contractor shall guarantee for a period of one year after delivery of the coupling that all equipment, materials and workmanship shall be of the coupling that all equipment, materials and workmanship shall be free from defects. He shall repair or replace all such defective equipment, materials or workmanship. FOB Los Angeles, California.

(END OF SPECIFICATIONS)

DEPT. CODE 13-13-175 (N-I) 4” STD 13-13-176 (I) 4” STD 13-13-177 (N-I) 46” OD 13-16-175 (N-I) 6” STD 13-16-176 (I) 6” STD 13-16-177 (N-I) 6” OD 13-17-175 (N-I) 8” STD 13-17-177 (N-I) 8” OD 13-18-175 (N-I) 10” STD 13-19-175 (N-I) 12” STD 13-19-176 (I) 12” STD

REVISED 4/2003

Contract No. C0981R Regional Connector Advanced Utility Relocations 5 ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

S-1032

DEPARTMENT OF WATER & POWER OF THE CITY OF LOS ANGELES

INFORMAL SPECIFICATIONS FOR

FABRICATION OF INSULATING JOINT ASSEMBLIES

SCOPE: These specifications cover the manufacture of insulating joints (IJ’s) used to electrically isolate two sections of pipe from each other.

The IJ’s shall be furnished to the dimension shown under 2.0 drawings shall be as last revised.

GENERAL REQUIREMENTS: A. National Standards: All ASTM, ASME, AWWA, API, AWS, NASE, SAE, and SSPWC Standards referred to herein shall be as last revised. In case of conflict, the Department’s specifications shall govern. B. Types: 1.) Type II Nipple to Nipple: Two short steel pipe nipples double fillet welded to full-faced slip-on flanges and bolted together using insulating g gaskets, bolt sleeves, and washers. The pressure rating for Type II IJ’s shall be 250 pounds per square inch (psi). See 2G for bolt hole drilling. 2.) Type II E Nipple to Bell (Cast Iron): A short steel pipe nipple double fillet welded to a full-faced slip-on flange and bolted to a C.I. flange bell adaptor using an insulating gasket, bolt sleeves, and washers. The pressure rating for Type II E IJ’s shall be 250 psi. See 2G for bolt holt drilling. 3.) Type I E Nipple to Bell (Ductile Iron Tyton): A short steel pipe nipple double fillet welded to a full-faced slip-on flange and bolted to a ductile iron flange and bell adaptor (Tyton) using insulating gasket, bolt sleeves, and washers. The pressure rating for theType I E IJ’s shall be 250 psi. See 2 G for bolt hole drilling.

C. Definitions: Under these specifications, the following definitions shall apply: 1.) Filler Metal: Filler metal is the metal to be added in making a weld. 2.) Fusion: Fusion is the melting together of a filler metal and base metal. 3.) Fillet Weld: Fillet weld is a weld approximately triangular in cross section joining two surfaces approximately at right angles to each other.

Contract No. C0981R Regional Connector Advanced Utility Relocations 1 ISSUED FOR BID 06/14/13

S-1032

C. Definitions continued: 4.) Insulating Gasket Set: An insulating gasket and insulating bolt sleeves and washers used to electrically isolate two pieces of pipe from each other. 5.) Nipple: A section of steel pipe 12 to 18 inches long depending on the pipe diameter and IJ Type. 6.) Mastic: A dielectric material used to cover and fill voids between heat shrinkable sleeve and the pipe, flange and bolts. 7.) Shielded Metal Arc Welding: An arc-welding process wherein coalescence is produced by heating with an electric arc between a covered metal electrode and the work. Shielding is obtained from decomposition of the electrode covering. Pressure is not used and filler metal is obtained from the electrode. 8.) Submerged Arc Welding: An arc-welding process wherein coalescence is produced by heating with an electric arc or arcs between a bare metal electrode or electrodes and the work. The welding is shielded by a blanket of granular, fusible material on the work. Pressure is not used and filler metal is obtained from the electrode or from a supplementary welding rod. 9.) Weld Neck: A unit made up of full-face slip-on flange double fillet welded to a nipple. D. Order of Frabrication and Assembly: 1.) Cut pipe into nipple lengths. 2.) Weld flanges to nipples. 3.) Hold for weld inspection. 4.) Flanges flat-faced, serrated and edges beveled (see DWG A9407) 5.) Sandblast units. 6.) Hold for inspection. 7.) Coat with fused thermosetting epoxy powder coating. 8.) Apply Asphalt-Primer on outside bare Steel Surfaces leaving 4-inch holdback. 9.) Apply Cement-Mortar Lining. 10.)Hold for inspection. 11.)Assemble two flange nipple units (weld necks) using the insulating gasket, bolt sleeves, washers, etc. Reference DWG A9367. 12.)Check Resistance. 13.)Encapsulate the assembly leaving a minimum 4-inch holdbacks. 14.)Apply epoxy putty inside surface of the IJ after the putty has cured leaving 4-inches holdback from end of pipe. 15.)Epoxy-coat the inside surface of the IJ after the putty has cured leaving 4-inches holdback from end of pipe.

Contract No. C0981R Regional Connector Advanced Utility Relocations 2 ISSUED FOR BID 06/14/13

S-1032

Fabrication and assembly shall be in accordance with drawings A9367 redrawn, A9407, A9407, A9417, A9148 and A9149 except 4 and 6 inch IJ’s shall have nipples 12-inches instead of 9-inches.

E. Material: All material shall be of quality specified. Physical defects that cannot be corrected so as to restore the designed strength shall be rejected.

F. Pipe: The steel pipe used to make the nipples shall be made of welded steel pipe ASTM A53, Type E, Grade A, except the wall thickness shall have a maximum allowable variation of –3% and +2% of the specified thickness. The wall thickness shall be of the standard weight class for diameter 4-through 12-inch.

G. Flanges: Flanges shall be the full-face slip-on type and shall meet the requirements ASTM A105.

After being double fillet welded to the pipe nipple, the flanges shall be flat-faced, serrated, and machined in accordance with Drawing A9407.

The flanges for Type II It’s shall have boltholes drilled in accordance with ANSI B16.5 - 300 psi.

Flanges for Type I E IJ’s shall have bolt holes drilled in accordance with ANSI B16.5 – 300 psi.

H. Nipples: The flanged nipple shall have the plain end of the nipple beveled for butt Welding.

I. Bolts for Flanges: Bolts (cap screws) for flanges shall meet the requirements of section 6.9 of ANSI B16.5.

J. Gaskets: Gaskets shall be full face nonconductive, cut to fit ANSI B16.5 slip-on welded flange. Materials for all gaskets shall be premium grade, red rubber, 1/8- inch thick “Ankorite” green label. Style 415, nonconductive, shore durometer of 75+5, rated to withstands 200 pounds of steam pressure. Gaskets shall be marked for identification.

Note: Garlock 22 does not meet these requirements.

K. Bolt Insulating Sleeves and Washers: The bolts shall be isolated from the flanges Using full length spiral-wound mylar insulating sleeves with two companion fabric reinforced insulating phenolic washers and tow steel back-up washers per sleeve.

The mylar sleeves shall have a dielectric strength of 4000 volts/mil.

Contract No. C0981R Regional Connector Advanced Utility Relocations 3 ISSUED FOR BID 06/14/13

S-1032

The phenolic washers shall have a dielectric strength of 500 volts/mil. And compressive strength of 26000 psi.

LINING AND COATING: A. Fused Thermosetting Epoxy Powder Coating: The requirements for coating steel flanged nipples 4-through 12-inch with 9- or 18-inch nipples and 4-through 12- inch cast iron or ductile iron flange to bell adaptors shall be in accordance with Drawing A9407 and the following: 1.) Drawing A9407 for fusion-bonded epoxy coating of the flanged nipples and flange to bell adaptors is a part of these specifications. 2.) Surface Preparation: The flange, inside the bolt holes and a two-inch section behind the flange, both, surfaces inside and outside then nipple or flanged to bell adaptor shall be sandblasted to a near white metal in accordance with Steel Structures Painting Council surface Preparation Specifications SSPC-SP10 or SNACE No. 2 near white finish. The entire inside surface of the adaptors shall be sandblasted. The flanges or adaptors shall then be heated to 400 F + 20 F. 3.) Coating: Immediately following removal from the preheating oven the sandblasted surface shall be coated with an electrostatically applied thermosetting epoxy powder, “Scotchkote 134” to a minimum thickness of 10 mils. Following the application of coating all units shall be post cured at 400 F + 20 F for a minimum of 20 minutes. 4.) Testing: All coated nipples or adaptors shall be holiday tested with a 67- 1/2 volt Tinker and Razor holiday detector. All holidays shall be repaired and the finished product shall be holiday free. The coating thickness shall be verified with a Mikrotest Magnetic thickness gauge. A Department inspector may witness these tests. 5.) Handling: Finished and tested flanges or adaptors shall be palletized in such a way that they can be easily loaded on trucks by the contractor and will not fall or bump together during transportation. The pallet shall have a pad between it and the coated nipples and adaptors.

B. Cement Mortar Lining: After the fused thermosetting epoxy powder coating has been applied the interior pipe surfaces shall be cement-mortar lined in accordance with AWWA C205, with the following 1.) Lining: The lining shall be beveled at the plain end of the pipe and also beveled at the flange end in accordance with Drawing A9367 redrawn. 2.) Cement: Cement shall meet the requirements of the Department’s Standard Specification G331, as last revised, for Portland Cement, Type II.

C. Epoxy Putty and Coating: 1.) Epoxy putty shall be Socco’s grey “Keysite” No. 742. 2.) Epoxy coating shall be Socco’s Keysite” No. 740.

Contract No. C0981R Regional Connector Advanced Utility Relocations 4 ISSUED FOR BID 06/14/13

S-1032

C. Epoxy Putty and Coating continued: 3.) Application: Apply and cure in accordance with Drawing A9367 and manufacturer’s written instructions.

D. Encapsulation: The insulating joint assembly shall have the flanges, including the bolt heads and nuts encapsulated as shown on drawing A9419.

The edge of the flanges shall be tape coated with Tape coat CT 10/40 W tape system.

E. Encapsulate Using One of the Following Systems: 1.) A dielectric mastic shall be placed around the bolts and enough excess used to fill all void created by the heat shrink covering. Apply the Raychem’s Shrink Fit Sleeve No. 70090/0, 32250 leaving minimum holdbacks of four inches. 2.) Band a form around the flanges so the form extends beyond the bolt heads, the nuts, and bolt ends. Fill all the hollows created by this form with AWWA C203 coal tar enamel. The edge of the flanges shall be tape coated as in 3.0.

F. Arc Welding Equipment. 1.) Machines: Generators and transformers shall be designed expressly for welding, capable of delivering substantially constant current, and be adjustable through a range ample for the requirements of the work. Generators and transformer shall be provided with devices for controlling the welding current and arc voltage and with meter syndicating the amount of each at all times. 2.) Automatic welding heads: Automatic welding heads with auxiliary handling equipment to provide control of electrode speed and welding arc shall be subject to the requirements of these specifications.

G. Filler Metal: The filler metal used in the automatic welding process shall be comparable to and compatible with the base material in its metallurgical properties and mechanical properties. Electrodes for manual welding shall meet the requirements of AWS 5.1, Classification E6010 or E70 low hydrogen series.

H. Ends of Sections: Ends of straight pipe shall have beveled ends for butt-welding.

I. Qualification for Welders and Welding Operator: 1.) All welders and welding operators shall be qualified under the applicable provisions of standard qualification procedure of the ASME Boiler and Pressure Vessel Code, Section IX, or AWS D1.1 Section 5 as last revised. 2.) The engineer will have the right at any time to call for and witness the making of test specimens by any welder in accordance with these specifications. The tests shall be at the contractor’s own expense.

Contract No. C0981R Regional Connector Advanced Utility Relocations 5 ISSUED FOR BID 06/14/13

S-1032

J. Welding Procedure Specifications: Welding procedure specifications shall be furnished to the engineer prior to the welding of the pipe. The specifications shall specify the type of plate edge preparation, welding method, arc-voltage arc-amperes, travel speed, wire size and type, flux type, and all other procedures necessary to make the weld.

K. Welding: 1.) All welds shall be made by a shielded metal arc-welding or submerged arc welding process. Where required by the engineer, inspection of the background area by the contractor shall be made by the Dye Penetrant Method and will be witnessed by the engineer. 2.) Each layer of welded metal shall be thoroughly cleaned before additional filler metal is applied to its surface. Finished joint shall be free from depressions, burrs, undercut edges, irregularities, and valleys. The inner surface of the pipe shall be free from burrs and other irregularities resulting from welding. 3.) The welding process shall produce complete fusion of base metal and filler metal, free from cracks, oxides, and gas pockets within the limits set forth under these specifications. 4.) When welding is interrupted, the weld shall be cleaned and flux redistributed before work is resumed.

Correction to Welds: 1.) Welds found deficient in dimensions, but not in quality, shall be enlarged by additional welding after thoroughly cleaning the surfaces of previously deposited metal and the adjoining plate. When subsequent work has made the weld inaccessible or has caused new conditions which would make such enlargement inadvisable, the original conditions shall be restored by removal of welds, members, or both before enlarging the deficient weld. 2.) A defective weld or a weld made contrary to the provisions of these specifications shall be removed and remade throughout its length. The defective weld shall be removed by chipping, cutting, or melting throughout its depth to clean base metal. The melting or chipping shall not extend into the base metal beyond the heat-affected zone. When more than 5 percent of the total length of original weld per pipe section is defective, the section will be rejected. 3.) Burnt metal resulting from melting shall be removed by chipping or grinding to expose clean sound metal. 4.) Overheated filler metal and overheated base metal adjoining it shall be removed and replaced by new filler metal properly applied. Plate damaged by overheating which cannot be satisfactorily repaired by filler metal shall be replaced. 5.) Repair welds shall be ground to the existing surface contours. M. Hand Welding: Fillet welds shall fully penetrate into the corner. Cut back of the plate edges of fillet welds shall not be done. Filler metal shall be deposited in successive layers so that there will be at least as many passes as there are complete multiplies of 1/8-inch in the plate thickness.

Contract No. C0981R Regional Connector Advanced Utility Relocations 6 ISSUED FOR BID 06/14/13

S-1032

N. Preparation of Ends of Pipe: 1.) Ends for Butt Welding: Ends of Pipe section for butt welds shall be prepared in Accordance with these specifications and as shown on the drawing.

O. Factory Inspection and Testing Insulating Joints: 1.) General: a. Any or all tests provided herein to determine compliance with these specifications shall be made under the supervision of and have the approval of the engineer as to compliance with these specifications. The contractor shall notify the engineer in advance of the manufacture or production of materials to be furnished under this contract to enable the engineer to arrange for mill or factory inspection or testing. Materials to be tested and inspected by the engineer shall not be released for shipment until they have satisfactorily passed the engineer’s inspection and test or until notice has been received from the engineer that such inspection and testing will not be required. The contractor shall also furnish to the engineer, three certified copies of all required factory and mill test reports. Any such tests or inspections shall not relieve the contractor of obligations under the contract all material furnished. The Department will bear all expenses of final acceptance tests excepting salaries and expenses of the manufacturer’s representatives during such tests.

b. The engineer shall be notified five calendar days prior to the start of fabrication including the start of any sub-contract work. IJ’s shall be fabricated only when the engineer is present. The engineer may waive continuous inspection and may elect to check after certain phases are finished. The hold point shall be indicated to the contractor by the engineer. c. The engineer will reject any or all IJ’s that do not meet the requirements of these specifications. d. The engineer shall have free access to those areas of all plants that furnish materials or perform work under these specifications. e. The contractor shall furnish the engineer reasonable facilities and space, without charge, for inspecting, testing, and obtaining information respecting the character of material used and the progress and manner of the work.

2.) Weld Tests of Steel Pipe: a. Tests: The test requirements shall be as follows: All welds shall be tested by an air test or ASTM dye check test.

Contract No. C0981R Regional Connector Advanced Utility Relocations 7 ISSUED FOR BID 06/14/13

S-1032

3.) Retest of Welds: Additional weld tests may be required should there by any indication that an unsatisfactory weld has been made. These weld tests shall be made and the results approved by the engineer as to compliance with these specifications prior to beginning another shift’s production.

Retest of welds shall be performed entirely at the contractor’s own expense and shall be made and approved before beginning the next shift’s production in accordance with the following:

a. Should any of the weld tests take from the shift’s production fail to meet any of the requirements of these specifications, one additional set of weld tests shall be made from each of the adjoining pipe sections. b. Should any of the additional tests fail to meet the requirements of these specifications, all pipe sections of that shift’s production run will be rejected. c. If the additional tests met the requirements of these specifications the remaining pipe of the shift’s production run shall be deemed acceptable. The original pipe may be reconditioned and resubmitted for inspection and additional tests shall be made on the original pipe.

4.) Inspection of the lined and Coated Insulating Joints:

a. General: The Department’s engineer shall at all times have the right to inspect the work in the course of the application of the lining and coating to the insulating joints and make such test from time to time as may be deemed advisable providing no delay in production of acceptable materials or equipment is caused thereby. The contractor shall furnish, at his own expense, reasonable facilities including tools and instruments for so doing and for obtaining such information, as the engineer desires respecting the progress and manner of the work and the character of the materials used. However final inspection will be made upon receipt at the Department’s specified receiving points, and if any materials or equipment do not meet the requirements of these specifications, the lot or any faulty portion thereof may be rejected. b. Before offering a lot for inspection, the manufacturer shall eliminate any portion, which is defective or does not meet the requirements of the specifications. All expense of the initial acceptance test will be borne by the Department. The expense of subsequent tests due to failure of material or equipment have been successfully inspected, tested, and accepted by the engineer shall not relieve the contractor of responsibility in the case of later discovery of flaws or defects. c. Coating System: Upon completion of each coating, each portion coated shall be inspected.

Contract No. C0981R Regional Connector Advanced Utility Relocations 8 ISSUED FOR BID 06/14/13

S-1032

d. Repairs: All holiday and other defects observed or holidays detected during inspection shall be repaired. e. The Department will recheck electrical isolation of the two halves. The electrical resistance shall be a minimum of 10 Meg OHMS.

NOTE: The parts may be dielectrically stressed to 600v/mil or maximum of 6000V.

5.) Delivery of the Cement-Mortar Lined and Coated Flanged Steel Pipe: The transporting and handling of the lined and coated IJ parts shall be in accordance with 3.0.(6)a. and (6)b.

6.) Shipping and Handling of Lined and Coated Insulating of Joints: a. The lined and coated IJ’s shall be handled, stored and shipped by the contractor in a manner that will prevent damage to the coating, lining, and ends. They shall be hoisted by means of wide belt slings. Chains, cables, tongs, or hooks or other devices likely to cause damage shall employ sufficient dunnage, covers, padding, and banding to preserve the integrity of the pipe coating during shipment to the point of receipt. b. Delivery of IJ’s: The IJ’s shall be braced and secured with shrink-wrap to prevent damage to the pipe during handling and delivery. The IJ’s shall be delivered on no deposit, non-returnable pallets. c. Finished IJ’s at Delivery Destination: 1.) All IJ’s that show dents, kinks, and injuries at the delivery destination will be subject to rejection. All IJ’s that have been dropped from a truck or crane prior to the completion of delivery will be subject to rejection. The contractor shall replace, at the contractor’s own expense, such rejected section with undamaged section or he may recondition the rejected section. 2.) IJ’s rejected because of substantial damage may be reconditioned but not by hammering, if the pipe can be returned to its design strength and specified characteristics. Pipe rejected because of gauges, scars, or other minor injuries shall be recondition so as to return the pipe to its design strength and specified characteristics in a manner approved by the engineer. Where reconditioning has required removal and replacement of a weld or reshaping by rolling, the reconditioned area shall be inspected by spot radiographs or retested hydrostatically by the contractor. 3.) IJ’s failing the electrical resistance requirements at the point of delivery will be rejected. The contractor shall replace or repair, at the contractor’s own expense, such rejected IJ’s

Contract No. C0981R Regional Connector Advanced Utility Relocations 9 ISSUED FOR BID 06/14/13

S-1032

(END OF SPECIFICATIONS)

DEPT. CODE DESCRIPTION SIZE 13-13-296 BELL/NIPPLE CI/ST1 4” 13-16-296 BELL/NIPPLE CI/ST1 6” 13-17-296 BELL/NIPPLE CI/ST1 8” 13-19-296 BELL/NIPPLE CI/ST1 12”

13-63-296 BELL/NIPPLE/DI/ST1 4” 13-63-296 BELL/NIPPLE/DI/ST1 6” 13-63-296 BELL/NIPPLE/DI/ST1 8” 13-63-296 BELL/NIPPLE/DI/ST1 12”

13-63-298 NIPPLE/NIPPLE ST1 4” 13-66-298 NIPPLE/NIPPLE ST1 6” 13-67-298 NIPPLE/NIPPLE ST1 8” 13-69-298 NIPPLE/NIPPLE ST1 12”

REVISED 4/2003

Contract No. C0981R Regional Connector Advanced Utility Relocations 10 ISSUED FOR BID 06/14/13

S-1040

DEPARTMENT OF WATER & POWER OF THE CITY OF LOS ANGELES

INFORMAL SPECIFICATIONS FOR

FABRICATION OF STEEL FLANGED NIPPLE ASSEMBLIES

SCOPE: These specifications cover the manufacture of steel flanged nipple assemblies. These items shall be furnished to the dimensions shown on Drawings A9233-1 or A9233-2 or A9233-3, and A9421.

GENERAL REQUIREMENTS: A. National Standards: All ANSI, ASTM, ASME, AWWA, API, AWS, NACE, and SSPWC Standards referred to herein shall be as last revised. In case of conflict, the Department’s specifications shall govern. B. Types: Type I – the pressure rating for Type I flanged nipple assemblies shall be 150 pounds per square inch (psi). Type II – the pressure rating for Type II flanged nipple assemblies shall be 300 pounds per square inch (psi). C. Definitions: Under these specifications, the following definitions shall apply: 1.) Butt Weld: Butt weld is a weld whose throat lies in a plane disposed approximately 90 degrees with respect to the surfaces of at least one of the parts joined. All butt welds shall be full penetration. 2.) Chief Engineer: The General Manager and Chief Engineer, the Assistant General Manager-Water, or the Assistant General Manager-Power, of the Department. 3.) Contractor: The person, firm, or corporation contracting with the Department for the work required, and the legal representatives of said party or the agent appointed to act for said party in the performance of the work. 4.) Department: The Department of Water and Power of the City of Los Angeles. 5.) Engineer: The General Manager and Chief Engineer, or his authorized representatives acting within the limits of the duties entrusted to them. 6.) Fillet Weld: Fillet weld is a weld approximately triangular in cross section joining two surfaces approximately at right angles to each other. 7.) Filler Metal: Filler metal is the metal to be added in making a weld. 8.) Flanged Nipple Assembly: A unit made up of a flat-faced steel flange butt or fillet welded to a nipple as per the attached drawings. 9.) Fusion: Fusion is the melting together of a filler metal and base metal.

Contract No. C0981R Regional Connector Advanced Utility Relocations 1 ISSUED FOR BID 06/14/13

S-1040

Definitions continued: 10.) Nipple: A section of steel pipe 9 to 18 inches long depending on the pipe diameter. 11.) Shielded Metal Arc Welding: An arc-welding process wherein coalescence is produced by heating with an electric arc between a covered metal electrode and the work. Shielding is obtained from decomposition of the electrode covering. Pressure is not used and filler metal is obtained from the electrode. 12.) Submerged Arc Welding: An arc-welding process wherein coalescence is produced by heating with an electric arc or arcs between a bare metal electrode or electrodes and the work. The welding is shielded by a blanket of granular, fusible material on the work. Pressure is not used and filler metal is obtained from the electrode or from a supplementary welding rod.

D. Order of Fabrication and Assembly: 1.) Cut pipe to nipple lengths. 2.) Butt or fillet weld flange to nipple. 3.) Inspect welds. 4.) Flat-face and serrate flange. 5.) Apply cement-mortar lining. 6.) Surface preparation and protective coating.

E. Material: All material shall be of the quality specified. Physical defects that cannot be corrected so as to restore the design strength shall be rejected.

F. Pipe: The steel pipe used to make the nipples shall be made of welded steel pipe ASTM A53, Type E, Grade A, or Grade B meeting the chemical requirements of Grade A, except the wall thickness shall have a maximum allowable variation of –3 percent and +2 percent of the specified thickness. The wall thickness shall be of the standard weight class for diameters 4- through 12-inch.

G. Flanges: Flanges shall be flat-faced steel and shall meet the requirements of ASTM A105 and ANSI B16.5.

All Fillet welded slip-on flanged nipple assemblies shall be machined true and serrated after welding. A flat serrated flange face is also mandatory on the but welded welding-neck flanged nipple assemblies; machining after welding may be necessary. No layback or draft is allowed on the flanges. Serrations shall be concentric, 1/16-inch deep and 1/32-inch apart. Machining shall be done in accordance with Drawing A9421.

Contract No. C0981R Regional Connector Advanced Utility Relocations 2 ISSUED FOR BID 06/14/13

S-1040

Flanges continued: Flanges for Type I flanged nipple assemblies shall have boltholes drilled in accordance with ANSI B16.5 standards for 150 psi.

Flanges for Type II flanged nipple assemblies shall have bolt holes drilled in accordance with ANSI B16.5 Standards for 300 psi.

WELDING REQUIREMENTS: A. Arc Welding Equipment: 1.) Machines: Generators and transformers shall be designed expressly for welding, capable of delivering substantially constant current, and be adjustable through a range ample for the requirements of the work. Generators and transformers shall be provided with devices for controlling the welding current and arc voltage with meters indicating the amount of each at all times. 2.) Automatic Welding Heads: Automatic welding heads with auxiliary handling equipment to provide control of electrode speed and welding arc shall be subject to the requirements of these specifications.

B. Filler Metal: The filler metal used in the automatic welding process shall be comparable to and compatible with the base material in its metallurgical properties and mechanical properties. Electrodes for manual welding shall meet the requirements of AWS 5.1, Classification E6010, or E7018 Low Hydrogen Series.

C. Ends of Sections: Ends of straight pipe shall have beveled ends for butt-welding.

D. Qualification for welders and welding operators: 1.) All welders and welding operators shall be qualified under the applicable provisions of standard qualification procedure of the ASME Boiler and Pressure Vessel Code, Section IX, or AWS D1.1 Section 5 as last revised. 2.) The Engineer will have the right at any time to call for and witness the making of test specimens by any welder in accordance with these specifications. The tests shall be at the Contractor’s own expense.

E. Welding Procedure Specifications: Welding procedure specifications shall be furnished to the Engineer prior to the welding of pipe. The specifications shall specify the type of plate edge preparation, welding method, arc voltage, arc amperes, travel speed, wire size and type, flux type, and all other procedures necessary to make the weld.

Contract No. C0981R Regional Connector Advanced Utility Relocations 3 ISSUED FOR BID 06/14/13

S-1040

F. Welding: 1.) All welds shall be made by a shielded metal arc welding or submerged arc-welding process. 2.) Each layer of welded metal shall be thoroughly cleaned before additional filler metal is applied to its surface. Filler metal shall be deposited in successive layers so that there will be at least as many passes as there are complete multiples of 1/8-iunch in the plate thickness. Finished weld bead shall be central to the seam and the finished joint shall be free from depressions, burrs, undercut edges, irregularities, and valleys. The inner surface of the pipe shall be free form burrs and other irregularities resulting from welding. 3.) The welding process shall produce complete fusion of base metal and filler metal, free from cracks, oxides, and gas pockets within the limits set forth under these specifications. 4.) When welding is interrupted, the weld shall be cleaned and flux redistributed before work is resumed.

G. Correction to Welds: 1.) Welds found deficient in dimensions, but not in quality, shall be enlarged by additional welding after thoroughly cleaning the surfaces of previously deposited metal and the adjoining plate. When subsequent work has made the weld inaccessible or has caused new conditions, which would make such enlargement inadvisable, the original conditions shall be restored by removal of welds, members, or both , before enlarging the deficient weld. 2.) A defective weld or a weld made contrary to the provisions of these specifications shall be removed and remade throughout its length. The defective weld shall be removed by chipping, cutting, or melting throughout its depth to clean base metal. The melting or chipping shall not extend into the base metal beyond the heat-affected zone. When more than 5 percent of the total length of original weld per pipe section is defective, the section will be rejected. 3.) Burnt metal resulting from melting shall be removed by chipping or grinding to expose clean sound metal. 4.) Overheated filler metal and the overheated base metal adjoining it shall be removed and replaced by new filler metal properly applied. Plate damaged by overheating which cannot be satisfactorily repaired by filler metal shall be replaced. 5.) Repair welds shall be ground to the existing surface contours. Where required by the Engineer, inspection of the background area by the Contractor shall be made by the liquid penetrate method and will be witnessed by the Engineer.

Contract No. C0981R Regional Connector Advanced Utility Relocations 4 ISSUED FOR BID 06/14/13

S-1040

6.) The liquid penetrate test shall be performed by the Contractor in accordance with the requirements specified in ASTM E 165, Method B. The materials used shall be Magnaflux Corporation Zyglo Fluorescent or Spotcheck or Met-L-Check Company Met-L-Check Company Met-L-Check Flaw-Findr.

H. Preparation of Ends of Pipe: 1.) Ends for Butt Welding: Ends of pipe sections and flanges for butt welds shall be prepared in accordance with these specifications and as shown on the drawings.

I. Factory Inspection and Testing of Steel Flanged Nipple Assemblies: 1.) General: Any or all tests provided herein to determine compliance with these specifications shall be made under the supervision of and have the approval of the Engineer as to compliance with these specifications. The Contractor shall notify the Engineer in advance of the manufacture or production of materials to be furnished under this contract to enable the Engineer to arrange for mill or factory inspection and testing. Materials to be tested and inspected by the Engineer shall not be released for shipment until they have satisfactorily passed the Engineers’ inspection and test or until notice has been received from the Engineer that such inspection and testing will not be required. The Contractor shall also furnish to the engineer, three certified copies of all required factory and mill test reports. Any such tests or inspections shall not relieve the Contractor of any obligations under the contract. The Contractor shall bear all expenses of all factory tests on all material furnished. The Department will bear all expenses of final acceptance tests excepting salaries and expenses of the manufacturer’s representatives during such tests.

The Engineer shall be notified five calendar days prior to the start of fabrication. Flanged nipple assemblies shall be fabricated only when the Engineer is present.

The Engineer will reject any or all flanged nipple assemblies that do not meet the requirements of these specifications.

The Engineer shall have free access to those area of all plants that furnish materials or perform work under these specifications.

The contractor shall furnish the Engineer reasonable facilities and space, without charge, for inspecting, testing, and obtaining information regarding the character of material used and the progress and manner of the work.

Contract No. C0981R Regional Connector Advanced Utility Relocations 5 ISSUED FOR BID 06/14/13

S-1040

2.) Weld Tests: a. Fillet Welded Flanges (slip-on): After welding, a visual, and a soap and compressed air test shall be used n the testing of double welded lap joints. This test shall be required by the Engineer on the first three flanged nipple assemblies of each size and run. After the above-mentioned test has been satisfactorily completed, the Contractor shall perform a soap and compress air test on every twentieth assembly.

For the soap and compressed air test, the Contractor shall drill two ¼-inch holes 180 degrees apart. One hole shall be tapped for air hookup and the other hole shall be used to verify that air is flowing throughout the welded joint. After the above verification has been made, the second holes shall be plugged and a 40-psi air test pressure shall be applied to each welded joint. While under the required pressure, every portion of every seam forming the joint shall be swabbed with a heavy soap solution or a commercial bubble- producing leak test fluid and then examined carefully for leaks. The Contractor at his own expense shall repair all weld defects by chipping out and welding the section and then shall retest the joint. The Contractor shall provide all equipment and materials for making the test and shall plug weld the holes after testing. b. Butt Welded Flanges: After welding, a visual and spot radiographic test method shall be used in the testing of butt welds.

A 100 percent radiographic test shall be required by the Engineer for the first three flanged nipple assemblies of each size and run. After the above-mentioned test has been satisfactorily completed, the Contractor shall perform a 100 percent radiographic test on every twentieth assembly. Procedures and interpretation shall be in accordance with ASME Boiler and Pressure Vessel Code, Section 8, Section I, Part UW51, with the exception that ASTM E 94, Type 1, industrial radiographic film shall be used.

3.) Retest of Weld: Additional weld tests may be required should there be any indication that an unsatisfactory weld has been made. These weld tests shall be made and the results approved by the Engineer as to compliance with these specifications prior to beginning another shift’s production.

Contract No. C0981R Regional Connector Advanced Utility Relocations 6 ISSUED FOR BID 06/14/13

S-1040

Retest of Weld continued: Retest of welds shall be performed entirely at the Contractor’s expense and shall be made and approved before beginning the next shift’s production in accordance with the following:

a. Should any of the weld tests taken from the shift’s production fail to meet any of the requirements of these specifications, two additional weld tests shall be made from two flanged and nipple assemblies of that run. b. Should any of the additional tests fail to meet the requirements of these specifications, all pipe sections of that shift’s production run will be rejected. c. If the additional tests meet the requirements of these specifications, the remaining pipe of the shift’s production run shall be deemed acceptable. The original pipe may be reconditioned and resubmitted for inspection and additional tests shall be made on the original pipe.

4.) Inspection of the Lined and Coated Steel Flanged Nipple Assemblies: a. General: The Engineer shall at all times have the right to inspect and coating to the flanged nipple assemblies and make such tests from time to time as may be deemed advisable providing no delay in production of acceptable materials or equipment is caused thereby.

The Contractor shall furnish, at his own expense, reasonable facilities including tools and instruments for so doing and for obtaining such information as the Engineer desires respecting the progress and manner of the work and the character of the materials used. However, final inspection will be made upon receipt at the Department’s specified receiving points, and if any materials or equipment do not meet the requirements of these specifications, the lot or any faulty portion thereof may be rejected.

Before offering a lot for inspection, the Contractor shall eliminate any portion, which is defective or does not meet the requirements of the specifications. All expense of the initial acceptance test will be borne by the Department. The expense of subsequent tests due to failure of materials or equipment first offered will be charged against the Contractor.

The fact that the materials or equipment have been successfully inspected, tested, and accepted by the Engineer shall not relieve the Contractor of responsibility in the case of later discover of flaws or defects.

Lining and Coating: A. Cement-Mortar Lining: After welding and machining, the interior pip surfaces shall be cement- mortar lined in accordance with AWWA C205, with the following modifications:

Contract No. C0981R Regional Connector Advanced Utility Relocations 7 ISSUED FOR BID 06/14/13

S-1040

Cement-Mortar Lining continued: 1.) Lining: The lining shall be brought flush with the plain end of the pipe and beveled at the flange end in accordance with attached Drawing A9421. The lining thickness shall be 3/16-inch, 1/32-inch for 4-10 inch nominal pipe diameters and as specified in AWWA C205 for 12-inch nominal pipe diameters. 2.) Cement: Cement shall meet the requirements of the Department’s Standard Specification G331 as last revised, for Type II Portland Cement. 3.) Sand: Sand shall meet the requirements of AWWA C205. 4.) Cleaning: Immediately prior to the application of the lining, the pipe shall be cleaned of all slime, dirt, loose rust, loose mill scale, and all other foreign materials. 5.) Finish: The mortar shall be distributed to a uniform thickness, with a smooth surface and a minimum of shrinkage. B. Surface Preparation and Protective Coating: After cement-mortar lining, the flange and the exterior of the pipe shall be cleaned of all dirt, loose mill scale, loose rust and all other foreign material and coated with a single coat metal primer (Koppers Bitumastic Jet-Set Primer or equal) in accordance with the manufacturers recommendation. The coating shall be held back four inches from the end of the nipple.

Shipping and Handling of Lined and Coated Flanged Nipple Assemblies: The lined and coated flanged nipple assemblies shall be handled, stored and shipped by the Contractor in a manner that will prevent damage to the coating, lining, and ends.

A. Handling: Finished flanged nipple assemblies shall be palletized in such a way that they can be easily loaded on trucks by the Contractor and will not fall or bump together during transportation. The pallet shall have a pad between it and the coated flanged nipple assemblies.

B. Finished Flanged Nipple Assemblies at Delivery Destination: All flanged nipple assemblies that show dents, kinks, damages at the delivery destination will be subject to rejection. All units that have been dropped from a truck or crane prior to completion of delivery will be subject to rejection. The Contractor shall replace, at the Contractor’s expense, such rejected section with an undamaged section or he may recondition the rejected section.

Contract No. C0981R Regional Connector Advanced Utility Relocations 8 ISSUED FOR BID 06/14/13

S-1040

Flanged nipple assemblies rejected because of substantial damage may be reconditioned by rolling or by pressure, but not by hammering, if the pipe can be returned to its design strength and specified characteristics. Pipe rejected because of gauges, scars, or other minor damages shall be reconditioned so as to return the pipe to its design strength and specified characteristics in a manner approved by the Engineer. Where reconditioning has required removal replacement of a weld or reshaping by rolling, the reconditioned area shall be inspected by 100 percent radiographs or retested hydrostatically by the Contractor as directed by the Engineer.

(END OF SPECIFICATIONS)

PIPE SIZE 150-PSI 300-PSI 4” 13-13-299 13-63-299

6” 13-16-299 13-66-299 13-66-297

8” 13-17-299 13-67-299 13-67-297

12” 13-19-299 13-69-299 13-69-297

ATTACHED DRAWINGS (4)

REVISED 4/2003

Contract No. C0981R Regional Connector Advanced Utility Relocations 9 ISSUED FOR BID 06/14/13 Spec. 276

PART F - DETAILED SPECIFICATIONS

DIVISION F1 - SPECIAL CONDITIONS

1. General: Under the terms of the contract, the Contractor shall furnish and deliver Ductile Iron Pipe and Rubber Gaskets ordered by the Department during the period of one year beginning with date of award of the contract, herein called the "original contractual period".

2. Agreed Purchase: The Department agrees to purchase Ductile Iron Pipe and Rubber Gaskets in the amount of 25 percent of the estimated amount of the contract (EAC). The EAC will be considered to be the sum total of the dollar amounts of all Items awarded to the Contractor during the original contractual period. The dollar amount under an Item will be considered to be the product or the sum of the products of the price or prices, quoted in the Proposal Schedule, times the assumed quantity or quantities for that Item during the original contractual period as specified under the Article titled "Comparison of Bids" of Division B1. In consideration of the above agreed purchase and as an additional consideration thereto, the Department, during the original contractual period and during each of the optional renewal periods, will have the option of purchasing up to a maximum amount of 125 percent of the EAC during each period. Said options will be exercised by the issuance and delivery to the Contractor of orders for any portion thereof by the Director of Supply Chain Services or by a duly authorized representative. 3. Delivery: The Contractor shall make deliveries only upon receipt of orders issued by the Director of Supply Chain Services or by a duly authorized representative. The Department reserves the right to specify in said orders the amount of deliveries at the location or locations described herein.

Contract No. C0981R Regional Connector Advanced Utility Relocations F1-1 ISSUED FOR BID 06/14/13 Spec. 276 DIVISION F1 SPECIAL CONDITIONS

The locations shall include the following:

CENTRAL DISTRICT 433 E TEMPLE ST LOS ANGELES CA 90012 WESTERN DISTRICT 5898 VENICE BLVD LOS ANGELES CA 90019 EAST VALLEY 12730 SATICOY ST N HOLLYWOOD CA 91324 WEST VALLEY 18141 LEMARSH ST NORTHRIDGE CA 91325 PIPE YARD 13001 SEPULVEDA BLVD SYLMAR CA 91342 HARBOR 950 W 1ST ST SAN PEDRO CA 90731 The Department requires delivery within 30 calendar days after date of such orders. Time is of the essence of the contract. In no case will bids be considered that offer delivery in excess of that specified. Deliveries shall be made between the hours of 8:00 a.m. and 3:00 p.m. only, Monday through Friday, holidays excepted.

4. Holidays: Recognized holidays shall be New Year's Day, Martin Luther King's Birthday, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day. If any of said holidays should fall on a Sunday, the following Monday shall also be considered a holiday; and if a holiday should fall on a Saturday, the previous Friday shall also be considered a holiday. 5. Printed Documents: All printed documents, including drawings and instruction books, if applicable, shall be in the English language. All units of measurement shall be in the foot-pound-second system.

Contract No. C0981R Regional Connector Advanced Utility Relocations F1-2 ISSUED FOR BID 06/14/13 Spec. 276 DIVISION F1 SPECIAL CONDITIONS

6. Option to Renew Contract : The Department will have the right and option to renew the contract as follows: a. For up to 2 additional periods of one year each.

b. If an option to renew is exercised, the first option will be exercised only during the original contractual period, and the second option will be exercised only during the first optional renewal period, if the first option is exercised. c. The first optional period will begin at the date of expiration of the original contractual period. The second optional renewal period will begin at the date of expiration of the first optional renewal period. d. The amounts guaranteed to be purchased during the original one year contractual period, and any additional purchases made during that same contractual period, will be deemed sufficient and adequate consideration for the Department to exercise the option to make purchases during any optional renewal period. The terms and conditions of the original contract will govern purchases made during the second or third year, except that the Department is not obligated to guarantee or to purchase any specific amounts or to purchase any of its requirements during any exercised optional renewal period. e. If any said option is exercised by the Department, it will be exercised by the issuance and delivery to the Contractor of an order therefore by the Director of Supply Chain Services. The contract executed for the original contractual period shall remain in effect for any such optional renewal period. 7. Shipment: All shipments shall be properly crated, boxed, packed, or otherwise protected to prevent damage in transit and in storage. Each fitting with male threads shall be protected with a plastic cap. Each package shall be plainly marked with the following: a. An identifying number which also shall appear on the bill of lading and other documents relating to shipment. b. Department's contract number, subpurchase order number, and Item number. c. Consignee's name and address as shown in the Proposal Schedule. d. Shipping weight.

Each package shall contain a detailed packing list, containing package and contract numbers, and a description of the

Contract No. C0981R Regional Connector Advanced Utility Relocations F1-3 ISSUED FOR BID 06/14/13 Spec. 276 DIVISION F1 SPECIAL CONDITIONS

contents, including quantities, part or unit identifications, and part numbers, if applicable. All deliveries by truck shall be capable of being unloaded from 3 sides of the truck bed with a forklift loader or from above with an overhead crane.

8. Hazardous Substances: The Contractor shall evaluate all substances, used in the materials or the equipment furnished, in accordance with the requirements of General Industry Safety Order 5194 of Title 8 of the California Code of Regulations and Division 5, Chapter 2.5 of the California Labor Code. The Contractor shall furnish a material safety data sheet (MSDS) for each hazardous substance and for each hazardous mixture of substances used. The MSDSs shall be furnished to the Department on or prior to the date of the first delivery of the materials or the equipment. If the specifications require that the Contractor furnish instruction books, the MSDSs shall also be included in such books.

9. Recycled-Content Products: In accordance with City of Los Angeles Ordinances 168313 and 170485, the Department supports the use of recycled-content products of all types. Recycled-content products help conserve natural resources, including water and energy, and reduce demands upon landfills. The Ordinances target the purchase of these items as follows: a. Paper (various products).

b. Compost and co-compost.

c. Glass.

d. Lubricating oil, Antifreeze.

e. Plastic.

f. Solvents and paint, including water-based.

g. Tires.

h. Building insulation.

i. Concrete- and cement-containing fly ash.

j. Automobile parts.

k. Rubber.

Contract No. C0981R Regional Connector Advanced Utility Relocations F1-4 ISSUED FOR BID 06/14/13 Spec. 276 DIVISION F1 SPECIAL CONDITIONS

l. Asphalt.

m. Batteries.

n. Aggregate rock.

o. Toner cartridges.

The Ordinances do not apply to motor vehicles, machinery, or electronic equipment, or to tin, aluminum, or copper. The recommended minimum amount of recycled content for each product is specified in the U.S. Environmental Protection Agency’s (EPA) Comprehensive Product Guide (CPG), which is updated annually. Department contracts for those products and commodities included on the CPG will be written using only recycled-content specifications. The Department may elect to mandate recycled-content levels above those stipulated by the EPA. “Closing the Loop” does not require the Department’s awarding authorities to “disregard product performance standards or guarantees such as efficiency, operating costs, availability, and other appropriate factors in determining the lowest responsive and responsible bidder.” Nothing in the Ordinances relieves the Contractor from providing a product that “meets all specifications and applicable performance standards.”

END OF DIVISION

Contract No. C0981R Regional Connector Advanced Utility Relocations F1-5 ISSUED FOR BID 06/14/13 Spec. 276

PART F - DETAILED SPECIFICATIONS

DIVISION F2 – DETAILED REQUIREMENTS

1. General: Ductile iron pipe and rubber gaskets shall be in accordance with these detailed specifications. 2. Standards:

a. ANSI/AWWA C104/A21.4, Standard for Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. b. ANSI/AWWA C111/A21.11, Standard for Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. c. ANSI/AWWA C151/A21.51, Standard for Ductile Iron Pipe, Centrifugally Cast, for Water. d. ASTM A536, Specification for Ductile Iron Castings. e. ASTM C 150, Standard Specification for Portland Cement. f. NSF/ANSI 61-2010a, Drinking Water Systems Components-Health Effects

3. Requirements: Ductile iron pipe shall be bell and spigot with push on rubber gaskets joints, cement mortar lining and asphaltic exterior coating. The ductile iron pipe and rubber gaskets shall be certified as meeting the specifications of NSF/ANSI 61-2010a. a. Pipe: The pipe shall be manufactured in accordance with ANSI/AWWAC 151/A21.51, and shall comply with the requirements of ASTM A536, Grade 60-42-10. (1) Pipe shall be furnished in nominal sizes of 4, 6, 8, 12, 16, 20, and 24 inches in diameter. (2) Pipe shall be thickness class 52 and have a minimum rated working water pressure of 350 psi. (3) Pipe shall have a minimum nominal laying length of 18 feet. A maximum of 20 percent of the total number of pipe of each size specified in an order may be provided in lengths that are as much as one foot shorter than the nominal laying length; an additional 10 percent may be provided in lengths that are as much as 6 inches shorter than the nominal laying length.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-1 ISSUED FOR BID 06/14/13 Spec. 276 DIVISION F2 DETAILED REQUIREMENTS

(4) Pipe bell and spigot configurations shall conform to Tyton Joint design by United States Pipe and Foundry Company. (5) Pipe shall be marked with the letters "DWP" in addition to the standard marking. (6) All ductile iron pipe shall be cast, cleaned, cement lined, coated, tested and certified at a single manufacturing facility. All manufacturing units shall be contiguous to one another. (7) For each order placed on this contract, the Contractor shall supply a minimum of 20 percent of each pipe size as Gauged Full Length.

b. Pipe Lining: The pipe shall be cement mortar lined in accordance with ANSI/AWWA C104/A21.4. The cement mortar lining shall be double thickness, shall have a smooth finish, and shall be thoroughly bonded to the interior pipe wall. The cement mortar lining shall not be seal coated. Application of the cement mortar lining shall be performed within one week of the pipe barrel being manufactured. (1) Cement: Portland cement shall meet the requirements of ASTM C 150. The free calcium oxide content shall not exceed 1.5 percent. Total alkalies, considered as the sum of the sodium oxide and potassium oxide, with the latter calculated and included as sodium oxide, shall not exceed 0.6 percent. (2) Preparation: Prior to lining, the surfaces shall be thoroughly cleaned and shall be free of blacking, graphite, grease, dirt, loose sand, rust, slag, flux, and any other foreign materials. (3) Curing: Curing shall commence after the mortar has set but not later than 12 hours after the application of the lining. The lining shall be cured in accordance with one of the following methods: (a) The steam curing method shall not begin sooner than 4 hours after application of the lining. Steam for curing shall be moist. The lining shall be cured a minimum of 16 hours prior to moving from the curing area. Steam temperatures shall not be less than 120F nor more than 150F. The interior lining shall be water cured for an additional 5 days after the initial steam cure, prior to shipping.

(b) The water curing method shall keep the entire surface of the lining wet throughout the entire curing period. The interior lining shall be water cured for 7 days prior to shipping.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-2 ISSUED FOR BID 06/14/13 Spec. 276 DIVISION F2 DETAILED REQUIREMENTS

(c) Any alternate curing method must be submitted to the Engineer for approval prior to manufacturing. c. Pipe Coating: After the pipe has been lined, the exterior surfaces of the pipe and inside of the bells shall be cleaned and then lightly sprayed or brushed with an asphaltic paint or other Engineer-approved coating, to a thickness of one-mil in accordance with the procedures described in ANSI/AWWA C151/A21.51. The coating shall be sufficiently thinned so it will dry without running. d. Rubber Gaskets: The rubber gaskets shall be Field Lok 350 push on gaskets for Tyton joints from United States Pipe and Foundry Company and shall meet the requirements of ANSI/AWWA C111/A21.11.

e. Lubricant: The joint lubricant shall be neutral to slightly alkaline and shall not contain any free acid. The lubricant shall be nontoxic, water soluble, and shall not impart a lingering, objectionable taste to the water. The lubricant shall be furnished in one-quart cans in the following minimum quantities with the pipe: Nominal Pipe One Quart for Size (Inches) Each (Feet) 4 600 6 450 8 300 12 200 16 135 20 100 24 90 4. Testing Records: Upon the Engineer’s request, records of quality control testing shall be furnished to the Engineer within 5 calendar days. 5. Inspection: The Engineer will have the right to inspect the work in the course of manufacture or fabrication and will make such tests from time to time as may be deemed advisable, provided such tests will cause no delay in the production of acceptable materials or equipment. However, final inspection will be made upon receipt at the Department's specified receiving points. If any material does not meet the requirements of these specifications, the lot or any faulty portion thereof may be rejected. The manufacturer shall provide certification in accordance with Section 5.1.1.2 of ANSI/AWWA C151/A21.51.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-3 ISSUED FOR BID 06/14/13 Spec. 276 DIVISION F2 DETAILED REQUIREMENTS

a. Surface Pitting: Any pipe having excessive pitting on the exterior surface will be rejected. Pitting will be measured by a pit depth gauge. Pitting will be considered excessive when it exceeds 20 percent of the wall thickness of the pipe or when the pitting exceeds 10 pits over a one square inch area. A pit is defined as a surface void caused by any foreign material or gas on the interior of the mold that displaces the molten iron during casting process that exceeds 10 percent of wall thickness in depth.

b. Notification: The Contractor shall notify the Engineer in advance of the start of manufacture or fabrication in accordance with the following: (1) Not less than 5 calendar days prior to start of work when the place of manufacture or fabrication is less than 200 driving miles from downtown Los Angeles. (2) Not less than 14 calendar days prior to start of work when the place of manufacture or fabrication is greater than 200 driving miles from downtown Los Angeles. (3) Not less than 28 calendar days prior to start of work when the place of manufacture or fabrication is outside the continental United States. The notification shall include the contract number and the contract title. Should the Engineer elect to waive the right of inspection, the Engineer will promptly inform the Contractor.

c. Travel Costs: When the place of manufacture or fabrication is outside the continental United States, the Contractor shall reimburse the Department for all costs of travel, meals, and lodging, including weekends and holidays, for the Engineer. The Contractor shall reimburse the Department for one unrestricted round-trip airfare per inspector, for 2 inspectors to perform inspection up to 3 times per year.

6. Handling: Care shall be taken during all stages of manufacturing, packaging and delivery to prevent damage to the pipe. At no time shall pipe or other material be placed inside of the pipe.

7. Packaging: Pipe in 4-inch through 12-inch sizes shall be packaged in bundles. Spigot and bell ends shall alternate so that bell ends are not adjacent to each other. The number of pipe sections and layers in each bundle shall be in accordance with the following table:

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-4 ISSUED FOR BID 06/14/13 Spec. 276 DIVISION F2 DETAILED REQUIREMENTS

Nominal Pipe No. of Pipe No. of Size (Inches) Sections in Bundle Layers 4 16 2 6 10 2 8 8 2 12 3 1 The bottom layer of pipe shall rest on two boards placed parallel to each other at right angles to the length of the bundle. The boards shall be at least 10 feet apart, but no more than 12 feet apart, center-to center, approximately equidistant from the ends. Bundles with more than one layer of pipe shall have two boards placed between the layers. Wedge shaped chock blocks shall be securely nailed to the top side of each end of each board. Two steel straps, not less than 1-1/4 inches wide and 0.030-inch thick, shall be placed around the entire bundle and securely fastened with a crimped metal seal. Each strap shall encircle the bundle in such a manner as to hold the boards and the chocks in place. All boards shall have a minimum nominal cross section of 4 inches by 4 inches.

ANSELMO G. COLLINS Acting Director of Supply Chain Services

END OF DIVISION

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-5 ISSUED FOR BID 06/14/13

Department of Water & Power of The City of Los Angeles

STANDARD SPECIFICATIONS Spec. W 249-R2 For (Revised )

PIPE: AWWA SIZE, DUCTILE IRON, WATER, RUBBER GASKET JOINT, CEMENT-MORTAR-LINED, Supercedes 4-INCH THROUGH 24-INCH Spec. W 249-R1 ______

1. Scope: These specifications cover ductile iron, bell-and-spigot, cement-mortar-lined, AWWA size water pipe with single rubber gasket push-on joint.

2. National Standards:

a. Revision: All ANSI, ASTM, and AWWA Standards referred to herein shall be as last revised. In case of conflict, the Department's specifications shall govern.

b. Material: Ductile iron water pipe shall meet the applicable requirements of ANSI A21.51 (AWWA C151) and ASTM A 536, Grade 60-42-10, except as modified herein.

c. Cement-Mortar Lining: The cement-mortar lining of the ductile iron pipe shall meet the requirements of ANSI A21.4 (AWWA C104), except as modified herein.

d. Rubber Gaskets: Rubber gaskets shall meet the requirements of ANSI A21.11 (AWWA C111), except as modified herein.

3. Pressure, Dimensions, and Weights: Pipe shall conform to size, rated working water pressure, dimensions, and weights set forth in Drawing A 9380, and in the table below.

TABLE OF RATED WORKING WATER PRESSURE, DIMENSIONS, AND WEIGHTS Nominal Diameter of Pipe (Inches)______

4 6 8 12 16 20 24 Rated working water pres- sure...psi 250 250 250 250 250 250 250

Thickness of pipe...in 0.29 0.31 0.33 0.37 0.37 0.39 0.44

*Outside dia- meter of pipe barrel...in 4.80 6.90 9.05 13.20 17.40 21.60 25.80

Contract No. C0981R Regional Connector Advanced Utility Relocations - 1 - ISSUED FOR BID 06/14/13 Std. Spec. W 249-R2 ______

continued on next page...

TABLE OF RATED WORKING WATER PRESSURE, DIMENSIONS, AND WEIGHTS Nominal Diameter of Pipe (Inches)______

4 6 8 12 16 20 24

Minimum bell thickness at shoulder..in 0.29 0.31 0.33 0.37 0.40 0.42 0.44

Depth of bell...in 3.15 3.38 3.69 3.75 5.00 5.00 5.00

Nominal weight per foot of barrel of pipe...lb 12.6 19.6 27.7 45.6 60.6 79.5 107.3

Minimum weight of bell...lb 8.0 13.0 18.0 29.0 57.0 74.0 90.0

Hydrostatic test pres- ure.....psi 500 500 500 500 500 500 500

4. Lengths:

a. Pipe shall have a nominal laying length of 18 feet. Actual pipe lengths shall vary 3 to 5 inches longer than the nominal length to produce the specified laying length.

b. The number of pieces of cut pipe shall not exceed 20 percent of the total pieces of each shipment. Cut pipe shall be not more than one foot shorter than the nominal laying length. Hash marks shall be painted at the end of the bell indicating the number of inches each pipe section is short of nominal laying length. One hash mark shall be used for each 3 inches. Payment for the cut lengths will be adjusted accordingly.

5. Spigot End: The spigot end of the pipe shall be beveled as shown on Drawing A 9380.

6. Tolerance in Diameter: The inside diameter of the bells and the outside diameter of the spigot ends shall not vary from tolerance dimensions shown on Drawing A 9380.

7. Rubber Gaskets: Gaskets shall be constructed with a soft rubber bulb and a harder rubber heel joined in a strong

Contract No. C0981R Regional Connector Advanced Utility Relocations - 2 - ISSUED FOR BID 06/14/13 Std. Spec. W 249-R2 ______

vulcanized bond. Detailed requirements shall be as shown on Drawing B 5087 and as follows:

a. Bulb and Heel Requirements:

(1) Material: The gaskets shall be fabricated from a compound of first quality new SBR (Styrene Butadiene Rubber).

(2) Physical Tests: Test specimens shall be obtained from finished gasket or from the compound meeting the requirements of ASTM D 15 except that all durometer readings and accelerated aging test specimens shall be taken from finished gaskets.

Physical Test_____ ASTM Bulb Test Min or Max Requirements Method

Tensile Strength 2000 psi, min, on specimen D 412 from finished gasket

Elongation 450%, min D 412

Durometer (Shore A) 53 ±5 at 76F Ï6F on D 2240 finished gasket

Accelerated Aging 40% max deterioration in tensile strength and elongation (test specimens of 0.020-inch min to 0.08-inch max thickness cut with die "B" except on small gaskets where die "C" may be used) 5 points max increase in hardness. All determin- ations after 96 hrs at 158F and 300 psi oxygen pressure.

Compression Set 20% max after 22 hrs at 158F D 395

Water Absorption -0 to +7% increase in D 471 weight after 7 days at 212F

Contract No. C0981R Regional Connector Advanced Utility Relocations - 3 - ISSUED FOR BID 06/14/13 Std. Spec. W 249-R2 ______

Physical Test_____ ASTM Heel Test Min or Max Requirements Method

Tensile Strength 1200 psi, min D 412

Elongation 275%, min D 412

Durometer (Shore A) 83 ±5 at 76F Ï6F on D 2240 finished gasket

Accelerated Aging 5 points max increase in hardness after 96 hrs at 158F and 300 psi oxygen pressure

Compression Set None required

Water Absorption -0 to +15% increase in weight D 471 after 7 days at 212F

c. Rubber Compounds: Rubber compounds shall contain anti-ozonants in sufficient amounts to make the gaskets resistant to ozone cracking; and in addition, the bulb shall meet the following test requirement. Sample finished gasket for test shall be selected at random and loop mounted to give approximately 20 percent elongation of the outer surface of the bulb. Heel elongation shall be approximately 10-16 percent.

Physical Test_____ ASTM Test Min or Max Requirements Method

Ozone Cracking No cracking of the gasket bulb D 1149 after 25 hrs exposure in 50 P/HM ozone concentration at 100F

d. Low Temperature Test Requirements: The bulb shall meet the following 94-hour and 30-day low temperature test requirements. Test specimens shall be obtained from finished gaskets.

Contract No. C0981R Regional Connector Advanced Utility Relocations - 4 - ISSUED FOR BID 06/14/13 Std. Spec. W 249-R2 ______

Physical Test_____ ASTM Test Min or Max Requirements Method

Low Temperature 30 percent compression set D 1229 after 94 hrs at -20F and 24 hr recovery at the test temperature

Compression Set 35 percent max compression D 395 set after 30 days at -20F and 24 hr recovery at the test temperature

e. Identification: The size Tyton joint and A-B bell, the manufacturer's mark and date, and the mold and cavity number shall be molded on the gasket as shown on Drawing B 5087.

The lettering shall be 0.02 inch in relief and 0.10 inch high and located at 1/3 points on the circumference.

8. Lubricant: The joint lubricant shall be a soft soap lubricant compounded from nonrancid vegetable oil and caustic potash. The compound shall be neutral to slightly alkaline and shall contain no free acid. The lubricant shall be nontoxic, water soluble, and shall not impart a lingering, objectionable taste to the water. The lubricant shall not deteriorate rubber and shall be noncorrosive to iron. The consistency and texture of the lubricant shall permit easy application to surfaces of the rubber gasket and the spigot end of the pipe. The lubricant shall be furnished in one-quart cans in the following minimum quantities with the pipe:

One Quart of Nominal Pipe Lubricant for Diameter (Inches) Each (Feet)_

4 600

6 450

8 300

12 200

16 135

20 100

24 90

Contract No. C0981R Regional Connector Advanced Utility Relocations - 5 - ISSUED FOR BID 06/14/13 Std. Spec. W 249-R2 ______

9. Test Reports:

a. The Contractor shall furnish 3 copies of all test reports covering results of all tests performed on pipe.

b. Upon request, the Contractor shall furnish 3 certified copies of the test showing the physical properties of the rubber gasket material.

c. All test reports shall be accompanied by a letter of transmittal to the Stores Superintendent, General Services Division, Department of Water and Power, 410 Ducommun Street, Los Angeles, California 90012.

* 10. Lettering: In addition to the requirements of ANSI A21.51, Sec. 51-10, each length of pipe shall have "LA 250" or "LAWS 250" cast upon the face of the bell in raised or indented letters and number that can be read easily. If it is impossible to cast the characters on the face of bell, the characters may be cast on or near the bell. Letters or numbers shall not be stamped.

11. Handling: Care shall be taken in handling the pipes not to injure the coating as required in ANSI A21.51, Subsection 51-8, and no pipes or other material shall be placed in the pipes during transportation or at any time after they have been coated and cement lined.

12. Cement-Mortar Lining:

a. General: Interior surface of each piece of ductile iron pipe with the exception of the bells shall be cement-mortar-lined in accordance with ANSI A21.11 with the following modification:

The cement-mortar lining thickness shall be in accordance with ANSI A21.11, Subsection 4-10.2, Double Thickness, as follows:

(1) 4-Inch Through 12-Inch Diameter: 1/8 inch with a plus tolerance of 1/8 inch.

(2) 16-Inch Through 24-Inch Diameter: 3/16 inch with a plus tolerance of 1/8 inch.

Lining shall be full thickness to the end of the spigot and to the seat of the bell or shall be tapered for a length of not more than 2 inches. Cement-mortar lining shall

Contract No. C0981R Regional Connector Advanced Utility Relocations - 6 - ISSUED FOR BID 06/14/13 Std. Spec. W 249-R2 ______

have a smooth finish, shall be dense, thoroughly compacted, and shall be bonded to the metal surface.

b. Portland Cement:

(1) General: The portland cement shall meet the requirements of ASTM C 150, Type II, except as modified and supplemented herein.

(2) Free Calcium Oxide: The free calcium oxide content shall not exceed 1.5 percent for cement.

(3) Total Alkalies - Sodium Oxide and Potassium Oxide: The total alkalies, considered as the sum of the sodium oxide and potassium oxide, with the latter calculated and included as sodium oxide, shall not exceed 0.6 percent.

c. Cement Samples: Prior to lining pipe, cement to be used shall be approved by the Department as to compliance with these specifications. One-pound test samples of cement for testing shall be shipped in airtight cans to the Material Testing Laboratory, Water System, Department of Water and Power, 510 East Second Street, Los Angeles, California 90012.

d. Mortar: The mortar mixture shall be not leaner than 3 parts sand and one part cement by loose volume.

e. Preparation of Pipe for Lining: The surfaces to be lined shall be thoroughly cleaned and free from blacking, graphite, grease, dirt, loose sand, rust, slag, flux, or other deleterious material. The surfaces shall be free from projections of iron which might reduce the thickness of the lining.

f. Curing: The pipe lining shall be cured by keeping the lining moistened until the required hardness is attained or by application of liquid membrane forming compounds for curing concrete. During the moisture curing, both ends of the pipe shall be covered with an impermeable membrane, burlap, or other means that will maintain a moist, saturated atmosphere inside the pipe. The lining and burlap shall be kept moistened until the required hardness has been attained. Steam curing obtaining equal results may be done. If the seal-coat method is used, the seal-coat compound shall meet the requirements of ASTM C 309, Type I. The curing compound material shall be applied at a rate of approximately 200 square feet per gallon.

13. Coating: After the pipe is cement lined, the exterior surface of the pipe and the inside of the bells shall be cleaned and then very lightly sprayed or brushed with a coal- tar-pitch paint or other acceptable coating in accordance with

Contract No. C0981R Regional Connector Advanced Utility Relocations - 7 - ISSUED FOR BID 06/14/13 Std. Spec. W 249-R2 ______

ANSI A21.51 (AWWA C151), Subsection 51-8.1. The coat of paint shall be sufficiently thin so that it will dry without running.

14. Inspection:

a. The Department's Engineer shall at all times have the right to inspect the work in the course of manufacture and make such tests from time to time as he may deem advisable, providing no delay in production of acceptable materials or equipment is caused thereby. The Contractor shall furnish, at his own expense, reasonable facilities including tools and instruments for so doing and for obtaining such information as the Engineer desires respecting the progress and manner of the work and the character of the materials used. However, final inspection will be made upon receipt at the Department's specified receiving points; and, if any materials or equipment do not meet the requirements of these specifications, the lot or any faulty portion thereof may be rejected.

b. Before offering a lot for inspection, the manufacturer shall eliminate any portion which in his opinion is defective or does not meet the requirements of the specifications. All expense of the initial acceptance test will be borne by the Department. The expense of subsequent tests due to failure of materials or equipment first offered will be charged against the Contractor. The fact that the materials or equipment have been successfully inspected, tested, and accepted by the Engineer shall not relieve the Contractor of responsibility in the case of later discovery of flaws or defects.

c. The Contractor shall notify the Stores Superintendent, General Services Division, 410 Ducommun Street, Los Angeles, California 90012, Telephone Number (213) 481-4927 not less than 5 days prior to the start of manufacture. Should the Engineer elect to waive his right to inspection, he will promptly notify the Contractor.

d. Hardness of Lining: The cement-mortar lining of not less than 80 percent of the number of pieces of pipe furnished hereunder shall have a hardness reading of not less than 4, and the cement-mortar lining of the balance of the pipe shall have a hardness of not less than 3 as determined by the Department's hardness tester which is available to the bidder or the Contractor upon request.

e. Hardness Test: Scratch test shall be made on three 6-inch longitudinal lines spaced approximately 120 degrees apart at each end of the pipe tested. The hardness shall be the highest reading of the Department's hardness tester which does

Contract No. C0981R Regional Connector Advanced Utility Relocations - 8 - ISSUED FOR BID 06/14/13 Std. Spec. W 249-R2 ______

not produce a furrow over 1/64 inch deep at any point in a line when it is perpendicular to the surface tested.

15. Packaging: Pipe in 4-inch through 12-inch sizes shall be packaged in bundles. Spigot and bell ends shall alternate so that bell ends are not adjacent to each other. The number of pipe sections and layers in each bundle shall be in accordance with the following table:

Nominal Pipe No. of Pipe No. of Size (Inches) Sections in Bundle Layers

4 16 2

6 10 2

8 8 2

12 3 1

The bottom layer of pipe shall rest on 2-inch by 6- inch boards placed parallel to each other at right angles to the length of the bundle. The boards shall be 10 feet-8 inches apart center-to-center, approximately equidistant from the ends. Bundles with more than one layer shall have two 2-inch by 6-inch boards placed between the layers. Wedge-shaped chock blocks shall be securely nailed to the top side of each end of each 2- inch by 6-inch board. Two steel straps, at least 1-1/4 inches wide and 0.030 inch thick, shall be placed around the entire bundle and securely fastened with a crimped metal seal. These straps shall encircle the bundle in such a manner as to hold the 2-inch by 6-inch pieces and the chocks in place. Bundles of 4- inch, 6-inch, and 8-inch pipe shall be sufficiently longer than the pipe so the bells of the bottom row of pipe will permit the pipe on the upper row to be rolled without interference between the bells. All bundles of the same size pipe shall be formed alike so that when the bundles are stacked one upon another there will be vertical lines of alternating bells and spigots at the ends of the bundles.

Note: Asterisk (*) indicates change in the paragraph.

(END OF STANDARD SPECIFICATIONS)

Contract No. C0981R Regional Connector Advanced Utility Relocations - 9 - ISSUED FOR BID 06/14/13 Std. Spec. W 249- R2

Contract No. C0981R Regional Connector Advanced Utility Relocations Appendix - 0 ISSUED FOR BID 06/14/13 Spec. 447

PART F - DETAILED SPECIFICATIONS

DIVISION F2 - DETAILED REQUIREMENTS

1. Scope: The Contractor shall furnish and deliver welded steel pipe for water distribution in 4-inch, 6-inch, 8-inch, 12-inch, 16-inch, and 24-inch nominal diameters, and will be ordered under the contract items specified in Division C2.

The pipe shall be furnished in nominal 20-foot lengths, with cement mortar lining, polyolefin dielectric undercoating, and reinforced cement mortar overcoating. One end of each pipe section shall be belled to provide slip joints for field welding. Source pipe shall be mill manufactured or fabricated from steel plate or coil in accordance with these specifications. The pipe diameters and wall thicknesses shall be as follows:

Nominal Outside Pipe Wall Diameter Diameter Thickness (Inches) (Inches) (Inches)

4 4-1/2 0.237 6 6-5/8 0.250 8 8-5/8 0.250 12 12-3/4 0.250 16 16 0.250 24 24 0.375

2. Definitions: Welding terms and definitions used in this Division shall be in accordance with ANSI/AWS A3.0. In addition, the following definitions shall apply:

a. Spiral Seam Pipe: Welded steel pipe in which the longitudinal weld seam forms a helix on the barrel of the pipe.

b. Straight Seam Pipe: Pipe in which the longitudinal weld seam is parallel to the axis of the pipe.

c. Production Weld: Any weld produced by automatic welding or hand welding during fabrication.

3. National Standards: All standards and specifications referred to in these specifications shall be as last revised, unless stated otherwise in these specifications. In case of conflict, the Department's specifications shall govern.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-1 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

a. ASME Boiler and Pressure Vessel Code:

(1) Section V, Nondestructive Examination.

(2) Section VIII, Pressure Vessels, Division 1, Rules for Construction of Pressure Vessels.

(3) Section IX, Qualifications Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators.

b. ASTM A36, Specification for Carbon Structural Steel.

c. ASTM A53, Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless.

d. ASTM A82, Specification for Steel Wire, Plain, for Concrete Reinforcement.

e. ASTM A181, Specification for Forgings, Carbon Steel for General Purpose Piping.

f. ASTM A185, Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement.

g. ASTM A283, Specification for Low and Intermediate Tensile Strength, Carbon Steel Plates.

h. ASTM A516, Standard Specification for Pressure Vessel Plates, Carbon Steel, for Moderate- and Lower-Temperature Service.

i. ASTM A1011, Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, and High-Strength Low-Alloy With Improved Formability.

j. ASTM A1018, Specification for Steel, Sheet and Strip, Heavy-Thickness Coils, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, Columbium or Vanadium, and High-Strength Low-Alloy with Improved Formability.

k. ASTM C33, Standard Specification for Concrete Aggregates.

l. ASTM C109, Test Method for Compressive Strength of Hydraulic Cement Mortars.

m. ASTM C150, Specification for Portland Cement.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-2 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

n. ASTM C685, Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing.

o. AWS A5.1, Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding.

p. AWS A5.20, Specification for Carbon Steel Electrodes for Flux Cored Arc Welding.

q. AWS D1.1, Structural Welding Code - Steel.

r. AWS D10.9, Specification for Qualification of Welding Procedures and Welders for Piping and Tubing

s. NSF/ANSI 61, Drinking Water System Components - Health Effects.

t. AWWA C205, Cement-Mortar Protective Lining and Coating for Steel Pipe – 4 inches and Larger - Shop Applied.

u. AWWA C215, Extruded Polyolefin Coatings for the Exterior of Steel Water Pipelines.

v. NACE, RP-02-74, High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation.

w. SSPC, SP-1, Solvent Cleaning.

x. SSPC, SP-5, White Metal Blast Cleaning.

y. SSPC, SP-10, Near-White Metal Blast Cleaning.

4. Drawings: The following drawings are a part of these specifications:

a. A-3821 Welded Slip Joints

b. A-1867 Weld Test Specimens

5. Inspection:

a. General: All production and testing shall be performed under supervision of the Engineer. Materials shall not be released for shipment until it has been inspected. The Contractor shall furnish 3 certified copies of all required factory and mill test reports.

The Contractor shall bear expenses of all factory tests, material and tools required for testing. The Contractor shall furnish the Engineer with facilities, samples, information,

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-3 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

and proper access authority for inspection and tests. However, final inspection will be made upon receipt at the Department's specified receiving points.

The additional inspection expense due to failure of materials or equipment after first inspection will be charged against the Contractor. The fact that the materials or equipment have been successfully inspected, tested, and accepted by the Engineer shall not relieve the Contractor of responsibility in the case of later discovery of flaws or defects.

b. Notification:

(1) Onsite Work: Wherever a test or inspection is required before starting any work activity, a phase thereof, or work by a different craft, the Contractor shall notify the Engineer in writing not less than 2 working days in advance, unless otherwise specified in the Detailed Specifications.

(2) Offsite Work: Unless otherwise specified in the Detailed Specifications, when items are to be tested or shop- fabricated, plant inspection shall be scheduled by contacting the Engineer in writing within the following time frames. The written notification shall include a schedule of activities on a daily basis. This notification requirement also applies when work is performed in phases or is interrupted.

(a) Not less than 5 calendar days prior to start of work when the fabrication shop is less than 200 driving miles from downtown Los Angeles.

(b) Not less than 14 calendar days prior to start of work when the fabrication shop is greater than 200 driving miles from downtown Los Angeles and within the continental United States.

(c) Not less than 28 calendar days prior to start of work when the fabrication shop is outside the continental United States.

(d) When the fabrication shop is greater than 200 driving miles from downtown Los Angeles, the Contractor shall reimburse the Department for all costs of travel, visa document fee, per-diem meals, and lodging, including weekends and holidays, for the Engineer. For each 14-calendar day period that plant inspection is required, the Contractor shall reimburse the Department for one unrestricted round-trip airfare per inspector.

Failure to give written notice prior to doing work will require the removal and replacement of the work without

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-4 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

additional cost to the Department if the Engineer cannot fully inspect all parts of the work to determine whether or not the work complies with these specifications. c. QA Staging Inspection: The Engineer will perform visual inspection of each pipe to authorize delivery. No material shall be delivered without authorization.

(1) The Contractor shall provide a covered staging facility within 100 miles of downtown Los Angeles, to hold all material for inspection prior to delivery.

(2) LADWP will perform the visual inspection of each pipe ordered at the Contractor’s material staging facility.

(3) The Contractor’s material staging facility shall be the only LADWP inspection point where authorization for delivery will be given.

(4) Not less than 14 calendar days prior to staging the order, the Contractor shall notify the Engineer that the pipe ordered is available for inspection at their material staging facility.

(5) The Contractor shall provide the name and address of the material staging facility at the time of bid as specified in Division C3.

(6) The Engineer may elect to waive the inspection that is to be performed at the staging facility. The Engineer will notify the Contractor during the 14 days noted in this article.

6. Stulling Assemblies: The 24-inch diameter pipe shall have stulling installed inside the pipe to maintain the pipe’s shape during shipping and storage. Assembly members shall be Douglas fir No. 2 or better, minimum 4”x4” in size at maximum spacing of 8’-0” on center, and shall consist of the following:

a. Stulls: Two radial posts, crossing and connected at midpoints at an angle of 90 degrees. Each end of the stulls shall be attached to the center of a brace block.

b. Brace Blocks: Beams attached perpendicular to a stull placed against the inside surface of the pipe, aligned parallel to the axis of the pipe.

7. Delivery: Deliveries of steel pipe shall be made on flatbed trucks only. No cargo container delivery is allowed. All shipment delivered by truck shall be capable of being unloaded from 3 sides of the truck bed with a forklift loader or from above with a crane.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-5 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

8. Qualification of Welders : All welders and welding operators shall be qualified in accordance with the ASME Boiler and Pressure Vessel Code, Section IX.

a. There are no prequalified welding procedures except for fillet welds.

b. Provide supporting Procedure Qualification Records (PQR) with each Welding Procedure Specification (WPS).

c. Perform WPSs and PQRs in accordance with the ASME Boiler and Pressure Vessel Code, Section IX.

d. Each welder shall be annually tested in the Engineer’s presence to demonstrate the ability to produce welds in compliance with these specifications.

e. The Engineer may require additional test plates as the work progresses, and the Engineer may remove from the project any welder whose work is unsatisfactory, regardless of the quality of their test welds.

9. Materials:

a. General: Steel shall be continuous cast, fully killed, fine grain. Material or pipe with scars or damage from hammering, pits greater than one-inch in diameter and deeper than 1/16 inch, laminations greater than 1/32 inch in depth, or any other physical defects shall not be used. The measured thickness of steel plate shall not be less than the specified thickness by more than 0.010 inch.

b. Mill-Manufactured Steel Pipe:

(1) Mill-manufactured (Mill) pipe shall be electric-resistance-welded pipe meeting the requirements of ASTM A53, Type E, grade A. Grade B will be accepted if it meets the chemical requirements of Grade A. Mill pipe shall have factory markings of heat number for traceability. The following exceptions to ASTM A53 shall apply:

(a) The pipe wall thickness, as measured on inspection, shall neither be less than 5 percent nor greater than 5 percent of the pipe wall thickness as specified in the order.

(b) Perform additional tests for each size of pipe, when furnished in quantities in excess of 1,000 feet. Test per the requirements of applicable pipe specifications. The location of test sample shall be selected by the engineer.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-6 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

c. Steel for Fabrication of Pipe: All steel used in the fabrication of steel pipe shall be identified. Documentation of identification shall be maintained throughout the fabrication process. Remnant pipe shall not be used without written approval of the Engineer.

(1) Plate Steel: Steel plate shall meet the requirements of ASTM A 283, Grade D or ASTM A 36. The Supplementary Requirements of Appendix X4 of ASTM A6 shall apply. Prior to fabrication of pipe, plate from heat number shall be tested for compliance with requirements of the plate specifications.

(2) Coil Steel:

(a) Standards: Coil steel used in the fabrication of welded steel pipe shall meet the requirements of one of the following standards and respective Appendix X1:

[1] ASTM A1011, of the designation, Structural Steel (SS) Grade 33, or SS Grade 36, Type 1.

[2] ASTM A1018, SS Grade 33 or 36, Type 1.

(b) Coil Testing: Specimens for a tensile test and a bend test shall be taken from the outer lap of each coil, and from the middle one third of each coil.

[1] The maximum tensile strength of each specimen shall be 75,000 psi. When the tensile strength exceeds 70,000 psi, the elongation shall exceed 30 percent in a 2 inch gauge.

[2] Tensile tests shall include, yield strength, ultimate strength and percent elongation.

[3] Bending test shall be performed using the minimum inside radii specified in Appendix X1 of ASTM A1011.

[4] If any test specimen fails to meet the requirements of the material specifications, test a second specimen plate from the same heat number. If any test specimen from the second specimen plate fails, then all steel from the same heat will be rejected.

10. Fabrication of Welded Steel Pipe:

a. General: Straight seam or spiral seam pipe shall be fabricated from steel plate or coil by electric arc

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-7 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

welding in accordance with these specifications. No hammering of pipe or weld shall be allowed during or after fabrication.

b. Edge Preparation and Forming:

(1) All edges shall be cut straight, uniform, smooth, and free from scale and slag accumulation. Plate edges and surfaces adjacent to the edges to be welded shall be cleaned to remove all oil, grease, rust, and mill scale.

(2) The longitudinal edges of all flat plates shall be lap-broken prior to the plate forming operation. Perform lap-breaking operation by either rolling or die pressing. Provide a uniformly curved plate edge matching the curve of the pipe shell.

(3) Plates shall be formed to the proper curvature by rolling or pressing before the seams are welded to provide a uniform circular curve.

(4) All coil steel for spiral-seam pipe shall be helically formed before welding of the seams.

(5) Edges shall be matched and held in position during the welding operation.

(6) The offset of abutting edges, after welding, shall be not more than 1/32 inch.

c. Seams: Straight seam pipe of 16 inches diameter or greater shall have not more than a total of 3 longitudinal seams and 2 girth seams. Stagger adjacent longitudinal seams 60 degrees.

d. Coil Ends: Ends of coils shall be joined with a full penetration, double-welded, butt joint. All coil splices and 36 inches of its circumferential junction welds shall be 100 percent x-rayed. The following restrictions shall also apply:

(1) The coil end shall be not less than 12 inches from the end of any pipe section.

(2) The coil end shall be not less than 12 inches from any girth welds.

(3) No more than one coil end weld shall be used in any pipe section.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-8 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

e. Welding:

(1) General: Minor adjustments allowed by AWS D1.1, may be made to weld procedures to accommodate production variations, when approved by the Engineer in writing. All butt joints shall be full penetration double-welded.

(2) Welds:

(a) All welds shall produce complete fusion with the base metal. Generators and transformers shall be used with devices for controlling the welding current and arc voltage and with meters indicating the amount of each at all times.

(b) All longitudinal, spiral, and girth seams shall be welded using a submerged arc welding process.

(c) Shielded Metal Arc Welding (SMAW) may be performed when it is physically impossible to use a Submerged Arc Welding (SAW) process. SMAW may be performed on straight pipe sections to make tack welds, to repair structural defects, and to repair automatic machine welds.

(d) Each layer of weld metal shall be cleaned before additional filler metal is applied.

(e) Outside face reinforcement between 1/16 inch and 1/8 inch thick shall be provided. The weld face may be ground or chipped to achieve the 1/8 inch face reinforcement thickness.

(f) The weld face shall be central to the joint seam. The finished joint shall be free from depressions, burrs, undercut edges, irregularities, and valleys.

(g) The weld face on the inside of the pipe shall be ground or chipped until the weld reinforcement is not more than 1/16 inch thick. Grinding or chipping shall not extend below the surface of the plate.

(h) Fillet welding shall be done in accordance with AWS D1.1. For base metal 1/4 inch thick or more, fillet welds shall be 1/16 inch less than the thickness of the base metal. Fillet welds shall fully penetrate into the joint root. Deposit filler metal in successive layers so that there will be at least as many passes as there are complete multiples of 1/8 inch in base metal thickness.

(i) The filler metal used with automatic welding processes shall be comparable to and compatible with the

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-9 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

base material in metallurgical and mechanical properties and design and service requirements.

(j) Electrodes for manual shielded metal arc welding shall conform to AWS A5.1, Classification E6010 or E7018 Low Hydrogen Series.

(3) Weld Repair:

(a) Not more than 5 percent of the total length of the original weld in any pipe section may be repaired. Pipe sections requiring repair of more than 5 percent of the welded length will be rejected.

(b) Welds found deficient in dimensions, but not in quality, shall be enlarged by additional welding.

(c) A weld not in compliance with these specifications shall be removed throughout its length and depth by chipping or melting to expose clean base metal. For a local deficiency, a sufficient amount of weld metal shall be removed to ensure that sound weld metal is remaining.

(d) Cutting or chipping shall not extend into the base metal beyond the heat-affected zone during removal of the weld.

(e) Inspection of the background area shall be performed by a liquid dye penetrant method approved by and in the presence of the Engineer. Where there are any linear or porosity indications, the discontinuities shall be removed prior to applying new weld metal.

(f) Overheated weld metal and base metal shall be removed and replaced with new weld metal. If the base metal cannot be repaired with weld metal, it shall be replaced.

f. Preparation of Pipe Bell Ends: One end of each pipe section shall be belled to provide slip joints for field welding as follows:

(1) Bell ends shall be pressed or swedged to the required shape in a uniform and concentric manner. The Contractor shall use an appropriate method and employ all necessary preparation measures to prevent tearing, cracking and other damage to the steel during the forming process. After forming, testing of weld shall be done using magnetic particle or a liquid dye penetrant method.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-10 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

(2) The length of the straight portion of the bell shall be not less than 1-1/2 inches for pipe 24 inches in diameter or less, and not less than 3 inches for pipe greater than 24 inches in diameter.

(3) The Contractor shall grind the weld faces flush with the base metal surface and remove all protrusions from the surface on the inside of the bell and on the outside of the spigot end flush, within 6 inches of the pipe end.

11. Source Quality Control:

a. Weld Testing and Inspection: The Contractor shall prepare and test all weld test specimens, including all required reconditioning of a pipe section from which the specimen plate is cut, at no additional expense to the Department.

(1) Weld Test Specimens: The Contractor shall obtain test specimen plates by cutting transverse to the spiral seam, longitudinal seam, or girth seam of the pipe sections at a location directed by the Engineer. Plates may be obtained from the pipe section or a 2-foot drop section. Test specimen plates for double-welded butt joint seams shall comply with AWS B4.0. The plates shall be large enough to provide all test specimens. If the specimen is taken from the pipe area, it shall be repaired by welding a plate of the same material, thickness, and curvature as the pipe. The repair weld shall consist of a double welded butt joint.

(2) Weld Tests:

(a) Reduced Section Tensile Test: The yield strength shall not be less than the minimum yield strength of the base metal. The tensile strength shall not be less than the minimum tensile strength of the base metal.

(b) Guided Bend Test: The Contractor shall perform bend tests on a root weld specimen and on a face weld specimen. The specimens shall be bent cold at 180 degrees around a pin or mandrel having a diameter 3 times the thickness of the plate, and show an elongation of not less than 20 percent across the weld. The entire bent area of the specimen shall be free of fractures.

(c) Radiographic Test: The Contractor shall take a spot radiograph, 4-1/2 inches by 17 inches, at a location as selected by the Engineer. Procedures and interpretations shall be in accordance with ASME Boiler and Pressure Vessel Code, Section 8, Division 1, Part UW51 except that ASTM E 94, Type 1 industrial radiographic film shall be used. Additional

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-11 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

radiographic tests will be required if weld irregularities, including seam misalignment or erratic profile, are observed.

(d) Etch Test: The Contractor shall perform Macro Etch Tests in conformance with AWS D1.1.

(3) In-Process Visual Inspection: The Engineer's acceptance is required at the following hold points:

(a) After completion of fit-up.

(b) After completion of the root pass and any required dye-check.

(c) After completion of the weld.

(4) Prototype Weld Tests: The Contractor shall perform a reduced section tensile test, a guided bend test, and a spot radiograph of the welded joint of a prototype pipe at two locations, as follows:

(a) Fabricate a 10-foot long prototype of the steel pipe using the submitted WPS for every mill run.

(b) Should any of the tests fail to meet the requirements of these specifications, make corrective adjustments to the welding procedure and fabricate another 10 foot long prototype.

(c) Submit actual welding parameters after acceptance of the prototype weld tests by the Engineer.

(5) Production Weld Tests: For both spiral welded and straight seam pipe, the Contractor shall perform production weld tests consisting of a reduced section tensile test, a guided bend tests, and a spot radiograph, as follows:

(a) Prepare and test one set of production weld test specimens from each shift's production run or 600 linear feet of weld, whichever is smaller.

(b) If any of the shift’s production weld tests fail to meet the requirements of these specifications, perform one set of additional tests on each preceding and successive sections of pipe. Conduct tests on additional preceding and successive pipe sections until the tests meet the requirements of these specifications. The remaining pipe of the shift's production run shall be deemed acceptable.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-12 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

(c) The Engineer will determine the status of the original pipe section not meeting the requirements of these specifications.

(d) The Engineer may require additional weld test specimen plates if there is any other indication that an unsatisfactory production weld has been made.

(6) Straight Seam Pipe:

(a) Welds shall be inspected by the in process visual inspection method.

(b) Girth seams shall be 100 percent radiographed. When 100 percent radiography is physically impossible, hydrostatic testing may be substituted.

(c) Soap and air test shall be performed where applicable.

(d) Non destructive testing shall be performed on all pipe welds subjected to mechanical forming after welding.

(7) Weld Re-Inspection: Any portion of a pipe belled, sized, or otherwise deformed after the hydrostatic test shall have the weld re-inspected in accordance with the API Standard 5LX, Section 7, and Paragraphs 7.18 through 7.21.

b. Hydrostatic Testing: The Contractor shall hydrostatically test each section of pipe, maintaining the test pressure for not less than 2 minutes. The Engineer may require the test pressure to be held for up to 5 minutes.

While under pressure, the welded seams shall be inspected and plainly marked at each leak. Any section showing more than one leak for every 5 feet of weld seam will be rejected. Otherwise, leaks shall be repaired, except repaired weld seam shall not exceed 2-1/2 percent of the total length of the welded seam. The repaired pipe shall be hydrostatically retested. Any pipe section that leaks during a retest will be rejected. The use of caulk or any other method to close leaks other than repair of the weld is prohibited.

After testing by the Engineer, stamp pipe sections with a legible mark of identification.

Hydrostatic test pressure shall be determined by the following formula:

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-13 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

P = 2St/D, where:

P = Pressure in pounds per square inch (psi).

S = 0.75 x Steel Minimum Yield Strength in psi.

t = Pipe Wall Thickness in inches.

D = Pipe Outside Diameter in inches.

c. Tolerances:

(1) Diameter:

(a) The inside diameter of a bell shall be between 1/32 inch and 1/16-inch greater than the outside diameter of the adjoining spigot end.

(b) The pipe shall have a uniform circular cross-section throughout its length.

(2) Circumference:

(a) The circumference shall be computed from the outside diameter.

(b) The measured circumference of the pipe within 8 inches from each end shall not be more than 1/8 inch greater than the computed circumference nor 1/16 inch less than the computed circumference.

(c) The measured circumference of the pipe, except within 8 inches from each end, shall not be more than 9/32 inch greater than the computed circumference nor 3/32 inch less than the computed circumference.

(3) Roundness:

(a) Roundness shall be measured radially on either the inside or outside of the pipe with a segmental circular template. The template shall have an arc length and a radius equal to the specified inside or outside pipe or bell radius, depending upon where the measurements are taken. The maximum permissible radial deviation between the pipe shell and the template shall be 0.5 percent of the specified diameter but not more than 1/4 inch.

(b) Pipe ends that exceed these roundness tolerances may be reconditioned by rolling or by pressure. Do

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-14 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

not use hammering. Resubmit to the Engineer for approval and hydrostatically test.

(c) The pipe shall not be out-of-round on any diameter by more than plus or minus one percent of the specified diameter. Within 8 inches from the ends, the pipe shall not be out-of-round on any diameter by more than plus or minus 0.4 percent of the specified nominal diameter.

(4) Length: Each pipe section shall be furnished with a length of not less than 18 feet and not more than 22 feet.

(5) Straightness:

(a) Pipe sections shall be straight with the walls parallel to the axis of the pipe. Pipe sections with misalignment from a straight line parallel to the pipe axis exceeding 1/8 inch for 10 feet of pipe length will be rejected.

(b) Misalignment of the bell to the straight pipe shall be limited to one half the plate thickness.

d. Cleaning:

(1) The Contractor shall thoroughly clean the pipe of loose mill scale, paint, oil, grease, burned flux, molten metal, and other foreign substances.

(2) All pipe sections and special sections that have dents, kinks, abrupt changes of curvature other than specified, or damage at any time will be rejected. All pipe sections or special sections that have been dropped from a truck or crane will be rejected. The Contractor shall replace the rejected sections with undamaged sections.

(3) Pipe rejected because of substantial damage may be reconditioned upon approval of the Engineer by rolling or by pressure. Hammering is prohibited. Pipe rejected because of gouges, scars, or other minor damage shall be reconditioned to return the pipe to its design strength and specified characteristics in a manner approved by the Engineer. Where reconditioning has required removal and replacement of a weld or reshaping by rolling, the reconditioned area shall be inspected by spot radiographs or retested hydrostatically by the fabricator as determined by the Engineer.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-15 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

12. Protective Lining and Coatings:

a. Materials:

(1) Cement Mortar: The Contractor shall design a cement mortar for pipe lining and overcoating for the following:

(a) A minimum compressive strength of 2,600 psi in 7 days.

(b) A minimum compressive strength of 4,500 psi in 28 days.

(c) Materials shall comply with AWWA C205 as modified herein.

(d) Cement shall be low-alkali Portland cement meeting the requirements of ASTM C150, Type II or Type V.

(e) Water shall contain not more than 1,000 ppm of chlorides calculated as Cl, nor more than 1,000 ppm of sulfates calculated as SO4. Water shall be clean, colorless, and free of any materials that may reduce the strength or durability of the cement mortar.

(f) The cement lining or all components used to make the cement lining applied to the interior of pipe and in contact with potable water must be NSF/ANSI-61 certified.

(2) Steel Reinforcement: Steel reinforcement shall be clean and free of rust. Wire-fabric reinforcement for mortar coating shall be not be crimped.

(3) Extruded Polyolefin Undercoating: The undercoating shall be a multi-layer polyolefin coating system that complies with AWWA C215, except as modified herein. The coating system shall be side-extruded (Type B) consisting of a butyl adhesive layer and a polyethylene sheath.

b. Application:

(1) General: Protective linings and coatings shall be applied in accordance with the applicable referenced standards and the manufacturer’s requirements, except as amended and modified herein.

(2) Surface Preparation: Following standard cleaning and surface preparation, the Contractor shall test all

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-16 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

steel surfaces for residual chloride concentration and remove before applying coatings and linings.

(3) Lining and Coating Hold Backs: Pipe ends shall be protected from any contact with primer, adhesive, or coating for the specified distances. The method of protecting such areas shall be subject to the approval of the Engineer as to compliance with this requirement.

(a) Lining Hold Back: The cement mortar lining shall cover the pipe interior, except it shall be held back 1-1/2 inches from the bell end.

(b) Undercoat Hold Back: The dielectric undercoating shall cover the pipe exterior up to the following distances from the pipe ends:

Hold Back Pipe End (Inches)

Spigot 5 to 5-1/2 Bell 3-1/2 to 4

(c) Overcoat Hold Back: The cement mortar overcoat shall cover the dielectric coating up to the following distances from the pipe ends:

Hold Back Pipe End (Inches)

Spigot 7-1/2 to 8 Bell 6 to 6-1/2

(4) Cement Mortar Lining Application: Cement mortar lining shall be applied to the interior pipe surfaces by centrifugal process in accordance with AWWA C205, as modified herein. Latency shall be removed to obtain a smooth, hard, finished surface.

(a) Lining Thickness:

Nominal Pipe Thickness (Inches) Size (Inches) Minimum Minimum

4, 6, and 8 1/4 3/8 12 and 16 5/16 7/16 24 3/8 1/2

(b) Curing: Cement mortar lining shall be steam or water cured. Immediately after lining each pipe

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-17 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

section, the ends shall be sealed with 4 mils thick plastic sheeting and maintained in place during storage and delivery.

Steam curing shall begin not sooner than 4 hours after application of the lining and be applied continuously for not less than 16 hours with a relative humidity of not less than 85 percent at temperatures between 90F and 125F.

The lining shall then be water cured for 4 days prior to shipping. The interior lining of the pipe shall be kept moist and the pipe ends sealed until the pipe is delivered to the jobsite.

(c) Repairs: Defective or damaged lining shall be cut out and repaired with materials equal to the adjacent undamaged section. The edges of the existing lining shall be cut approximately normal to the pipe shell. Areas greater than 5 inches by 9 inches shall be reinforced with 2 inch by 4 inch, 13-gage, welded wire-fabric, spot-welded to the pipe. Repaired areas shall be water cured for 7 days prior to shipping.

(5) Polyolefin Undercoating Application: The polyolefin shall be applied in a continuous operation as prescribed in AWWA C215, except for the following:

(a) Exterior weld seams shall be ground flush to a smooth finish without reducing the wall thickness and the surface shall be prepared per SSPC SP6 Near-white metal blast.

(b) Weld seam cover plates shall not be used.

(c) The entire pipe shall be preheated to not less than 80F.

(d) The thickness of the adhesive shall be not less than 10 mils. If testing reveals a thickness less than 10 mils, the entire coating system shall be striped from the pipe and reapplied.

(e) The adhesive shall have an edge lap of not less than 0.5 inch and not more than 2 inches.

(f) The thickness of the polyethylene sheath shall be not less than 60 mils.

(g) Edge lap the polyethylene sheath not be less than one inch.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-18 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

c. Inspection and Testing :

(1) General: The Contractor shall:

(a) Visually and electrically inspect the dielectric undercoating for holidays before leaving their respective application area. Re-inspect coating prior to application of cement mortar coating.

(b) Ensure that a proper bond exists between each undercoating system and the pipe. Perform adhesion tests as requested by and in the presence of the Engineer.

(c) Provide a copy of all test reports to the Engineer daily, including results of the following:

[1] Cement mortar lining, and concrete compression tests.

[2] Tensile, bend, and macro etch tests of welds.

[3] Outside diameter check of the sized bell and spigot of each cylinder.

[4] Profile tests of blasted surface of steel pipe.

[5] Peel tests.

[6] Chloride tests.

[7] Incidental damage and repairs.

(2) Holiday Test: The holiday test shall be performed immediately after application at a voltage recommended by the test manufacturer’s printed instructions and as required by AWWA C203, and C215.

(3) Megger (ohmmeter) Test: The Megger test shall be performed immediately following cement mortar coating application.

(4) Adhesion Peel Tests: Adhesion peel tests shall be performed on the dielectric undercoating as follows:

(a) Location: Two locations selected by the Engineer. Perform 3 tests at each location.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-19 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

(b) Frequency:

[1] At the beginning of each production run, test first 3 pipes.

[2] During a regular production day, test the first pipe, middle pipe and the last pipe of the day.

(c) Procedure: The Contractor shall:

[1] Condition the test specimen to not more than 80F.

[2] Using a steel template, mark a one inch by 15 inch rectangular strip, the long axis of which shall be perpendicular to the pipe axis.

(d) Acceptance Criteria:

[1] The average adhesion strength for each location shall be not less than 25 pounds per inch of width.

[2] No single test shall result in adhesion strength below 20 pounds per inch of width.

(e) Re-tests:

[1] The Contractor may allow an additional 24 hours of cure time before retesting.

[2] For a failed re-test, perform additional testing within the body of the pipe as directed by the Engineer. If any portion of the pipe fails the re-test, that portion, as determined by the Engineer, shall be stripped to bare metal, recoated, and retested.

13. NSF/ANSI 61 Certification: Pipe furnished under these specifications shall be acceptable to use in the distribution of drinking water in accordance with Article 7 of the California Waterworks Standards (Chapter 16) of Title 22, Division 4 of the California Code of Regulations (CCR). In accordance with CCR Section 64591, the pipe shall be tested and certified as meeting the specifications of the National Science Foundation/American National Standards Institute, Standard 61 (NSF/ANSI 61), Drinking Water System Components – Health Effects. Certification shall be in effect on or before the date of submittal of bids.

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-20 ISSUED FOR BID 06/14/13 Spec. 447 DIVISION F2 DETAILED REQUIREMENTS

a. Certification Organization : Certification shall be based on testing conducted by a product certification organization accredited by ANSI.

b. Certification Basis: Certification shall be on the basis of one of the following:

(1) Finished pipe; or

(2) Applied cement mortar lining.

c. Uncertified Products: As allowed under CCR Section 64593, if a bidder’s proposal does not include the required certification at the time of bid, that proposal may be considered by the Department if all of the following conditions exist:

(1) No other bidder submitted a proposal for pipe that included the required certification at the time of bid.

(2) The bidder submits, as part of the proposal to furnish pipe that is not certified, written proof documenting that the pipe being proposed was submitted for certification of NSF/ANSI 61 compliance testing on or before the date of submittal of bids.

GWENDOLYN W. WILLIAMS Director of Supply Chain Services

END OF DIVISION

Contract No. C0981R Regional Connector Advanced Utility Relocations F2-21 ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

LOS ANGELES DEPARTMENT OF WATER AND POWER WATER OPERATING DIVISION REQUIREMENTS FOR 36 INCH TRUNK LINES

Comprising Portions of the following:

Section F02260 - Excavation Support and Protection

Section F02315 - Trenching, Backfilling, and Compacting for Water Pipelines

Section F02515 – Pipeline Testing and Disinfection

Section F02560 - Fabrication of Welded Steel Pipe

Section F02561 - Installation of Welded Steel Pipe

Section F02565 – Linings and Coatings for Welded Steel Pipe

Section F13110 - Cathodic Protection

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION F02260 - EXCAVATION SUPPORT AND PROTECTION

PART 1 - GENERAL

1.01 RELATED DOCUMENTS (NOT USED)

1.02 SUMMARY

A. Excavation support and protection to retain excavations and embankments for construction of structures, pipelines, vaults, shafts and pits required for tunneling and horizontal boring and jacking, appurtenances, and connections, and to prevent movement of existing foundations, substructures, and on-grade features and improvements.

B. Pre-manufactured shoring systems and shields designed and intended solely for personnel protection shall not be used for excavation support and protection.

1.03 RELATED SECTIONS (NOT USED)

1.04 REFERENCES

A. Codes:

1. Cal-OSHA, State of California Administrative Code, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety.

B. American Institute of Steel Construction (AISC), Manual of Steel Construction.

D. American Forest & Paper Association (AF&PA), National Design Specification for Wood Construction.

E. State of California, Department of Transportation, Trenching and Shoring Manual.

1.05 SUBMITTALS

A. Submit the following:

1. Shoring Plan:

a. General:

1) In accordance with Section 6500 of the Labor Code of the State of California, a detailed plan for excavations 5 feet or

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02260 Page 1 of 7

more in depth indicating the proposed design for shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving soil during excavation.

2) Each plan shall be a distinct, complete submittal, including calculations, for each excavation configuration. Do not refer to details or calculations submitted for other configurations. Include applicable location by stationing.

3) Each plan shall show how the existing roadway, substructures, and structures influenced by the excavation will be protected.

4) Each plan shall incorporate the traffic requirements, overhead obstructions, substructures, surcharges, and other factors specific to each location.

5) Plans varying from the shoring system standards established by the Cal-OSHA Construction Safety Orders shall be prepared, signed, and stamped by a licensed civil engineer registered in the State of California.

6) If members are spliced, include details and calculations for such splices.

7) Include shoring connection details at corners, change in shoring directions, intersections, change in shoring depth, transition from trench to shafts or pits, and transition between different shoring types.

8) Include details of substructures penetrating the shoring system.

9) Detailed plan for the installation and removal of shoring. Include the following:

a) Procedures for the installation and removal of shoring.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02260 Page 2 of 7

b) Stability of the excavation and installed shoring during excavation and shoring installation.

c) Stability of the shoring system and excavation during removal of the shoring system and backfilling of the excavation.

d) Safety of personnel.

10) Detailed plan for the temporary reconfiguration of the shoring system required for the installation or removal of materials and equipment within the excavation, and shall include the following:

a) Procedures for reconfiguration and restoration of the shoring system.

b) Maximum time allowed.

c) Stability of shoring system and excavation due to the temporary reconfiguration.

d) Safety of personnel.

e) Prevention of movement of existing foundations, substructures, and on-grade features and improvements.

f) Contingency Plan.

2. A distinct, complete submittal, including calculations, for each excavation configuration. Do not refer to details or calculations submitted for other configurations. Include applicable location by stationing. Each submittal shall incorporate the traffic requirements, overhead obstructions, substructures, surcharges, installation methods, and other factors specific to each location.

3. The Contractor is advised that all shoring and substructure support submittals submitted in accordance with Subarticles 1.05A1 and 1.05A2 of this Section, for excavations in City of Los Angeles rights of way, will add 14 days to the

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02260 Page 3 of 7

Engineer’s Metro’s review period for these submittals.

1.06 GEOTECHNICAL DATA REPORTSNOT USED

A. Refer to the Geotechnical Data Report(s), as defined in Division D1.

1.07 SHORING AND BRACING DESIGN

A. Soil Design Pressures:

1. Design all shoring systems utilizing the pressures indicated in the Geotechnical Data Report(s). Consider site soil conditions encountered, excavation depths, procedures, type of shoring to be used, water level conditions, and perimeter site conditions, as they relate to structures, utilities, and street surcharges.

2. All shoring for a shaft or pit shall use pressures based on the maximum excavated depth of the shaft or pit.

3. For shafts and pits, the resultant forces of static pressures acting at the centroids of ring beams or wales shall sum to zero.

4. For trenches, each vertical shoring component shall be designed using pressures not less than the pressures acting on the adjacent vertical shoring components.

B. Design Stresses:

1. No increase in allowable stress for temporary load condition will be allowed.

2. Steel Shoring and Bracing Components: Calculate design stresses in accordance with the Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings of the AISC Manual of Steel Construction.

3. Wood Shoring and Lagging:

a. Calculate design stresses in accordance with the National Design Specification for Wood Construction.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02260 Page 4 of 7

b. Use a load duration factor of one for non- impact soil load.

C. Reduction of Soil Load Due to Arching Action:

1. Arching action shall be considered only for lagging members in soldier pile systems.

2. Arching action shall not be considered for:

a. Lagging placed between the soldier pile and the soil.

b. Clayey soil, soil under water, and loose soil, and disturbed soil.

c. Surcharge loads.

d. Hydrostatic pressure.

3. Apply full soil load on lagging members when arching action is not allowed.

D. Surcharge Loads:

1. Design shoring system(s) for surcharge loads induced by vehicular traffic, construction equipments and activities, stockpiling of soil and material, existing structures and buildings, and existing substructures.

2. Design shoring system(s) for a minimum construction equipment surcharge lateral pressure of 200 pounds per square foot (psf) for the first 10 feet of vertical depth and 100 psf thereafter.

PART 2 – PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 PERFORMANCE REQUIREMENTS - GENERAL

A. The excavated side walls shall be vertical. Support the entire surface area of the side walls.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02260 Page 5 of 7

B. Support excavations to prevent movement of not more than:

1. 0.5 inches for the adjacent ground.

2. 0.25 inches for existing foundations, substructures, and on-grade features and improvements.

C. Prevent surface water from entering excavations by surface dikes or other water control means approved by the EngineerMetro.

D. Recommendations contained in the Geotechnical Data Report(s) shall be used as minimum guidelines for the installation of excavation support and protection.Not Used

3.02 SHORING

A. Do not use the pipeline or appurtenances as a shoring element.

B. Soldier Pile Shoring System:

1. Place soldier piles in holes drilled to the required depth as shown on the reviewed shoring plan. Support hole sidewall when sloughing is anticipated or observed.

2. Install plates or lagging immediately upon excavation to minimize sloughing or movement of the soils behind the shoring. Install lagging below utilities immediately as the excavation wall is exposed.

3. Weld wales to soldier piles. If wales do not have full flange-to-flange contact with soldier piles, fill the gap with not less than 2 steel spacers, each with a thickness of not less than 1/2-inch. The maximum gap allowed is 4 inches. The length of each spacer shall be not less than the width of the wale. The spacers shall be installed vertically, symmetrical about the web of the soldier pile, and welded.

4. For non-wale shoring systems, where struts are placed directly between soldier piles, install the strut level and at a right angle to the trench centerline, with a maximum allowable total,

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02260 Page 6 of 7

combined vertical and horizontal, deviation of 3 inches.

3.03 MONITORING

A. Monitor the following on a daily basis:

1. All excavation support and protection systems, including the lateral and vertical locations of the tops of shoring.

2. Lateral movement, along the entire lengths of selected piles or at predetermined locations approved by the EngineerMetro.

B. When shoring system lateral deflection exceeds the limit specified in Subarticle 3.01B of this Section:

1. Stop all work within the excavation.

2. Submit remediation plans to correct the shoring deficiency. Perform no work within the excavation until remediation measures have been implemented.

3.04 REMOVAL AND REPAIRS

A. Removal of shoring shall not cause ground settlement, damage to nearby utilities or structures, or additional loading on the pipe.

B. Remove all shoring components, unless shown otherwise on the drawings.

C. Fill all voids with bedding and backfill material as specified on the drawings.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02260 Page 7 of 7

SECTION F02315 - TRENCHING, BACKFILLING, AND COMPACTING FOR WATER PIPELINES

PART 1 - GENERAL

1.01 RELATED DOCUMENTS (NOT USED)

1.02 SUMMARY

A. Excavating, bedding, and backfilling for the installation of large (> 24-inch) water pipe, vaults, appurtenances, connections, jacking pits, receiving pits, tunnel shafts, and associated work.

1.03 RELATED SECTIONS (NOT USED)

1.04 REFERENCES

A. ASTM C 150, Standard Specification for Portland Cement.

B. ASTM D 1556, Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method.

C. ASTM D 1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort.

D. ASTM D 2419, Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate.

E. ASTM D 6938, Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth).

F. Standard Specifications for Public Works Construction (SSPWC).

1.05 SUBMITTALS

A. Submit the following in accordance with Section F01330:

1. A sieve analysis from the supplier and, if requested by the EngineerDWP or Metro, a certified test report from an EngineerDWP-approved laboratory, both of which shall verify that the crushed miscellaneous base material, crushed aggregate base material, and the sand conform to the requirements of this Section.

2. Mix Designs:

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02315 Page 1 of 7

a. Show proportions and gradations of all materials proposed for each cement slurry bedding, cement slurry backfill, and concrete mix.

b. Each design shall be stamped and signed by a licensed civil or structural engineer registered in the State of California.

c. Each design shall include a certified test report from a testing laboratory approved by the City of Los Angeles Building and Safety Department verifying that materials conform to the requirements of this Section. The report shall include results from a compressive strength test.

d. All mix design submittals will add 14 days to the EngineerDWP and Metro’s review period.

1.06 DEFINITIONS

A. Backfill: Material placed above the bedding to the finished ground surface or paving base material.

B. Bedding: Material supporting and surrounding the pipe extending to one foot above the top of the pipe.

C. Boulder: Rock particle greater than 12 inches in its least dimension.

D. Cobble: Rock particle greater than 3 inches and not more than 12 inches in its least dimension.

E. Fill: Material placed in trench other than bedding and backfill.

F. Relative Compaction: Ratio of in-place field dry unit weight to maximum laboratory dry unit weight of the soil expressed as a percentage. The EngineerDWP will determine laboratory maximum dry unit weight in accordance with ASTM D 1557. The Engineer DWP will determine in-place field dry unit weight by sand cone test in accordance with ASTM D 1556 or by nuclear test in accordance with ASTM D 6938, at the discretion of the EngineerDWP. Should the EngineerDWP or Metro elect to use nuclear testing, not less than one sand-cone test will be taken for every 5 nuclear tests.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02315 Page 2 of 7

G. Shoring: The system used to create structural support for the sides of an excavation.

H. Subgrade: The surface on which the bedding is placed.

1.07 QUALITY CONTROL VERIFICATION TESTING

A. Do not place pipe bedding until the trench subgrade has been approved by the EngineerDWP.

B. The EngineerDWP will test the relative compaction of densified sand bedding as needed to determine the effectiveness of the Contractor’s jetting and vibratory compaction procedures.

C. The EngineerDWP will conduct a relative compaction test every 40 to 80 running feet for every 2 feet in depth of fill and backfill. However, the EngineerDWP may modify the frequency of testing based on the amount of retests conducted. If a test result indicates a failure to achieve the specified compaction, excavate or densify, or both, the material to the specified compaction, beginning from the failed test location to the nearest passing test locations in each direction.

D. Notify the EngineerMetro and DWP not less than 24 hours prior to the test date. The EngineerDWP will provide the Contractor with test results within 24 hours after testing. Ten percent of all tests are allowed to be retests. Any retest in excess of 10 percent above the required number of tests shall be paid for by the Contractor at the rate of $400.00 per test and will be deducted from moneys due the Contractor under Section F01290.

PART 2 - PRODUCTS

2.01 BEDDING

A. Cement Slurry Bedding: Sand with ASTM C 150 Type II or Type V portland cement and water. The sand shall meet the requirements of sand for densified sand bedding as specified in Subarticle 2.01B of this Section. Bedding shall meet the requirements of Section 201-6 of the City of Los Angeles Department of Public Works Additions and Amendments to the SSPWC (Brown Book) for Controlled Low Strength Material (CLSM).

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02315 Page 3 of 7

B. Densified Sand Bedding: Washed and meeting the following requirements:

1. Sand in Subsection 200-1.5.1 of the SSPWC.

2. Sand for portland cement concrete in Subsection 200.1.5.3 of the SSPWC.

3. Sand gradation for portland cement concrete in Subsection 200-1.5.5 of the SSPWC.

4. The percentage passing the Nos. 100 and 200 sieves shall be determined by washing. The percentage passing the remaining sieves shall be determined by dry sieving.

2.02 BACKFILL

A. Crushed Miscellaneous Base (CMB) Backfill: Comply with the requirements for CMB as described in the SSPWC, Subsection 200-2.4, Fine Gradation. Do not use CMB for pipe or vault backfill in public right-of-way.

B. Crushed Aggregate Base (CAB) Backfill: Comply with the requirements for CAB as described in the SSPWC, Subsection 200-2.2. Do not use CAB for pipe or vault backfill in public right-of-way.

C. Densified Backfill: Free-draining material meeting the following requirements:

1. Sand equivalent value, tested in accordance with ASTM D 2419, of not less than 30.

2. Coefficient of permeability greater than 1.4 inches/hour.

3. Maximum size of rocks and unbroken masses of earthen material no larger than 2-1/2 inches.

4. Material passing the No. 40 sieve shall be less than 70 percent. Material passing the No. 200 sieve shall be less than 10 percent and shall be determined by washing.

5. Clean and free of debris.

D. Cement Slurry Backfill: Sand with ASTM C 150 Type II or Type V portland cement and water. The sand shall meet the requirements of sand for densified sand

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02315 Page 4 of 7

bedding as specified in Subarticle 2.01B of this Section. Backfill shall meet the requirements of Section 201-6 of the City of Los Angeles Department of Public Works Additions and Amendments to the SSPWC (Brown Book) for Controlled Low Strength Material (CLSM).

PART 3 - EXECUTION

3.01 UNDERGROUND UTILITIES AND SUBSTRUCTURES

A. Active underground utilities are indicated on the drawings.

B. Pothole utilities and substructures to verify locations and depths.

C. Immediately notify the EngineerMetro upon encountering active utility lines not indicated on the drawings so the EngineerMetro may issue written instructions before the work proceeds.

D. Substructures and utilities encountered during excavations shall be reconstructed or supported as shown on the drawings.

E. Service connections are not shown on the drawings. Assume every property parcel to have a service connection for each type of utility.

F. Unless otherwise shown on the drawings, remove interfering portions of abandoned utilities and plug the open ends with 2,000 psi concrete not less than 12 inches thick.

G. Interfering Sewers: Remodel in accordance with Subsection 306-6 of the SSPWC, and Department of Public Works (DPW), City of Los Angeles, Additions and Amendments to the Standard Specifications for Public Works Construction (Brown Book). The minimum clearance to sewers and sewer house connections shall be as required by the DPW's Standard Drawing, "Sewer and New Water Main Separation" unless otherwise shown on the drawings. These basic separations may be modified with the approval of the responsible health agency and the EngineerMetro and DWP by using alternate methods of construction, including concrete bedding or special sewer construction.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02315 Page 5 of 7

3.03 EXCAVATION

A. General:

1. Remove boulders, rocks, cobbles, and other unsuitable material that extend into the bedding zone.

2. Blasting will not be permitted.

3. All excavated material of whatever nature shall be unclassified.

4. Dispose of excavated material designated by the EngineerDWP to be unsuitable for use as fill or backfill.

B. Use one of the Fills for Overexcavation specified in Article 2.03 of this Section, as designated by the EngineerDWP, to replace trench overexcavation below the specified subgrade. Densify and level off the excavation replacement to the designated subgrade.

C. Softscape Protection: Protect trees and any other landscaping elements not designated to be removed during construction as shown on the drawings in accordance with the requirements stated in the SSPWC, Subsection 300-1.2.

3.04 BEDDING, BACKFILL, AND FILL FOR OVEREXCAVATION

A. Unless otherwise shown on the drawings, densify all densified sand bedding and densified backfill to a minimum of 90 percent relative compaction.

B. Densify cement slurry backfill, cement slurry bedding, and concrete using vibratory methods.

C. Densify densified sand bedding using water jetting or vibratory methods, or both. Bedding may be densified by water jetting when:

1. Surrounding native soil has a Sand Equivalent of not less than 30.

2. Lift being jetted is not more than 4 feet high.

D. Densify CAB and CMB to not less than 95 percent relative compaction using mechanical compaction equipment.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02315 Page 6 of 7

E. Densify soil cement to not less than 95 percent relative compaction using mechanical compaction equipment.

F. Crushed Rock shall be densified to a firm and unyielding surface using mechanical compaction equipment and shall be approved by the EngineerDWP.

G. Do not leave more than 500 feet of trench or the amount of trench excavated in one day, whichever is greater, unbackfilled, without the approval of the EngineerDWP.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02315 Page 7 of 7

SECTION F02515 – PIPELINE TESTING AND DISINFECTION

PART 1 - GENERAL

1.01 RELATED DOCUMENTS (NOT USED)

1.02 SUMMARY

A. Hydrostatic pressure test and disinfect all pipelines and appurtenant piping, including all associated activities.

1.03 RELATED SECTIONS (NOT USED)

1.04 REFERENCES

A. Commercial Standards:

1. ANSI/AWWA B300 - Hypochlorites.

2. ANSI/AWWA C651 - Disinfecting Water Mains.

1.05 SUBMITTALS

A. Submit the following in accordance with Section F01330:

1. A plan and schedule for hydrostatic pressure testing all pipelines and appurtenant piping not less than 35 days before testing. Include the following:

a. General information of the pipelines and test requirements.

b. Calculations for hydrostatic test pressure where the pressure gage(s) will be placed. Base the calculations on the following formula:

(Maximum static hydraulic grade – Elevation at the pressure gage location) x 1.25/2.31.

The maximum static hydraulic grade is 386 feet.

c. A description of the sections to be tested, section components, materials and equipment to be used, pipeline cleaning and testing preparation, details and calculations for

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 1 of 11

temporary pipe and bulkhead restraints, valve testing (if required), pipe filling (with a sketch showing the water source to the pipeline), soaking, flushing and de-airing, pressure testing, leak inspection and repair, water treatment and disposal (with a sketch showing the pipeline discharge location, the treatment, mixing tank, and draining to the storm drain), and monitoring.

d. The plan shall also demonstrate that the Contractor’s personnel performing the testing are experienced and prepared to resolve problems that may arise.

e. Detailed drawings for Contractor-proposed temporary outlet(s) as specified in Subarticle 3.02I of this Section. Indicate location, size, and installation method(s) of outlet(s). Also include the method for removing additional piping, valves, or equipment installed by the Contractor and for plugging the outlet(s), including applicable calculations.

2. A plan and schedule for disinfecting and flushing all pipelines and appurtenance piping not less than 35 days before disinfecting. Include the following:

a. General information of the pipelines and disinfection requirements.

b. A description of how the pipelines and appurtenances will be filled and chlorinated (with a sketch showing the water source to the pipeline and the chlorine injection), materials and equipment to be used, sampling locations, retention period, flushing and discharge, treating and monitoring (with a sketch showing the pipeline drain location, the treatment, mixing tank, and draining to the storm drain), filling and holding, and pipeline dewatering (if required).

c. The plan shall also demonstrate that the personnel performing the pipeline disinfection

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 2 of 11

operations are experienced and prepared to resolve problems that may arise.

3. Proof of required certifications for disinfection.

4. An Emergency Response Plan for disinfection including the following:

a. The name, address, and telephone number of person(s) responsible for coordinating emergency response activities.

b. Procedures for notifying the Engineer and emergency response agencies, including police and fire departments, for a chemical spill or other emergency condition that could be considered life threatening or hazardous to the surrounding environment.

c. General procedures to contain and neutralize chemical spills that occur as a result of disinfection operations.

1.06 QUALITY ASSURANCE

A. Provide qualified personnel for disinfection operations. They shall be responsible for chlorine injection and residual testing. The personnel shall have experience and training in the use of chlorination and safety equipment and shall meet the following qualifications:

1. Certification: Possess a Grade II or higher Water Distribution Operator license issued by the Department of Public Health of the State of California.

2. Other Contractor personnel not meeting the necessary qualifications may assist in water pipeline disinfection operations, but at no time shall such personnel be responsible for injecting chlorine into the pipeline or performing residual testing.

3. Disinfection and Flushing Coordination Meeting: Upon Engineer Metro and DWP approval of the disinfection and flushing plan, and prior to any related activities, a disinfection and flushing

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 3 of 11

coordination meeting shall be held with the Contractor’s qualified personnel and Department personnel. The meeting will discuss the Contractor’s disinfection and flushing plan for pipeline disinfection, pipeline flushing, dechlorination of discharge water, and emergency response procedures for chlorine spills. Provide the EngineerMetro and DWP with a 2-working-day notification for the meeting.

B. Adhere to all regulations issued by the U.S. Department of Transportation, Title 49 in the U.S.C.F.R.; the U.S. Environmental Protection Agency, Title 40 in the U.S.C.F.R.; the U.S. Department of Labor, Title 29 in the U.S.C.F.R.; the Chlorine Institute; the American Waterworks Association (AWWA), Standard No. C651-99; and AWWA Distribution System Bacteriological Sampling and Control Guidelines, with regard to the handling, application, sampling, and reporting of all chemicals used during the chlorination process.

C. Make available a proper manifest and Materials Safety Data Sheet for each hazardous chemical used at the jobsite. Display hazardous materials identification placards on vehicles and equipment transporting or applying hazardous materials.

PART 2 - PRODUCTS

2.01 MATERIALS

A. All test equipment, chemicals for chlorination, treatment discharge equipment and chemicals, temporary valves and fittings, bulkheads, or other equipment and materials shall be subject to the EngineerDWP and Metro's review.

B. Chlorine may be in the form of sodium hypochlorite solution or calcium hypochlorite granules or tablets. Comply with the requirements of ANSI/AWWA B300.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 4 of 11

PART 3 – EXECUTION

3.01 GENERAL

A. Unless otherwise indicated in these specifications, wWater for testing and disinfection will be furnished by the Department. Convey the water from the EngineerDWP-designated source(s) to the point(s) of use.

B. Hydrostatic test and disinfect all pipelines and appurtenant piping. Complete hydrostatic testing operations for all sections of the pipeline with the exception of those section between the final welds and the butterfly valves before starting disinfection and flushing operations.

C. Perform all testing and disinfection operations in the presence of the EngineerMetro and DWP.

D. Schedule disinfection operations as late as possible during the contract time period scheduled for construction of the 36 inch pipe to assure the maximum degree of sterility of the facilities at final completion.

3.02 HYDROSTATIC TESTING

A. Prior to testing, complete all activities associated with the pipeline installation, including lining repairs, interior coatings, and appurtenance installation including permanent valve supports, bedding, and trench backfill. Flush or blow out as necessary. No section of the pipeline shall be tested until all field-placed concrete or mortar has attained an age of 14 days. If approved by the EngineerMetro and DWP, some areas may be left open and not backfilled until testing is complete.

B. Test between the bulkheads of 36 inch pipe sections identified on the drawings. Temporarily restrain all test bulkheads to resist the thrust of the test pressure without damage to, or movement of, adjacent pipe. Temporarily restrain or anchor all unharnessed sleeve-type couplings, expansion joints, or other sliding joints near a bulkhead prior to the test, to avoid movement and damage to piping and equipment.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 5 of 11

Remove all temporary restraints when testing is complete.

C. Perform all testing with EngineerDWP-supplied gauge(s) with the exception of pre-test(s). Provide 5 working days notice to the EngineerDWP and Metro before needing such gauge(s). Install gauge(s) at location(s) designated by the EngineerDWP.

D. Before filling the pipe section, open all valves and keep them open until the test has been completed. Do not pump up or pressurize against closed valves.

E. Blind flange all valves and piping open to atmosphere so that the test sections can be completely sealed.

F. If not present, provide a reduced-pressure-principle backflow device between the water supply source and the pipe section being filled for testing.

G. The fill rate shall not cause air surges or exceed the rate at which the air can be released through the air valves at a reasonable velocity or cause excessive air to be trapped in the pipe section.

H. Purge all air entrapped within the pipe section. Flush air and debris out of blow-offs, air vacuum release valves, and other appurtenances.

I. Blow-offs, air vacuum release valves, and other appurtenances may be used to flush air and debris. However, the air vacuums were designed for normal operation purposes. Provide additional temporary outlets as required for testing. Once test is complete, remove additional piping, valves, and equipment at the outlet and permanently plug.

J. Once the pipe section has been flushed and purged, allow the section to stand under supply line pressure for not less than 72 hours to allow the concrete mortar lining to absorb water, as applicable.Not Used

K. Pump the segment up to the approved test pressure.

L. Continually check for and bleed off entrapped air as necessary. Provide sufficient temporary air release taps in the pipelines and appurtenances for this work. Once completed, permanently plug all temporary taps.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 6 of 11

M. Examine bulkheads, valves, and connections for leaks, and repair as needed. In special cases, the closing of valves to determine the location of leak(s) may be allowed if approved by the EngineerDWP.

N. Pre-test the pipe section before requesting testing by the EngineerDWP and Metro to demonstrate that the section is ready for the hydrostatic test.

O. Following pre-testing, request the Engineer to start DWP and Metr to witness the test.

P. Test Duration and Passing Test Criteria:

1. For welded steel pipelines, the test duration shall not be less than 24 hours, during which time there shall be no leakage (for example, no pressure drop due to leaks).

2. For ductile iron pipelines, maintain pressure at ±5 psi for not less than 2 hours, during which time an examination of the pipeline shall be made and any leaks repaired. Then maintain full test pressure for not less than 2 hours, during which time leakage shall not exceed that determined by the following formula:

L = [(S) (D) (P)1/2]/133,200 Where: L = Allowable leakage (gallons per hour) S = Length of pipe tested (feet) D = Nominal diameter of the pipe (inches) P = Test pressure (psi)

Q. Continue checking and addressing leaks and entrapped air until the pipe section passes the test. If the hydrostatic test fails, the Contractor shall have 2 working days to perform corrective measures and repeat and successfully complete the test. If the test fails twice, the Contractor shall pay the DepartmentMetro for all costs, including water and expenses of Department DWP and Metro staff, incurred after the second test failure. These costs will be deducted from the moneys due under Section F01290.

R. After the hydrostatic test passes and prior to any discharge, notify the EngineerDWP and Metro not less than 2 working days prior to sampling and before

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 7 of 11

testing the hydrostatic test water for discharge. The Engineer DWP will sample and test the hydrostatic test water for compliance with the NPDES discharge permit. Testing is expected to take up to 21 days. Hold the remaining test water until the lab results verify compliance with permit limits. The EngineerDWP will furnish the Contractor with the test results as soon as they become available. If the test water violates permit limits, treat as required to meet the permit limits. At a minimum, anticipate that the water will require treatment for pH and chlorine.

S. If treatment is required, supply a chemical injection system and a large treatment tank, approximately 20,000 gallons, to provide adequate chemical mixing and contact time to treat and reduce constituents to levels that meet the NPDES permit limits. The test water to be discharged is required to meet all permit limits at the point where the water leaves the treatment tank.

T. Notify the EngineerDWP and Metro not less than 2 working days before discharging hydrostatic test water to the storm drain. The EngineerDWP’s Environmental Lab will be onsite to inspect the adequacy of the treatment process and to sample treated test water at the point of discharge to verify compliance with the permit limits. Metro will also be on site. The qualified personnel shall continuously monitor and document the discharge from the treatment tank (every 15 minutes) in order to verify the treatment process is meeting permit requirements.

U. Discharge test water to a storm drain that has been protected using sand bags and filter media or another approved method to trap sediment and other material before it can enter the storm drain.

V. Dewater all low areas with trapped water. Pump maintenance holes, standpipes, and vaults to a dry condition.

W. Once all pipe sections have been tested and dewatered, remove all internal bulkheads and repair pipe lining. Clean pipe of any debris.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 8 of 11

3.03 DISINFECTING AND FLUSHING

A. General:

1. Disinfect all potable waterthe pipelines in accordance with ANSI/AWWA C651.

2. Schedule disinfection operations at the end of the contract timeconstruction period scheduled for construction of the 36 inch pipe to assure all pipelines and appurtenancesthe pipeline is are sterile at final completion.

3. Bacteriological testing will be performed by the Engineer’s DWP’s Water Quality Laboratory. Disinfect the pipeline so bacteriological testing results meet the requirements of State Department of Public Health or other appropriate regulatory agencies.

4. Notify the EngineerDWP and Metro not less than 2 working days before requesting residual testing and bacteriological sampling.

B. Sampling Taps: Provide along the pipeline as defined in AWWA C651. Taps may be made at maintenance holes and air valves to facilitate the spacing requirement.

C. Chlorination: Before filling the pipeline, open all valves, remove intermediate testing bulkheads, and patch the lining. Uniformly introduce a chlorine- water solution by means of a solution-feed chlorinating device. Introduce the solution at one end of the pipeline through a tap in such a manner that as the pipeline is filled with water, the concentration in the water entering the pipe is approximately 50 mg/L. If at any time the residual exceeds 75 mg/L, lower the chemical feed dosage to 50 mg/L. Prevent backflow of chlorine solution into the water supply line by the use of a reduced- pressure-principle backflow prevention device.

D. Chlorinating Valves: Operate all valves and other appurtenances while the pipeline is filled with the heavily chlorinated waterNot Used.

E. Retention Period: Retain chlorinated water in the pipeline long enough to destroy all non-spore-forming

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 9 of 11

bacteria. This period shall be not less than 24 hours. Maintain a free chlorine residual at pipeline extremities and at other representative points of not less than 25 mg/L. If the residual is at any time less than 25 mg/L, flush the pipeline and rechlorinate.

F. Flushing: After the applicable retention period, flush the heavily chlorinated water from the pipeline using fresh water until chlorine measurements show that the concentration in the water leaving the pipeline is no higher than 1.5 parts per million or as otherwise approved by the EngineerDWP.

G. De-chlorinate and Discharge: All chlorinated water discharged to a storm drain shall have a chlorine residual of less than 0.1 part per million and a pH level between 6.5 and 8.5. Provide a chemical injection system and a large storage tank, approximately 20,000 gallons, for the de-chlorination treatment so that adequate chemical mixing and contact time can be achieved and initial sampling verification can occur. If the initial tank sampling exceeds the chlorine residual or pH levels specified herein, adjust the reducing agent. During discharge, continuously monitor and document the treated water every 15 minutes for chlorine compliance. Provide sand bags and filter media so that sediment and trash can be separated out before the water enters the storm drain.

H. Additional Requirements:

1. Do not leave disinfection water in the pipeline longer than 14 days.

2. At no time following successful completion of the retention period shall the pipe be less than full of water for more than 48 hours.

3.04 CONNECTIONS TO EXISTING SYSTEM

A. Where connections are to be made to anthe existing potable water system by welding to the pipe stubs attached to the 36 inch butterfly valves, the interior surfaces of all pipe and fittings used in making the connections shall be swabbed or sprayed with a one percent hypochlorite solution after they are

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 10 of 11

installedthe final welds are made. Commence thorough flushing as soon as the connection is completed; continue until discolored water is eliminated.

B. Any personnel entering the pipe after disinfection shall wear protective clothing to prevent contamination of the pipe. Any equipment introduced into the pipe after disinfection shall be treated to prevent contamination of the pipe. All personnel entering the pipe after disinfection shall wear all protective equipment required for entry into a confined space with potentially toxic vapors.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02515 Page 11 of 11

SECTION F02560 - FABRICATION OF WELDED STEEL PIPE

PART 1 - GENERAL

1.01 RELATED DOCUMENTS (NOT USED)

1.02 SUMMARY

A. Fabrication of welded steel pipe.

B. Welding.

C. Flanges, gaskets, bolts, and nuts.

D. Inspection and Testing.

1.03 RELATED SECTIONS

A. Section F01330 – Submittals.

B. Section F01430 – Inspection.

1.04 REFERENCES

A. ANSI B16.1, Cast Iron Pipe Flanges and Flanged Fittings.

B. ANSI B16.5, Pipe Flanges and Flanged Fittings.

C. API Specification 5L, Specification for Line Pipe.

D. ASME Boiler and Pressure Vessel Code:

1. Section V, Nondestructive Examination.

2. Section VIII, Pressure Vessels, Division 1, Rules for Construction of Pressure Vessels.

3. Section IX, Qualifications Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators.

E. ASTM A 36, Specification for Carbon Structural Steel.

F. ASTM A 53, Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless.

G. ASTM A 105, Specification for Forgings, Carbon Steel, for Piping Components.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 1 of 24

H. ASTM A 181, Specification for Forgings, Carbon Steel for General Purpose Piping.

I. ASTM A 193, Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service.

J. ASTM A 194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure and High-Temperature Service.

K. ASTM A 234, Specifications for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures.

L. ASTM A 283, Specification for Low and Intermediate Tensile Strength, Carbon Steel Plates.

M. ASTM A 1011, Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low- Alloy, and High-Strength Low-Alloy With Improved Formability.

N. ASTM A 1018, Specification for Steel, Sheet and Strip, Heavy-Thickness Coils, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, Columbium or Vanadium, and High-Strength Low-Alloy with Improved Formability.

O. ASTM D 395, Test Methods for Rubber Property - Compression Set.

P. Publications by American Water Works Association (AWWA).

Q. AWS A 3.0, Standard Welding Terms and Definitions.

R. AWS A 5.1, Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding.

S. AWS A5.20, Specification for Carbon Steel Electrodes for Flux Cored Arc Welding.

T. AWS D1.1, Structural Welding Code - Steel.

U. AWS D10.9, Specification for Qualification of Welding Procedures and Welders for Piping and Tubing.

V. ASTM A325, Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 2 of 24

XW. ASTM A516, Standard Specification for Pressure Vessel Plates, Carbon Steel, for Moderate- and Lower- Temperature Service.

1.05 SUBMITTALS

A. Submit the following in accordance with Section F01330:

1. Purchase Order: Within 7 days of Notice to Proceed, submit a copy of the Purchase Order for the manufacturing of steel pipe.

2. Fabrication Schedule: Within 7 days of Notice to Proceed, submit a schedule showing start dates, durations, and end dates for the following activities and milestones: purchase order issued, steel ordered, submittal preparation, submittal review and approval, fabrication of straight pipe, fabrication of special sections, cement mortar lining, dielectric coating, cement mortar coating, hydrostatic testing, and pipe delivery.

3. Delivery Schedule: Within 30 days of Notice to Proceed, submit a schedule showing delivery by pipe stations and piece mark numbers.

4. Design Calculations: Design bulkheads, wyes, and tee special sections, and design computations. Calculations supporting alternatives, proportions, and details shall be signed and stamped by a licensed civil, mechanical, or structural engineer registered in the State of California.

a. Bulkhead Design: Use ASME Boiler and Pressure Vessel Code Section VIII, Pressure Vessels, Division 1. Design and fabricate with ASTM A 516 steel.

b. Wye and Tee Special Section Design: Develop details of wyes, tees, crotch plates, and opening reinforcement in accordance with the applicable provisions of AWWA M11 and AWWA C208.

5. Shop Drawings in separate submittal packages not less than 21 days apart unless otherwise required by EngineerMetro or DWP, in the following order:

a. Shop Drawings Package 1: Cylinder Fabrication.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 3 of 24

1) Steel cylinder details including approximate footage, approximate number of pieces, cylinder length, thickness, inside diameter (ID), shop hydrostatic test pressure, roundness tolerance, joint tolerance (maximum and minimum), type and thickness of undercoating, thickness of cement mortar lining, thickness of cement mortar coating, weld bell details, weld seam offset, maximum design deflection of standard joint length (in degrees and inches).

2) Shipping stull and brace block details with calculations for pipe 60-inch diameter and greaterNot Used.

b. Shop Drawings Package 2: Detail Drawings and Lay Diagram. Separate Package 2 into individual segments in accordance with Work Areas shown on the drawings.

1) Special Section details including location of outlets and details for joints, couplings, bulkheads, flanges, butt straps, outlets, tees, wyes, and other special sections.

2) Lay diagram plan and profile showing direction, stations, elevations, piece numbers, joint type, outlets, bulkheads, valves, vaults, and appurtenant piping. Stations shall increase from left to right on shop drawings. Lay diagram shall show the lap of bell and spigot not less than 2 inches.

6. Material Test Reports and Certifications:

a. Certified copies of mill test reports for all steel furnished, including physical and chemical properties.

b. Certified copies of mill test reports for all steel pipe and fittings 24 inches and smaller furnished, including physical and chemical properties.

c. Certified copies of mill test reports for all steel flanges, blind flanges, outlets,

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 4 of 24

couplings, bolts, nuts, and other steel appurtenances.

d. Certified test results for a 10-foot prototype section.

7. Welding Procedures:

a. Welding Procedure Specifications (WPSs): Minor adjustments in the weld procedure allowed by AWS D1.1.

b. Welding Procedure Qualification Records (PQRs).

c. Welder Performance Qualifications (WPQs).

8. Quality Control:

a. Guidelines for quality control and standard repair procedures.

b. Procedures for shop hydrostatic testing.

9. Actual welding parameters after acceptance of the prototype weld tests as specified in Subarticle 3.04E4 of this Section.

1.06 DEFINITIONS

A. Welding terms and definitions used in this Section shall be in accordance with ANSI/AWS A3.0. In addition, the following definitions shall apply:

1. Spiral Seam Pipe: Pipe in which the weld seam forms a helix on the barrel of the pipe. Girth seams are allowed for angles, bends, reducers, and enlargers only.

2. Straight Seam Pipe: Pipe in which the weld seam is parallel to the axis of the pipe.

3. Production Weld: Any weld produced by automatic welding or hand welding during fabrication.

4. Appurtenant Piping: Any piping, other than the main trunk line, used in pressure applications such as blow-off piping, air/vacuum piping or valve bypass piping.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 5 of 24

5. Special Section: A steel pipe section which has been fabricated with an outlet, wye branch, dished head, mitered girth seams, flanged ends, or with more than one size diameter such as a reducer or enlarger.

6. Angle: A special section with one mitered girth seam.

7. Bend: A special section with 2 or more mitered girth seams.

8. Stull: Post used to maintain the pipe’s shape during shipping and storage and to elongate the vertical diameter of the pipe prior to bedding consolidation operations. Each end of the stull shall be attached to the center of a brace block.

9. Brace Blocks: Beams attached perpendicular to a stull.

1.07 NOTIFICATION OF ENGINEERDWP AND METRO

A. Notify the EngineerDWP and Metro in accordance with Section F01430 prior to the start of pipe fabrication.

B. The EngineerDWP and Metro shall be present for all phases of steel pipe manufacturing and fabrication.

C. Notify the EngineerDWP and Metro to witness the following tests:

1. Tensile.

2. Bend.

3. Radiographic.

4. Die Dye Penetrant.

5. Grind Test.

6. Etch Tests.

7. Hydrostatic.

8. Magnetic Particle.

D. Notify the EngineerMetro and DWP 5 working days before shipping each pipe or special.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 6 of 24

E. For pipe which has been previously fabricated prior to this contract and is proposed to be supplied, retest all required witness tests with Metro and DWP witness in accordance with this section. Any repairs or other procedures requiring Metro or DWP witness or presence shall be redone in accordance with this section.

F. As an alternative to redoing tests, procedures and repairs, submit reports verifying that any test, procedure, or repair requiring DWP or Metro witness have been witnessed by an independent organization not associated with the supplier. Metro and DWP will review this documentation and determine its acceptability. If it is not acceptable the previously fabricated pipe shall be rejected.

1.08 QUALITY ASSURANCE

A. There are no prequalified welding procedures except for fillet welds.

B. Furnish supporting PQRs with each WPS.

C. Perform WPSs and PQRs in accordance with the ASME Boiler and Pressure Vessel Code, Section IX.

D. All welders and welding operators shall be qualified in accordance with the ASME Boiler and Pressure Vessel Code, Section IX.

E. Each welder shall be annually tested in the EngineerDWP’s presence to demonstrate the ability to produce welds in compliance with these specifications. The EngineerDWP may require additional test plates as the work progresses, and the EngineerDWP may remove from the project any welder whose work is unsatisfactory, regardless of the quality of their test welds.

1.09 DELIVERY, STORAGE, AND HANDLING

A. Stull and brace block the pipe for shipping.

B. Do not use chains for lifting pipe.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 7 of 24

PART 2 - PRODUCTS

2.01 MATERIALS

A. General:

1. Steel or fabricated pipe with scars or damage from hammering, pits greater than one-inch in diameter and deeper than 1/16-inch, laminations greater than 1/32-inch in depth, or any other physical defects that cannot be corrected by welding so as to restore the designed strength will be rejected by the EngineerDWP.

2. All furnished materials used in the fabrication of steel pipe shall be identified. Document and maintain identification throughout the fabrication process. Do not use remnant pipe without prior written approval from the DepartmentMetro and DWP.

3. The minimum plate thickness shall be not more than 0.010 inch less than the specified thickness. Unless otherwise specified, minimum thickness of the pipe shall be 0.375 inch.

4. Steel shall be continuous cast, fully-killed, fine grain.

B. Plate Steel: Steel plate used in the fabrication of welded steel pipe with a diameter of 24 inches or larger shall meet the requirements of ASTM A 283, Grade D, and the Supplementary Requirement X-4; or ASTM A 36 and the Supplementary Requirement X-4.

C. Coil Steel:

1. Coil steel used in the fabrication of welded steel pipe with a diameter greater than 24 inches shall meet the requirements of ASTM A 1011, SS Grade 33 or 36, Type 1; or ASTM A 1018, SS Grade 33 or 36, Type 1. Appendix X1.1 applies to all steel in this Subarticle.

2. Take one tensile test specimen from the outer lap of each coil, and one tensile test specimen from the middle one-third of each coil.

a. The maximum tensile strength of each specimen shall be 75,000 psi. When the tensile strength

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 8 of 24

exceeds 70,000 psi, the elongation shall exceed 30 percent in a 2-inch gauge.

b. Tensile tests shall include, yield strength, ultimate strength and percent elongation.

3. Take one bend test specimen from the outer lap of each coil, and one bend test specimen from the middle one-third of each coil. Test using the minimum inside radii specified in Appendix X1 of ASTM A 1011.

4. If any test specimen fails to meet the requirements of the material specifications, test a second specimen plate from the same heat number. If any test specimen from the second specimen plate fails, then all steel from the same heat will be rejected.

D. Appurtenant Steel Piping with a Diameter of 24 Inches or Less:

1. The pipe shall be fabricated in accordance with ASTM A 53, Type E, or API 5L, Grade A or Grade B meeting the chemical requirements of Grade A.

2. If the quantity of pipe utilized is greater than 1,000 feet, the production weld tests requirements of these specifications shall apply.

3. Prefabricated Fittings:

a. Prefabricated fittings shall be steel fittings meeting the requirements of ASTM A 234, Grade WPB, seamless.

b. Do not use prefabricated fittings in high-pressure applications or as part of a steel pipe main or distribution pipeline.

E. Steel Flanges and Accessories:

1. Flanges:

a. 4-inch through 12-inch in diameter shall be of the forged steel welded neck type and shall meet the requirements of ASTM A 181, Class 60 or ASTM A 105 Class 70.

b. 14-inch in diameter and larger shall be steel slip-on, blind, or ring flanges and shall meet

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 9 of 24

the requirements of ASTM A 181, Class 60; ASTM A 283, Grade C; or ASTM A 36.

c. Steel ring flanges mating to butterfly valves shall conform to the following:

1) Diameters 48 inches or less: AWWA C207 Class F.

2) Diameters 54 inches or more: AWWA C207 Class E.

2. Bolts:

a. Provide bolts for flanges that meet the requirements of ANSI B16.5, Section 6.9.1.

b. Provide nut and bolt head shapes in the American National Standard heavy hexagonal dimensions.

c. Machine bolt material for flanges under 16 inches shall meet the requirements of ASTM A 307, Grade B.

d. Machine bolt and stud bolt material for flanges 16-inch in diameter or larger shall meet the requirements of ASTM A 193, Grade B7, and ASTM A 194, Grade 2H.

e. Protect bolts from corrosion using a manufacturer-recommended coating.

3. Gaskets:

a. Use one piece 1/8-inch thick full-face compressed non-asbestos fiber gaskets.

b. Provide gasket material that extends not less than 1/8-inch beyond the outside circumference of the flange, and is flush with inside circumference of the flange.

c. Non-Insulating gaskets shall be Garlock, Blue-Gard 3000, Anchor Green Klinger C4401, or Red Devil 940.

d. Insulating gaskets, sleeves, and washers shall be as specified on the drawings.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 10 of 24

4. Welding Fittings:

a. Shall be butt-welded wrought carbon steel in accordance with ASTM A 234, Grade WPB.

b. Where welding-type outlets are shown on the drawings, match the mounting diameter to that of the surface upon which they are mounted. Where the mounting surface is curved to a diameter of 36 inches or more, the outlet bottom may be flat.

c. Forge threaded outlets and plugs from steel in accordance with ASTM A 105 or ASTM A 181, Class 70.

d. Form welding-type outlets from steel conforming to the requirements specified for threaded outlets.

e. Applicable manufacturers of welding fittings shall be as follows:

1) Threaded Outlets: Bonney “Thredolets”, Porter “W-S Teelets”, or Vogt “Weld Couplets.”

2) Welded Outlets: Bonney “Thredolets”, Porter “W-S Teelets”, or Vogt “Weld Couplets.”

5. Accessories:

a. Use a thread lubricating sealant on flanges and flange bolts specifically formulated for use as a bolt lubricant. Furnish certification from ANSI/NSF or EPA that the product is acceptable for use in potable water structures.

b. Use a Teflon-based pipe joint compound specifically formulated for use in joining threaded pipe. Furnish certification from ANSI/NSF or EPA that the product is acceptable for use in potable water structures.

c. Use a lubricant for mechanical couplings specifically formulated for such use. Furnish certification from ANSI/NSF or EPA that the product is acceptable for use in potable water structures.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 11 of 24

PART 3 - EXECUTION

3.01 FABRICATION

A. General:

1. Do not diminish plate thickness when grinding weld faces flush with the base metal.

2. Provide both ends of plain end pipe with a right angle cut.

3. Do not hammer pipe or weld during or after manufacturing.

4. Assign every pipe a mark number after belling. This mark number shall be permanently steel stamped, maintained during remaining manufacturing operations and shall not be changed.

B. Edge Preparation for Welding:

1. Cut all plates to size, with all edges straight, uniform, smooth, and free from scale and slag accumulation. Clean all plate edges and surfaces adjacent to the edges to be welded. Remove all oil, grease, rust, and mill scale by wire brushing, sand blasting, or other methods suitable for the intended purpose.

2. On special sections having abutting plates of different thickness, prepare the thicker plate so that the apex of the weld groove corresponds with that of the thinner plate. The thicker plate shall have a taper of not more than 2-1/2:1.

3. The longitudinal edges of all flat plates shall be lap-broken prior to the plate forming operation. Perform lap-breaking operation by either rolling or die pressing. Provide a uniformly curved plate edge matching the curve of the pipe shell.

4. Form plates to the proper curvature by rolling or pressing before the seams are welded. Provide a uniform circular curve.

5. All coil steel for spiral-seam pipe shall be helically formed before welding of the seams.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 12 of 24

Match and hold sheets in position during the welding operation.

6. The offset of abutting edges, after welding, shall be not more than 1/32-inch.

C. Straight seam pipe less than 36 inches in diameter shall have not more than 2 longitudinal seams. Sections 36 inches in diameter or greater shall have not more than 4 longitudinal seams. Stagger adjacent longitudinal seams 60 degrees.

D. Straight seam pipe with double-welded butt joint seams and a diameter of 24 inches or greater shall have not more than 3 girth seams.

E. Join coil ends with a full penetration, double-welded, butt joint. All coil splices and 36 inches of its circumferential junction welds shall be 100 percent x-rayed. The following restrictions shall also apply:

1. The coil end shall be not less than 12 inches from the end of any pipe section.

2. The coil end shall be not less than 12 inches from any girth welds.

3. No more than one coil end weld shall be used in any pipe section.

F. Special Sections:

1. Fabricate from straight pipe sections that have been tested in accordance with the requirements for straight pipe sections.

2. Do not locate attachment welds for outlets, reinforcing collars, or crotch plates within 12 inches of longitudinal, spiral, or girth seam welds.

G. Angles and Bends:

1. Deflections between adjacent courses of bends and angles shall not exceed 22 1/2 degrees. Butt-weld girth seams in the shop.

2. The distance between girth welds shall be not less than 12 inches.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 13 of 24

3. The distance from either end of a bend or angle section to the nearest girth seam shall be not less than 2 feet.

4. The radius of curvature of the pipe axis of shop- fabricated bends shall be not less than 2 1/2 times the pipe ID.

H. Preparation of Pipe Ends:

1. Slip Joint Ends:

a. Press or roll bell ends to the required shape. Press or expand the bell in a uniform and concentric manner. Inspect weld in the formed bell area with 100 percent magnetic particle method. Also inspect 20 percent of this weld by radiographic method.

b. The length of the straight portion of the bell shall be not less than 1 1/2 inches for pipe 24 inches in diameter or less, and not less than 3 inches for pipe greater than 24 inches in diameter.

c. Grind weld faces on the inside of the bell end and on the outside of the spigot end flush with the base metal surface within 6 inches of the pipe end.

d. Remove sharp edges and burrs from inside of the bell and outside of the spigot.

e. The bell end of a steel pipe section may be beveled up to 5 degrees.

2. Butt-Strapped Ends: Grind outside weld faces flush with the base metal surface within 6 inches of the ends.

3. Mechanically-Coupled Ends:

a. Grind outside weld faces flush with the base metal surface within 10 inches of the pipe end.

b. Prepare plain, grooved, or banded ends to fit the type of mechanical couplings to be used.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 14 of 24

4. Flanged Ends: Grind the outside weld faces flush with the base metal surface within 6 inches of the pipe end.

I. Outlets:

1. Fabricate reinforcing plates and pipe for outlets over 24 inches in diameter from the same material as the pipe, or as shown on the drawings.

2. The outside edge of any collar shall be not less than 2 feet from the end of the pipe and not less than 12 inches from the nearest girth weld seam.

3. Stress-relieve all double crotch plate outlets after welding. Also stress-relieve the crotch plate to pipe attachment weld for the same temperature and time as the crotch plate weld.

3.02 WELDING

A. General:

1. Minor adjustments allowed by AWS D1.1, may be made to weld procedures to accommodate production variations, provided the EngineerDWP is notified in writing.

2. All butt joints shall be full penetration double- welded.

B. Welds:

1. All welds shall produce complete fusion with the base metal.

2. Weld all longitudinal, spiral, and girth seams using a submerged arc welding process.

3. Shielded Metal Arc Welding (SMAW) may be performed when it is physically impossible to use a Submerged Arc Welding (SAW) process. SMAW may be performed on straight pipe sections to make tack welds, to repair structural defects, and to repair automatic machine welds.

4. Clean each layer of weld metal before additional filler metal is applied.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 15 of 24

5. Provide outside face reinforcement between 1/16-inch and 1/8-inch thick. The weld face may be ground or chipped to achieve the 1/8-inch face reinforcement thickness.

6. The weld face shall be central to the joint seam. Provide a finished joint free from depressions, burrs, undercut edges, irregularities, and valleys.

7. The weld face on the inside of the pipe shall be ground or chipped until the weld reinforcement is not more than 1/16-inch thick. Do not grind or chip below the surface of the plate.

8. Perform fillet welding in accordance with AWS D1.1. For base metal 1/4-inch thick or more, fillet welds shall be 1/16-inch less than the thickness of the base metal. Fillet welds shall fully penetrate into the joint root. Deposit filler metal in successive layers so that there will be at least as many passes as there are complete multiples of 1/8-inch in base metal thickness.

9. The filler metal used with automatic welding processes shall be comparable to and compatible with the base material in metallurgical and mechanical properties and design and service requirements.

10. Use electrodes for manual shielded metal arc welding that conform to AWS A5.1, Classification E6010 or E7018 Low Hydrogen Series.

C. Weld Repair:

1. Do not repair more than 5 percent of the total length of the original weld in any pipe section. Pipe sections requiring repair of more than 5 percent of the welded length will be rejected.

2. Enlarge welds found deficient in dimensions, but not in quality, by additional welding. If the weld is inaccessible or conditions exist which would make weld enlargement inadvisable, restore the original conditions by removing the weld metal, the members, or both, before enlarging the deficient weld.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 16 of 24

3. A weld not in compliance with these specifications shall be removed throughout its length by chipping or melting. Remove weld metal throughout its depth to expose clean base metal. For a local deficiency, remove a sufficient amount of weld metal to ensure that sound weld metal is remaining.

4. Do not extend cutting or chipping into the base metal beyond the heat-affected zone during removal of the weld. Do not burn or damage the base metal.

5. Inspect the background area by the "liquid dye penetrant method" approved by the EngineerDWP. The EngineerDWP and Metro will witness these inspections. Remove all linear or porosity indications prior to applying weld metal.

6. Remove and replace overheated weld metal and base metal with new weld metal. If the base metal cannot be repaired with weld metal, replace it.

7. Reject any pipe section with a weld not in compliance after 3 same-weld repairs.

D. Provide generators and transformers with devices for controlling the welding current and arc-voltage and with meters indicating the amount of each at all times.

3.03 FLANGE FABRICATION

A. General: Machine outside flange faces flat-faced in accordance with AWWA C207, Subarticle 4.2.2. Inside flange faces shall be flat-faced parallel to the outside faces.

B. Flange Finish for Flanges Smaller Than 48 Inches and for Insulating Flanges:

1. Face and serrate slip-on or ring flanges after welding to the pipe.

2. Finish flanges to a maximum roughness of 250 micro inches before serration.

3. Serrate flanges with concentric, V-shaped serrations, 1/64-inch deep, 1/32-inch apart.

4. Drill flanges after finishing.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 17 of 24

C. Flange Finish for Flanges 48 Inches and Larger Except Insulating Flanges:

1. Face flanges after welding to the pipe.

2. Drill flanges before finishing.

3. Flanges shall be flat-faced without serration and finished to a maximum roughness of 125 micro inches.

D. Provide blind flanges equal in thickness to a ring flange of the same pressure class. Machine and face to match the mating flange.

E. Inspect welded joints and subject them to radiographic examination, ultrasonic examination, or dye penetration examination.

3.04 SOURCE QUALITY CONTROL – GENERAL

A. General: Prepare and test all weld test specimens, including required reconditioning of a pipe section from which the specimen plate is cut, at no additional expense to the Department.

B. Weld Test Specimens:

1. Cut test specimen plates transverse to the spiral seam, longitudinal seam, or girth seam of the pipe sections at a location directed by the EngineerMetro. Plates may be obtained from the pipe section or a 2-foot drop section.

2. Test specimen plates for double-welded butt joint seams shall comply with AWS B4.0. The plates shall be large enough to provide all test specimens. If the specimen is taken from the pipe area, repair by hand welding a plate of the same material, thickness, and curvature as the pipe. The repair weld shall consist of a double-welded butt joint.

C. Weld Tests:

1. Reduced Section Tensile Test: The yield strength shall not be less than the minimum yield strength of the base metal. The tensile strength shall not be less than the minimum tensile strength of the base metal.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 18 of 24

2. Guided Bend Test: Perform bend tests on a root weld specimen and on a face weld specimen. Bend the specimens cold at 180 degrees around a pin or mandrel having a diameter 3 times the thickness of the plate, and show an elongation of not less than 20 percent across the weld. The entire bent area of the specimen shall be free of fractures.

3. Radiographic Test:

a. Take a 4-1/2-inch by 17-inch spot radiograph at a location as directed by the EngineerDWP.

b. Procedures and interpretations shall be in accordance with ASME Boiler and Pressure Vessel Code, Section 8, Division 1, Part UW51 except that ASTM E 94, Type 1 industrial radiographic film shall be used.

c. Additional radiographic tests will be required if weld irregularities, including seam misalignment or erratic profile, are observed.

4. Grind Test: When requested by the EngineerDWP, grind a small portion of the weld down to the root and perform the "liquid penetrant method" test. The EngineerDWP will inspect the root for welding defects.

5. Etch Test: Conform to the requirements of AWS D1.1 for Macro Etch Tests.

6. Porosity: Maximum acceptable porosity shall be as set forth in Appendix IV of the ASME Boiler and Pressure Vessel Code.

D. In-Process Visual Inspection: The EngineerDWP and Metro's acceptance is required at the following hold points:

1. After completion of fit-up.

2. After completion of the root pass and any required dye-check.

3. After completion of the weld.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 19 of 24

E. Prototype Weld Tests: Include one reduced-section tensile test, guided bend tests, and one spot radiograph.

1. Fabricate one 10-foot long prototype of the steel pipe using the submitted WPS.

2. Take prototype weld tests for double-welded butt joint seams from 2 locations.

3. Should any of the tests fail to meet the requirements of these specifications, make corrective adjustments to the welding procedure and fabricate another 10-foot long prototype.

4. Submit actual welding parameters after acceptance of the prototype weld tests by the EngineerDWP.

F. Production Weld Tests: For both spiral welded and straight seam pipe, include one reduced section tensile test, guided bend tests, and one spot radiograph.

1. Prepare and test one set of production weld test specimens from each shift's production run or 600 linear feet of weld, whichever is smaller.

2. If any of the shift’s production weld tests fail to meet the requirements of these specifications, perform one set of additional tests on each preceding and successive sections of pipe. Conduct tests on additional preceding and successive pipe sections until the tests meet the requirements of these specifications. The remaining pipe of the shift's production run shall be deemed acceptable.

3. The EngineerDWP will determine the status of the original pipe section not meeting the requirements of these specifications.

4. The EngineerDWP may require additional weld test specimen plates if there is any other indication that an unsatisfactory production weld has been made.

5. Welded steel pipe 12 inches in diameter or less will not require this method of testing.

G. Special Sections and Straight Seam Pipe:

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 20 of 24

1. Welds will be inspected by the in-process visual inspection method.

2. Girth seams shall be 100 percent radiographed. When 100 percent radiography is physically impossible, hydrostatic testing may be substituted.

3. Perform soap and air test where applicable.

4. Perform 100 percent ultrasonic testing of crotch plate welds and attachment welds between the main pipe, crotch plates, and outlets. Retest after stress relieving, if applicable.

H. Appurtenant Piping 24 Inches in Diameter or Less:

1. Welds will be inspected by the in-process visual inspection method.

2. Inspect each butt weld by spot radiographs in accordance with these specifications.

I. Weld Re-Inspection: Any portion of a pipe belled, sized, or otherwise deformed shall have the weld re- inspected in accordance with the API Standard 5LX, Section 7, Paragraphs 7.18 through 7.21.

3.05 SOURCE QUALITY CONTROL - HYDROSTATIC TESTS

A. General:

1. Maintain the test pressure for not less than 2 minutes. The EngineerDWP or Metro may require the test pressure to be held for up to 5 minutes.

2. While under pressure, inspect the welded seams for leaks, and plainly mark each leak.

a. Any section showing more than one leak for every 5 feet of weld seam will be rejected. Repair leaks on sections showing less than one leak for each 5 feet of welded seam and not more than 2-1/2 percent of the total length of the welded seam. Hydrostatically retest the repaired pipe. Any pipe section that leaks during a retest will be rejected.

b. Do not close leaks with caulk.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 21 of 24

3. After testing by the Engineer , stamp pipe sections with a legible mark of identification.

B. Straight Pipe Sections: Test each straight pipe section to the pressure as determined by the following formula:

P = 2σt/D, where:

P = Pressure in pounds per square inch XXX psi(psi).

σ = 75 percent of the specified minimum yield strength.

t = Wall thickness of the pipe in inches.

D = Outside diameter (OD) in inches of straight pipe section or the larger OD of tapered sections.

C. Special Sections: Only when radiography is physically impossible.

1. Hydrostatic test pressure shall be 1-1/2 times the design pressure or 100 psi, whichever is greater.

2. For outlets that have been welded to straight pipe sections that have received hydrostatic testing, the outlet welds may be tested by the soap and compressed air method.

D. Insulated Joint Assembly: Using bulkheads, test to 1.5 times the design pressure or 100 psi, whichever is greater.

3.06 SOURCE QUALITY CONTROL - RADIOGRAPHIC TESTS

A. Test special sections in accordance with the ASME Boiler and Pressure Vessel Code, Section VIII, Unfired Pressure Vessels, Paragraph UW-51.

3.07 SOURCE QUALITY CONTROL - TOLERANCES

A. Diameter:

1. Specify pipe sizes by either ID or OD.

2. The diameter specified shall be the nominal diameter.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 22 of 24

3. The ID of pipe whose OD is specified shall be the nominal OD minus twice the nominal plate thickness.

4. The OD of pipe whose ID is specified shall be the nominal ID plus twice the nominal plate thickness.

5. The ID of a bell shall be between 1/32-inch and 1/16-inch greater than the OD of the adjoining spigot end.

6. Where a backing ring is utilized, the ID of the ring shall be between 1/32-inch and 1/16-inch greater than the OD of the adjoining spigot end.

7. The pipe shall have a uniform circular cross- section throughout its length.

B. Circumference:

1. The circumference shall be computed from the nominal diameter.

2. The measured circumference of the pipe within 8 inches from each end shall not be more than 1/8-inch greater than the computed circumference nor 1/16-inch less than the computed circumference.

3. The measured circumference of the pipe, except within 8 inches from each end, shall not be more than 9/32-inch greater than the computed circumference nor 3/32-inch less than the computed circumference.

C. Roundness: The pipe shall not be out-of-round on any diameter by more than ± one percent of the specified diameter. Within 8 inches from the ends, the tolerance shall be:

1. Pipe 96 inches OD and less: 0.5 percent of the specified diameter but not more than 1/4-inch.

2. Pipe greater than 96 inches OD: Not more than 1/2-inch.

3. Pipe ends that exceed tolerance may be reconditioned by rolling or by pressure. Do not use hammering. Resubmit to the EngineerMetro and DWP for approval and hydrostatically test.

D. Length:

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 23 of 24

1. Pipe sections, except closures and specials, shall be not more than 40 feet long.

2. The length of each straight pipe section shall not vary by more than 2 inches from that indicated on the approved shop drawings.

3. The length of each special section shall not vary by more than 1/8-inch.

E. Straightness:

1. Pipe sections shall be straight with the walls parallel to the axis of the pipe. Pipe sections with misalignment from a straight line parallel to the pipe axis exceeding 1/8-inch for 10 feet of pipe length will be rejected.

2. Misalignment of the bell to the straight pipe shall be limited to one-half the plate thickness.

3.08 INSULATED JOINT ASSEMBLY

A. Clean pits, gouges, rust debris, oil, and grease from flange surfaces.

B. Tighten bolts to uniformly compress the gasket following the bolt pattern specified by the gasket manufacturer.

C. If assembly is disassembled due to hydrotest failure, replace with new gasket and insulating kit, and re-test.

D. Upon successful hydrotest, remove test heads and apply epoxy lining and coating. Then perform final continuity test in the presence of the EngineerMetro and DWP.

3.09 CLEANING AND DAMAGED PIPE

A. Thoroughly clean the pipe of loose mill scale, paint, oil, grease, burned flux, molten metal, and other foreign substances.

B. All pipe sections and special sections that have dents, kinks, abrupt changes of curvature other than specified, or damage at any time will be rejected. All pipe sections or special sections that have been dropped from a truck or crane will be rejected. The

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 24 of 24

fabricator shall replace the rejected sections with undamaged sections.

C. Pipe rejected because of substantial damage may be reconditioned upon approval of the EngineerMetro and DWP by rolling or by pressure. Do not use hammering. Pipe rejected because of gouges, scars, or other minor damage shall be reconditioned to return the pipe to its design strength and specified characteristics in a manner approved by the EngineerMetro and DWP. Where reconditioning has required removal and replacement of a weld or reshaping by rolling, the reconditioned area shall be inspected by spot radiographs or retested hydrostatically by the fabricator as determined by the EngineerMetro and DWP.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02560 Page 25 of 24

SECTION F02561 - INSTALLATION OF WELDED STEEL PIPE

PART 1 - GENERAL

1.01 RELATED DOCUMENTS (NOT USED)

1.02 SUMMARY

A. Install welded steel pipe, appurtenances, and accessories.

1.03 RELATED SECTIONS (NOT USED)

A. Section F01330 – Submittals.

1.04 REFERENCES

A. ANSI B16.1, Cast Iron Pipe Flanges and Flanged Fittings.

B. ANSI B16.5, Pipe Flanges and Flanged Fittings.

C. API Specification 5L, Specification for Line Pipe.

D. ASME Boiler and Pressure Vessel Code:

1. Section V, Nondestructive Examination.

2. Section VIII, Pressure Vessels, Division 1, Rules for Construction of Pressure Vessels.

3. Section IX, Qualifications Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators.

E. Publications by the American Society for Testing and Materials (ASTM).

F. Publications by American Water Works Association (AWWA).

G. AWS A 3.0, Standard Welding Terms and Definitions.

H. AWS A 5.1, Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding.

I. AWS A 5.20, Specification for Carbon Steel Electrodes for Flux Cored Arc Welding.

J. AWS D 1.1, Structural Welding Code - Steel.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 1 of 10

K. AWS D 10.9, Specification for Qualification of Welding Procedures and Welders for Piping and Tubing.

L. ASTM A 36, Specifications for Carbon Structural Steel.

1.05 SUBMITTALS

A. Submit the following in accordance with Section F01330:

1. Drawings:

a. Mechanical coupling design calculations and detailed shop drawings. Include information on joint sealers and backer rods.

b. Manufacturer’s weld procedures of the end-rings associated with the restraining type mechanical couplings. Include the manufacturer’s procedures for locating and installing the end rings. Template shop drawings and procedures shall assure that the end-rings are properly located.

2. Plans and Procedures:

a. Welding Procedure Specifications (WPSs): Submit not less than 10 days prior to beginning installation. Include weld sketches as necessary, and the number and position of passes. Minor adjustments in the weld procedure are allowed by AWS D1.1.

b. Welding Procedure Qualification Records (PQRs): Submit not less than 10 days prior to beginning installation.

c. Welder Performance Qualifications (WPQs): Submit not less than 10 days prior to beginning installation.

d. Field stulling detail drawings, procedures for ensuring final in-place roundness following bedding and backfill operations, and supporting calculations.

e. Plans and procedures to prevent pipe flotation, deflection, or damage prior to completion of trench backfill.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 2 of 10

1.06 QUALITY CONTROL

A. There are no prequalified welding procedures under this Section.

B. Furnish each WPS with all supporting PQRs attached.

C. Perform WPSs and PQRs in accordance with the ASME Boiler and Pressure Vessel Code, Section IX.

D. All welders and welding operators shall be qualified in accordance with the ASME Boiler and Pressure Vessel Code, Section IX.

F. The Engineer will have the right at any time to call for and witness the making of test specimens by any welder.

1.07 DEFINITIONS

A. Welding terms and definitions used in this Section shall be in accordance with ANSI/AWS A 3.0. In addition, the following definitions shall apply:

1. Spiral-Seam Pipe: Pipe in which the weld seam forms a helix on the barrel of the pipe.

2. Straight-Seam Pipe: Pipe in which the weld seam is parallel to the axis of the pipe.

3. Production Weld: Any weld produced by automatic welding or hand welding during fabrication.

4. Special Section: A section with an outlet, wye branch, dished head, mitered girth seam, reducer, or enlarger.

5. Angle: A special section with one mitered girth seam.

6. Bend: A special section with 2 or more mitered girth seams.

7. Fabricated Fitting: A special section that is fabricated from straight sections of steel pipe.

8. Internal Diameter: Measured from pipe internal steel surface.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 3 of 10

9. Finished Internal Diameter: Measured from pipe internal lined surface.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Store pipe and associated materials in compliance with the requirements of the SSPWC, Subsection 7-10.2.

B. Do not block access to driveways, walkways, and any other means of ingress or egress to residences and business establishments.

PART 2 – PRODUCTS NOT USED

PART 3 - EXECUTION

3.01 FIELD INSTALLATION - GENERAL

A. Pipe laying tolerance shall be the greater of 0.1 feet or ± one percent of the diameter of the pipe, in the horizontal and vertical directions. Set the top of pipe, indicated in the Pipe Shop Drawings as the Field Top, within ± one degree of the vertical.

B. After each section of pipe is bedded for not less than 50 percent of its length, attach to the previous section of pipe by means of a welded slip joint, unless otherwise shown on the drawings.

C. For welded slip joints, an asymmetrical insertion of the spigot end into the bell to accommodate small changes or adjustments in alignment or grade may be performed with the Engineer's approval. The lap shall be not less than 1-1/2 inches. Where a 3-inch lap is required, the lap shall be not less than 3 inches.

D. Bed each section of pipe to provide continuous bearing and prevent uneven settlement and lateral displacement.

E. Weld pipe joints prior to placing heat shrink joint protection sleeve around the pipe per AWWA C216.

F. Welding terms and definitions used in this Section are in accordance with ANSI/AWS A 3.0.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 4 of 10

G. Flange Joints: Use insulated flange connections on 12-inch or smaller service outlets and on appurtenance outlets as shown on the drawings.

H. Final In-place Roundness: Upon removal of stulls and blocks following completion of backfill operations, all trunk line at all locations shall have an in-place finished internal diameter within one percent of the average finished internal diameter. The average finished internal diameter will be determined by the EngineerDWP at each point of inspection by summing a vertical and a horizontal finished internal diameter measurement and dividing by 2.

1. For pipe in concrete cradle or encasement, provide adequate stulling and brace blocks to ensure final in-place roundness. Notify the Engineer Metro and DWP not less than 48 hours prior to commencement of cradle or encasement operations for each pipe section. Provide access for the EngineerMetro and DWP to inspect pipe interior for roundness.

2. For cement slurry or consolidated bedding and backfill, prior to placement of slurry or consolidation of bedding, elongate the vertical diameter of the pipe using stulls and brace blocks. Elongation shall be sufficient to ensure final in- place roundness. Notify the Engineer not less than 48 hours prior to commencement of bedding operations for each pipe section. Provide access for the EngineerDWP and Metro to inspect pipe interior for roundness.

3. Where final in-place roundness limits are exceeded, remove cradle, encasement, bedding, or backfill, as needed, then re-elongate the pipe using stulls and brace blocks. Replace cradle, encasement, bedding, or backfill, and re-measure for the specified tolerance.

3.02 WELDING CONDITIONS

A. Furnish a Welding Procedure Specification for each welding process. Perform Welding Procedure Specifications in accordance with the ASME Boiler and Pressure Vessel Code, Section IX.

1. Furnish Procedure Qualification Records to support all Welding Procedure Specifications. Prepare Procedure Qualification Records in accordance with

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 5 of 10

the ASME Boiler and Pressure Vessel Code, Section IX.

2. Minor adjustments allowed by the American Welding Society, AWS D1.1, may be made to the procedure as necessary to accommodate production variations, provided the EngineerDWP is notified of such change.

B. Prior to any field welding, hold an onsite meeting with the EngineerDWP and Metro.

C. Electrodes for manual shielded metal arc welding shall conform to AWS A5.1, AWS A5.5, or AWS A5.20, Classification E6010 or E7018 Series. Perform field welds using the shielded metal-arc welding process with a flux-coated electrode of not more than 3/16-inch in diameter.

1. Use classification E6010 electrodes for the root weld.

2. Use classification E6010 or E7018 for subsequent weld passes.

3. Use and store electrodes in accordance with the manufacturer's printed instructions. The EngineerDWP may inspect electrodes at any time. Electrodes that are deteriorated or that are not stored in accordance with the manufacturer's printed instructions will be rejected.

4. Do not interchange electrodes of different classifications during the process of making a weld.

D. Welds:

1. All welds shall produce complete fusion with the base metal.

2. Remove all foreign substances including oil, grease, rust, mill scale, and paint from within 3 inches of all edges to be welded. Thoroughly clean each layer of welded metal before applying additional filler metal.

3. The weld face shall be central to the joint seam. The finished joint shall be free from depressions, burrs, undercut edges, irregularities, and valleys.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 6 of 10

4. All butt joint welds shall be full penetration. Backgouge root passes for double-welded butt joints.

5. Perform fillet welds in accordance with AWS D1.1. Fillet welds shall fully penetrate into the joint root. Deposit filler metal in successive layers so there will be at least as many passes as there are complete multiples of 1/8-inch in the pipe wall thickness.

6. Weld in continuous circumferential passes. Complete each pass for the full circumference of the seam. When welding is interrupted, clean the weld before work is resumed. Wash beads will not be allowed as a deposition pass, but are permissible as a clean-up pass after the depositional passes are completed and approved by the EngineerDWP.

7. The thickness of each bead shall not exceed 1/4-inch for the root pass and 3/16-inch for the remaining additional passes. The width of each pass shall not exceed 3 times the electrode diameter.

8. Perform welding only when the surfaces are free of moisture.

9. Do not weld during high winds or rain unless the areas being welded are shielded.

10. For joints in pipe sections not designated on the drawings to be pressure tested, weld the pipe inside and outside.

E. Weld Quality:

1. Provide complete fusion between the base metal and filler metal and produce a weld free of cracks, slag inclusions, and porosity.

2. Provide surfaces free of unusual grooves, valleys, depressions, burrs, overlapping, undercutting, or other irregularities.

3. Provide smooth transitions from the weld to the plate metal.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 7 of 10

3.03 TESTS AND INSPECTIONS

A. All field welds will be given an in-process visual inspection by the LADWPDWP. Should the in-process visual inspection of any pass indicate a defect, an optional dye-penetrant or magnetic particle examination of that weld, or both, at the option of DWP shall be made to determine the extent of the defect.

B. For full-penetration butt joints, back gouge the root pass and examine with a dye-penetrant test before proceeding. 100 percent radiographic test the final weld in accordance with the procedures and interpretations of the ASME Boiler and Pressure Vessel Code, Section 8, Division 1, Part UW51, except that ASTM E 94, Type 1 industrial radiographic film shall be used.

C. The in-process visual inspection of the welds requires the EngineerDWP and Metro's acceptance at the following steps:

1. After completion of fit-up.

2. After completion of the root pass and any required dye-check.

3. After completion of the weld.

D. Furnish a Field Weld Inspection Report Form from the LADWP DWP for every welded joint.

E. Defects and Repairs:

1. Repair nicks, gouges, notches, grooves, and depressions in the base metal in the area of the seam before the seam weld is made. Remove tack welds, clips, and other attachments and repair defects, except where tack welds occur within the weld area and these tack welds do not exceed, in size, the completed weld. Grind repair areas to clean metal and repair by building up with weld metal and grinding smooth to form a plane surface with the base metal.

2. Correct welds found deficient in dimensions, but not in quality, as directed by the EngineerDWP.

3. Remove welds deficient in quality by a grinding or cutting method approved by the EngineerDWP. Do not

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 8 of 10

extend removal of the weld into the base metal beyond the heat-affected zone. Do not burn or damage the base metal. Remove weld metal throughout the depth to expose clean base metal. For a local deficiency, remove a sufficient amount of weld metal to ensure that sound weld metal remains.

4. Arc scars, nicks, notches, grooves, or depressions in the adjacent base metal occurring during welding shall be promptly repaired.

5. Inspect the background area using a "liquid penetrant method" approved by the EngineerDWP. Conduct inspections in the presence of the Engineer. Remove all linear or porosity indications in the background area prior to applying any weld metal.

6. Remove overheated weld metal and base metal, and then replace with new weld metal.

7. Do not caulk or peen welds to correct defects.

3.04 WELDED SLIP JOINTS

A. Welds shall be made only on the inside of the pipe for pipe having a diameter greater than 36 inches and on the outside of the pipe for pipe having a diameter 36 inches or less. Joints greater than 36 inches in diameter that are not pressure tested shall be welded inside and outside.

B. The lap shall be not less than 1-1/2 inches.

C. Every sixth joint, or not less than one joint in every 250 feet, shall have a 3-inch stab. The first joint on each side of all concrete encased sections shall have a 3-inch stab. Weld 3-inch stab joints after all the joints on both sides have been welded and backfilled. Weld the joint when the temperature of the steel is at its lowest during the 24-hour day.

D. Stagger longitudinal pipe weld seams of adjacent pipe sections 90 degrees.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 9 of 10

E. Provide bell holes at all welded joints, butt straps, and mechanical couplings to allow unrestricted access to the outside of the joint to facilitate installation and coating.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02561 Page 10 of 10

SECTION F02565 – LININGS AND COATINGS FOR WELDED STEEL PIPE

PART 1 - GENERAL

1.01 RELATED DOCUMENTS (NOT USED)

1.02 SUMMARY

A. Shop- and field-applied protective linings and coatings on welded steel pipe, pipe appurtenances, and maintenance hole standpipes, including:

1. Cement mortar lining and coating.

2. Undercoating systems.

3. Epoxy coatings.

4. Inspection and testing.

1.03 RELATED SECTIONS (NOT USED)

1.04 REFERENCES

A. ASTM A82, Specification for Steel Wire, Plain, for Concrete Reinforcement.

B. ASTM A185, Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement.

C. ASTM C33, Standard Specification for Concrete Aggregates.

D. ASTM C109, Test Method for Compressive Strength of Hydraulic Cement Mortars.

E. ASTM C150, Specification for Portland Cement.

F. ASTM C685, Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing.

G. AWWA C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied.

H. AWWA C205, Cement-Mortar Protective Lining and Coating for Steel Pipe – 4 inches and Larger - Shop Applied.

I. AWWA C210, Liquid-Epoxy Coatings Systems for the Interior and Exterior of Steel Water Pipelines.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 1 of 18

J. AWWA C213, Fusion Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines.

L. AWWA C215, Extruded Polyolefin Coatings for the Exterior of Steel Water Pipelines.

M. SSPC, SP-1, Solvent Cleaning.

N. SSPC, SP-5, White Metal Blast Cleaning.

O. SSPC, SP-10, Near-White Metal Blast Cleaning.

P. NACE, RP-02-74, High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation.

Q. NSF/ANSI 61-2005/Addendum 1.0-2005, Drinking Water System Components - Health Effects.

1.05 SUBMITTALS

A. Submit the following in accordance with Section F01330:

1. Product Data.

2. Mix design for each shop and field type of cement- mortar lining and coating, and where each type of mix shall be used.

3. Manufacturer’s certification that the following materials have been tested in accordance with the material specified and meets the requirements of these specifications.

a. Cement.

b. Sand.

c. Coal tar.

d. Steel wire reinforcement.

e. Epoxy.

f. Extruded coating systems.

4. Material specifications and material safety data sheets for all shop- and field-applied materials.

5. Test procedures to determine in-place adhesion requirements of undercoating system.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 2 of 18

6. Visual standards for interior and exterior surface preparations on a 6-inch square sample of steel for each type of surface. Protect each sample from contamination and corrosion and maintain as a reference standard throughout coating operations.

7. Quality Control Guidelines.

8. Detailed application procedures, equipment, safety procedures, and material certifications.

9. The names and qualifications of the workers and supervisors to be employed on the coating operations not less than 14 days prior to the start of coating operations.

10. Documentation verifying that facilities and equipment comply with the requirements of Subarticle 3.01E6 of this Section.

1.06 DEFINITIONS

A. Special Section, Angle, Bend: As defined in Article 1.06 of Section F02560.

B. DFT: Dry Film Thickness.

1.07 NOTIFICATION OF ENGINEERDWP AND METRO

A. Notify the EngineerDWP and Metro in accordance with Division F01430 prior to the start of linings and coatings.

B. The EngineerDWP and Metor shall be present to witness all lining and coating processes.

C. Notify the EngineerMetro and DWP to witness the following tests:

1. Holiday testing.

2. Undercoating peel testing.

3. Megger testing.

D. Previously coated pipe will not be accepted. Remove all previously applied coatings.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 3 of 18

1.08 DELIVERY, STORAGE, AND HANDLING

A. Pad all slings, forks, supports, and skids used in handling or storing coated pipe.

B. Use padded cradles when shipping pipe to provide support along 1/4 of the pipe circumference and to protect the pipe coating. Do not use chains and steel bands.

C. Store all paint, primer, and tape material indoors in a well-ventilated area with an ambient temperature between 50F and 100F. Mark all materials with their expiration date.

1.09 QUALIFICATION OF MANUFACTURERS

A. The Department desiresDWP and Metro require that the manufacturer demonstrate not less than 5 years successful application of the coating system on large diameter steel water pipelines as specified herein.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Cement-Mortar:

1. Base mix design on the following:

a. A minimum compressive strength of 2,600 psi in 7 days.

b. A minimum compressive strength of 4,500 psi in 28 days.

c. Materials shall comply with AWWA C205 as modified herein.

d. Cement shall be low-alkali Portland cement meeting the requirements of ASTM C150, Type II or Type V.

e. Sand shall meet the mortar requirements of the SSPWC, Subsection 200-1.5.3, and the additional impurity and gradation requirements of AWWA C205, Section 4.2 for mortar.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 4 of 18

f. Water shall contain not more than 1,000 ppm of chlorides calculated as Cl, nor more than 1,000 ppm of sulfates calculated as SO4. Water shall be clean, colorless, and free of any materials that may reduce the strength or durability of the cement mortar.

2. Wire-fabric reinforcement for mortar coating shall meet the requirements of ASTM A 185. Reinforcement shall not be crimped and shall be clean and free of rust.

3. Spiral-wire reinforcement for mortar coating shall meet the requirements of ASTM A 82 and a minimum size of W0.5 (0.080 inch).

B. Coal-Tar Enamel Undercoating System:

1. The primer, coal-tar enamel, and outerwrap shall comply with the requirements of AWWA C203, Section 4.

2. The primer shall be Type B.

3. The coal-tar enamel shall be Type I. If approved by the EngineerDWP, Type II enamel may be used.

C. Extruded Polyolefin Undercoating System:

1. Provide a multi-layer polyolefin coating system that complies with AWWA C215, except as modified herein.

2. The coating system shall be side-extruded (Type B) consisting of a butyladhesive layer and a polyethylene sheath.

3. Apply in accordance with the manufacturer’s printed instructions, unless otherwise specified herein.

D. Epoxy Coatings and Linings:

1. Exterior of pipe and appurtenances, direct-buried or installed in vaults: Powercrete J Epoxy as manufactured by Berry Plastics Corporation.

2. Interior of pipe and appurtenances: NSF-approved for use with potable water. Unless otherwise shown on the drawings, use Dura-Plate UHS as manufactured by the Sherwin-Williams Company.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 5 of 18

3. Exterior of pipe and appurtenances exposed to sunlight: Zinc Clad III HS 100, Recoatable Epoxy Primer Low VOC, and Hi-Solids Polyurethane 100 as manufactured by the Sherwin-Williams Company.

PART 3 - EXECUTION

3.01 SHOP APPLICATION

A. General:

1. Before cleaning and surface preparation, test the inside and outside surfaces of steel pipe sections for residual chloride concentration.

a. Chloride test equipment shall be Chlor*Test, as manufactured by Chlor*Rid International, Inc. Perform tests in the presence of the EngineerDWP and Metro at 3 locations on the surface for every 1,000 feet of pipe. The EngineerDWP will determine the test locations. If the residual chloride concentration exceeds 5mg/cm2, sandblast and apply a phosphoric acid wash. The average pipe temperature, measured at 3 different locations, shall be 80F to 130F during the acid wash procedure. The acid wash shall be a 5 percent by weight phosphoric acid solution. Determine the duration in which the acid is in contact with the surface using the average temperature as tabulated herein:

Pipe Contact Temperature Time (F) (Seconds) 80 52 85 42 90 36 95 33 100 28 105 24 110 21 135 10

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 6 of 18

b. After the acid wash has been completed, remove the acid with demineralized water having a maximum conductivity of 5 micromhos/cm at a minimum nozzle pressure of 2,500 psi. Follow with a dry abrasive blast on the inside and outside surfaces of the pipe. Retest the pipe for residual chloride concentration in accordance with this Subarticle. Remove all residue from the test area before applying coating and lining.

2. The exterior surface of each section of steel pipe shall receive a single factory-applied undercoating system as specified herein and where shown on the drawings.

3. The exterior surface of special sections shall be coated with coal-tar enamel or epoxy as indicated on the drawings and as follows:

a. Isolate all special sections. After approval by the EngineerDWP, coat the previously isolated special sections with a coal-tar enamel system meeting the requirements of AWWA C203, Section 4, except as modified herein. The total thickness, including the glass felt outer wrap, shall be not less than 1/8-inch, with a tolerance of plus 1/32-inch.

b. If epoxy coating is specified on the drawings, apply epoxy to the entire special section in accordance with Subarticle 3.01H of this Section.

4. Holdbacks shall be straight-edged for the total thickness of every coating.

B. Cement-Mortar Lining:

1. Apply centrifugally by spinning the pipe. Apply in accordance with the requirements described in AWWA C205, except as modified herein.

2. Thickness and tolerances shall be as shown on the drawings.

3. In addition to the finish requirements under Section 4.4 of AWWA C205, remove latency to obtain a smooth, hard, finished surface by a method approved by the EngineerDWP.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 7 of 18

4. Replace related paragraphs of 4.4.7 of AWWA C205 with the following:

"Steam or water cure the lining. Immediately after lining each pipe section, seal the ends with plastic sheeting not less than 4 mils thick and maintain in place during the period of storage in the plant and during delivery to the jobsite.”

"Begin steam curing not sooner than 4 hours after application of the lining. Apply continuously for not less than 16 hours with a relative humidity of not less than 85 percent at temperatures between 90F and 125F. Then water cure for 4 days prior to shipping.”

"Keep the lining of the pipe moist and the pipe ends sealed until the pipe is delivered to the jobsite."

5. Cut out defective or damaged lining and repair with materials equal to the adjacent undamaged section. Cut the edges of the existing lining approximately normal to the pipe shell. Reinforce areas greater than 5 inches by 9 inches with 2-inch by 4-inch, 13-gage, welded wire-fabric, spot-welded to the pipe. Water cure repaired areas for 7 days prior to shipping.

C. Coal-Tar Enamel Undercoating System:

1. General:

a. Clean the pipe in accordance with SSPC, SP-10, prior to coating.

b. Do not allow pipe to flash rust prior to coating.

c. Do not coat mechanical couplings with coal-tar enamel.

2. Application:

a. Apply in accordance with the requirements described in AWWA C203.

b. Do not apply to the interior of the pipe. All references to coal-tar enamel lining in AWWA C203 shall not be used.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 8 of 18

c. The coating shall consist of primer, coal-tar enamel 3/32-inch thick with a tolerance of +1/32 inch, and glass felt. Total thickness of the system shall be 1/8 inch with a tolerance of +1/32 inch.

D. Extruded Polyolefin Undercoating System:

1. Grind exterior weld seams flush to a smooth finish without reducing the wall thickness.

2. Apply in a continuous operation as prescribed in AWWA C215, except for the following:

a. Preheat the entire pipe to not less than 80F.

b. The thickness of the adhesive shall be not less than 10 mils. If testing reveals a thickness less than 10 mils, strip the entire coating system from the pipe and reapply.

c. Edge lap the adhesive not less than 0.5 inch and not more than 2 inches.

d. The thickness of the polyethylene sheath shall be not less than 60 mils.

e. Edge lap the polyethylene sheath not less than one inch.

F. Cement Mortar Coating:

1. Reinforcement:

a. Pipe up to and including 60 inches in diameter:

1) Double wire, applied spirally under moderate tension while the mortar coating is being applied.

2) Apply over a 3/8-inch thick layer of cement mortar.

3) Maximum spacing of the wires shall be ¾-inch.

b. Pipe over 60 inches in diameter:

1) Wire-fabric applied over a 3/8-inch layer of cement-mortar.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 9 of 18

2) Apply in circumferential strips or by helical winding of a continuous roll of reinforcement onto the pipe.

3) Apply so members on the smaller spacing run circumferentially or helically around the pipe.

4) Circumferential strips shall overlap adjacent strips by not less than 4 inches. The ends shall overlap not less than 4 inches and shall be spliced with 16-gage steel wire at intervals not exceeding 12 inches. Stagger splices around the circumference of the pipe, but adjacent splices shall not be diametrically opposite each other.

5) Helically wound strips shall have a continuous 2-inch overlap. Overlap roll ends 4 inches overlap and splice by tying securely. Add a 12-inch wide strip over the reinforcement at each end of the pipe.

2. Curing: Replace Section 4.5.9 of AWWA C205 with the following: "As soon as the coating has set sufficiently for the pipe to be moved, keep moist not less than 14 days by continuous water spraying or by intermittent water spraying with a covering of burlap or canvas."

G. NOT USED

H. Epoxy Coatings and Linings:

1. General:

a. Clean surfaces to remove all foreign matter and contaminants in accordance with SSPC-SP1, Solvent Cleaning, surface cleanliness standard.

b. Remove all projections and irregularities. Grind smooth all sharp edges and corners.

c. Abrasive blast clean the surfaces in accordance with SSPC, SP-5, White Metal Blast Cleaning with 2 to 3.5 mil profile.

d. Remove all abrasive blast cleaning residue before coating.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 10 of 18

e. Commence coating immediately after surface preparation. Apply in accordance with the manufacturer’s printed instructions.

f. Test coating and lining in the presence of the EngineerDWP and Metro for thickness and holidays after the epoxy has cured. Test with a low-voltage wet sponge holiday detector at a voltage not exceeding 75 volts. Repair all holidays and irregularities and retest.

2. Exterior of pipe and appurtenances, direct-buried or installed in vaults: 2 coats of Powercrete J Epoxy. Each coat shall have a minimum DFT of 10 mils.

3. Exterior of pipe and appurtenances, direct-buried or installed in vaults, and interior of maintenance hole standpipes: 2 coats of Powercrete J Epoxy. Each coat shall have a minimum DFT of 10 mils.

4. Interior of pipe and appurtenances: 3 coats of Dura-Plate UHS. Each coat shall have a minimum DFT of 7 mils.

5. Exterior of pipe and appurtenances exposed to direct or ambient sunlight: Apply in accordance with the following schedule:

Coat Paint Color Minimum DFT Primer: Zinc Clad Gray-green 5.0 mils III HS 100 Second: Recoatable Red Oxide 6.0 mils Epoxy Primer Low VOC Third: Hi-Solids Ivory 3.0 mils Polyurethane 100 or Forest Green Final: Hi-Solids Ivory 3.0 mils Polyurethane 100 or Forest Green

6. Do not epoxy coat threaded connections and mating flange faces. Lightly coat with a rust inhibitor as specified on the drawings, and thoroughly remove before installing pipe.

3.02 COATING REPAIRS

A. General:

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 11 of 18

1. Repair all voids, holidays, defects, and damaged areas with an Engineer DWP-approved procedure.

2. Remove all loose and disbanded material. Remove all sharp points, burrs, and rough edges from the coating. Clean the surface to the cleanliness required in this Section. Apply the new coating with the same procedures used to apply the original coating.

C. Special Sections: Repair and patch coal tar enamel in accordance with Subarticle 3.01C of this Section. Overlap feathered and cleaned existing coatings not less than 2 inches.

D. Retest repaired areas in the presence of the EngineerMetro and DWP.

3.03 SHOP INSPECTION AND TESTING

A. General:

1. Visually and electrically inspect all coatings for holidays before leaving their respective application area.

2. Ensure that a proper bond exists between each undercoating system and the pipe. Perform adhesion tests as requested by and in the presence of the EngineerMetro and DWP.

3. Provide a copy of all test reports to the EngineerMetro and DWP daily, including results of the following:

a. Cement mortar lining, and concrete compression tests.

b. Tensile, bend, and macro etch tests of welds.

c. Outside diameter check of the sized bell and spigot of each cylinder.

d. Profile tests of blasted surface of steel pipe.

e. Peel tests.

f. Chloride tests.

g. Incidental damage and repairs.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 12 of 18

B. Holiday Test: Perform immediately after application of dielectric undercoating and again immediately before application of cement mortar coating. Test at a voltage recommended by the test manufacturer’s printed instructions and as required by AWWA C203, C209, C214, and C215.

C. Megger (ohmmeter) Test: Perform immediately following cement mortar coating application.

D. Coal-Tar Enamel Peel Tests: Perform in the presence of the EngineerMetro and DWP in accordance with the requirements described in AWWA C203.

E. Extruded Coating System Adhesion Peel Tests:

1. Procedure:

a. Condition the test specimen to not more than 80F.

b. Using a galvanized steel template, mark a one-inch by 15-inch rectangular strip, the long axis of which shall be perpendicular to the pipe axis.

2. Location: Two locations selected by the EngineerDWP. Perform 3 tests at each location.

3. Frequency:

a. At the beginning of each production run, test the first 6 pipes and every fifth pipe thereafter.

b. During a regular production day, test the first pipe, every fifth pipe thereafter, and the last pipe of the day.

4. Acceptance Criteria:

a. The average adhesion strength for each location shall be not less than 30 pounds per inch of width.

b. No single test shall result in adhesion strength below 25 pounds per inch of width.

5. Re-tests:

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 13 of 18

a. The fabricator may allow an additional 24 hours of cure time before retesting.

b. For a failed re-test, perform additional testing within the body of the pipe as directed by the EngineerDWP. If any portion of the pipe fails the re-test, that portion, as determined by the EngineerMetro and DWP, shall be stripped to bare metal, recoated, and retested.

3.04 FIELD-APPLIED DIELECTRIC COATING

A. Clean surfaces to remove all foreign matter and contaminants in accordance with SSPC-SP1, Solvent Cleaning, surface cleanliness standard.

B. Prepare bare metal surfaces by power tool cleaning or abrasive blast cleaning to an SSPC SP-5 white metal cleanliness specification with a resultant anchor profile of 2.0 to 3.5 mils. Feather edges into existing coatings. Remove all cleaning residue before coating.

C. Apply coal tar enamel coating in accordance with AWWA C203 on all exposed metal surfaces at direct- buried welded pipe joints or wrap the joints with heat shrink sleeves in accordance with AWWA C216. If adjacent coating at the joint is epoxy, follow the directions in Subarticles 3.04D and 3.04E of this Section. Do not apply coal tar enamel or heat shrink sleeves adjacent to or on any existing epoxy coating.

D. Coat exposed metal surfaces of direct-buried pipe and pipe appurtenances as follows:

1. Apply 2 coats of Powercrete J Epoxy. Each coat shall have a minimum DFT of 10 mils. Overlap feathered and cleaned existing coatings a minimum of 2 inches.

2. After the epoxy coating has cured, test the coating for thickness and holidays. Repair all holidays and irregularities and retest. Test and repair in the presence of the EngineerMetro and DWP.

3. After the epoxy-coated areas have been accepted by the EngineerMetro and DWP, apply a wax tape coating system to bolted flange connections, mechanical couplings, threaded pipe connections, valves, and over epoxy-coated areas as follows:

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 14 of 18

a. Wipe surfaces to remove all dust and moisture.

b. Apply a thin film of Trenton Wax-Tape Primer for #1 Wax-Tape or Trenton Temcoat to the surfaces by brush or by hand. Trenton Fill- Putty may be applied by brush or by hand to irregular surfaces where the primer or Temcoat does not form to the metal surface easily.

c. Apply Trenton #1 Wax-Tape with a 50 percent overlap. Overlap not less than 4 inches over existing coatings. While wrapping, apply tension and press the Wax-Tape into place making sure to remove all air pockets. Press and smooth out the lap seams to ensure that the laps are sealed.

d. Over-wrap the wax tape with 3 passes of PolyPly wrapper.

e. No drying or curing time is required.

E. Coat exposed metal surfaces of pipe and pipe appurtenances in vaults and standpipes as follows:

1. Apply 2 coats of Powercrete J Epoxy. Each coat shall have a minimum DFT of 10 mils. Overlap feathered and cleaned existing coatings not less than 2 inches.

2. After the epoxy coating has cured, test the coating for thickness and holidays. Repair all holidays and irregularities and retest. Test and repair in the presence of the EngineerMetro and DWP.

3. After the epoxy-coated areas have been accepted by the EngineerDWP, apply a wax tape coating system to bolted flange connections, mechanical couplings, threaded pipe connections, valves, and over epoxy- coated areas as follows:

a. Wipe surfaces to remove all dust and moisture.

b. Apply a thin film of Trenton Wax-Tape Primer for #2 Wax-Tape or Trenton Temcoat to the surfaces by brush or by hand. Trenton Fill- Putty may be applied by brush or by hand to irregular surfaces where the primer or Temcoat does not form to the metal surface easily.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 15 of 18

c. Apply Trenton #2 Wax-Tape with a 50 percent overlap. Overlap not less than 3 inches over existing coatings. While wrapping, apply tension and press the Wax-Tape into place making sure to remove all air pockets. Press and smooth out the lap seams to ensure that the laps are sealed.

d. No drying or curing time is required.

F. Inspection Hold Points:

1. After cleaning, the EngineerDWP will verify surface preparation before application of the coating system.

2. After application, the EngineerDWP will visually inspect the coating system and witness the holiday test. Provide equipment and trained personnel for this test.

3.05 FIELD-APPLIED CEMENT MORTAR LINING

A. Line unlined joints by hand patching to yield a lining equal to that required for shop-applied troweled lining and in accordance with Subarticle 3.01B5 of this Section.

B. Cement mortar for patching or lining joints shall be of the same material as the mortar for the shop-applied lining, except that a finer grading of sand and a mortar richer in cements may be used if such mix will improve the results, provided approval of the EngineerDWP has been obtained.

C. Clean defective areas of all loose foreign material and moisten with water just prior to applying mortar.

D. Apply mortar with steel finishing trowels.

E. As directed by the EngineerMetro and DWP at connections or other time-critical joints, mortar for field patching may consist of a mix of plastic cement, silica sand, and Rapid Set® Cement All™ High Strength Non- Shrink Grout. Cure in accordance with manufacturer’s printed recommendations, but not less than 2 hours, prior to disinfection.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 16 of 18

3.06 FIELD REPAIR OF DEFECTIVE OR DAMAGED COATINGS AND LININGS

A. Cement Mortar Lining and Coating:

1. Repair defective areas in shop-applied cement mortar coating by hand patching to yield a coating equal to that required for shop-applied troweled coating. Cut out defective or damaged coating and repair with materials equal to the adjacent undamaged section. Cut the edges of the existing coating approximately normal to the pipe shell. Reinforce areas greater than 5 inches by 9 inches with wire fabric in accordance with Subarticle 2.01A2 of this Section, spot-welded to the pipe.

2. Refer to Subarticles 3.05B through 3.05E of this Section for further details for repair of cement mortar.

B. Epoxy:

1. Repair epoxy linings and coatings in accordance with Subarticle 3.01H of this Section. Overlap feathered and cleaned existing coatings not less than 2 inches.

2. Apply wax tape in accordance with Subarticle 3.04D3 of this Section for direct buried sections of pipe and appurtenances.

3. Apply wax tape in accordance with Subarticle 3.04E3 of this Section for pipe and appurtenances in vaults.

C. Coal Tar Enamel: Repair and patch coal tar enamel in accordance with Subarticle 3.01C of this Section. Overlap feathered and cleaned existing coatings not less than 2 inches.

D. Extruded Polyolefin: Repair in accordance with the manufacturer’s printed instructions. Provide a copy of the printed instructions to the EngineerMetro and DWP before commencing repairs.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 17 of 18

E. Tape Coat: Repair in accordance with the manufacturer’s printed instructions. Provide a copy of the instructions to the EngineerDWP and Metro before commencing repairs.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F02565 Page 18 of 18

SECTION F13110 - CATHODIC PROTECTION

PART 1 - GENERAL

1.01 RELATED DOCUMENTS (NOT USED)

1.02 SUMMARY

A. Install and test pipeline Galvanic Cathodic Protection (GCP).

1.03 RELATED SECTIONS (NOT USED)

1.04 REFERENCES

A. National Association of Corrosion Engineers (NACE).

B. ASTM A518, Standard Specification for Corrosion- Resistant High-Silicon Iron Castings.

C. ASTM B3, Standard Specification for Soft or Annealed Copper Wire.

D. ASTM B8, Standard Specification for Concentric-Lay- Stranded Copper Conductors, Hard, Medium-Hard, or Soft.

E. ASTM B49, Standard Specification for Copper Rod Drawing Stock for Electrical Purposes.

F. ASTM B843, Standard Specification for Magnesium Alloy Anodes for Cathodic Protection.

G. ASTM D1248, Standard Specification for Polyethylene Plastics Extrusion Materials For Wire and Cable.

H. ASTM G57, Standard Test Method for Field Measurement of Soil Resistivity Using the Wenner Four-Electrode Method.

I. ASTM G97, Standard Test Method for Laboratory Evaluation of Magnesium Sacrificial Anode Test Specimens for Underground Applications.

1.05 SUBMITTALS

A. Submit the following in accordance with Section F01330:

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 1 of 10

1. A copy of the NACE certification(s) of the CP Specialist(s) responsible for the installation of CP components.

2. The Department desires that the installer of CP components have 10 years experience installing CP systems of similar scope as the proposed project. Submit references of 5 CP systems of similar scope installed in the last 10 years.

3. Catalog cuts and technical data sheets of all products and materials to be used.

4. Report of test data and test results, prepared by the CP Specialist, for tests required in Article 3.04 of this Section.

1.06 INITIALISMS, ACRONYMS, AND DEFINITIONS

A. Appurtenance: A pre-manufactured ancillary component of a pipeline, installed in line with pipe/fitting components, connected by gasket-type joints. Examples: Valves, mechanical couplings, and flow meters.

B. AWG: American Wire Gauge.

C. Bond Cables (pair): One cable passing over an appurtenance, ends attached to the upstream and downstream segments of steel pipe connected to the appurtenance, to provide electrical continuity of the pipeline across the appurtenance. A second cable, one end attached to the appurtenance and the other end attached to either of the 2 segments of steel pipe, to provide an electrical bond from the pipeline to the appurtenance.

D. CP Specialist: A person certified by NACE International as a CP Specialist.

E. CP Test Station (CPTS): Typical configuration of wiring, terminations, and their access installed as part of a CP system to enable testing of it, where CP test cables are connected to the steel pipe, routed in conduit to behind curb, and terminated in a CPTS box.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 2 of 10

F. Galvanic Anode Station (GAS): Typical configuration of GCP anodes installed as part of a GCP system, where the lead cables are connected directly to the pipe.

G. Galvanic Cathodic Protection (GCP) System: A passive cathodic protection system that utilizes sacrificial magnesium anodes.

H. Galvanic CPTS (GCPTS): A combined configuration of a CPTS with a GAS installed as a part of a GCP system, where the anode lead cables are routed in the same conduit and terminated in the same CPTS box as the CP test cables.

K. Insulating Joint (IJ): A location along a pipeline, across which electrical conductivity is fully broken by installing one of the following:

1. Pre-Assembled Insulating Joint.

2. Insulated Flange Connection installed in the field between appurtenances.

L. NACE: National Association of Corrosion Engineers.

M. NEMA: National Electrical Manufacturer’s Association.

1.07 QUALITY ASSURANCE

A. Installation and testing of the CP system and its components shall be performed by personnel who have been trained by and are continuously supervised by a CP Specialist.

B. Records: Prepare and maintain as-constructed records of the CP system components. The records shall show component locations by pipe stationing and referenced to pipe centerline.

1.08 NOTIFICATIONS AND MEETINGS

A. No CP work shall commence prior to a CP preconstruction meeting, attended by the Contractor, the CP Specialist, the EngineerMetro and DWP, and the DepartmentDWP’s Corrosion Engineering staff. Notify the EngineerMetro to schedule the meeting after completing all submittal requirements, but not later than 10 working days before CP work is to begin.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 3 of 10

B. Once CP work commences, furnish a list to the EngineerMetro and DWP each week of CP installation items, by station, planned for the following week. If CP-related work has been suspended longer than 2 weeks, notify the EngineerMetro not less than 3 working days prior to resuming work.

PART 2 - PRODUCTS

2.01 GENERAL MATERIALS

A. Cables: All cables except anode lead cables shall be single conductor, stranded copper, conforming to ASTM B8, with High Molecular Weight Polyethylene (HMWPE) insulation, conforming to ASTM D1248, and rated at 600V.

B. Exothermic Weld Materials:

1. Use CADWELD exothermic connections as manufactured by Erico International Corporation for all cable connections. Provide all materials from the same manufacturer.

2. Welder molds shall be graphite and shall conform to the manufacturer’s written recommendations for the size of cable to be welded.

3. Adapter sleeves shall be copper and shall conform to the manufacturer’s written recommendations for the size of cable to be welded.

4. Material shall be in accordance with the manufacturer’s written recommendations for the type of pipe material and the size of cable to be welded.

C. Epoxy Putty: FastSteel 2-part epoxy putty, manufactured by Polymeric Systems.

D. Conduit: In accordance with Section F16130:

1. In locations not exposed to sunlight, use PVC Schedule 80.

2. In locations exposed to sunlight, use rigid steel.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 4 of 10

E. Terminal Lugs: For cable connections to terminal boards and anode junction panels, use copper lugs sized for the cables to be connected.

F. Terminal Boards: Use 1/4-inch thick Micarta insulating panels with shunts, terminal lugs, and brass fasteners of dimensions and configurations shown on the drawings.

2.02 GCP SYSTEM MATERIALS

A. GCP Anode Packages: Use individually wrapped and sealed anode/soil packages consisting of a magnesium anode, embedded in a special backfill material in a fabric bag, with a lead cable for attachment to the pipe.

1. Magnesium Anode: Horizontally D-shaped casting, weighing not less than 32 pounds, and containing the following:

a. The active anode chemical composition shall comply with ASTM B843 Standard Specification for Grade M1C high potential magnesium anodes.

b. The anode potential and current efficiency shall be in accordance with ASTM G97 Standard Test Method.

c. A steel core shall be cast into the magnesium anode, consisting of a 20-gauge, 5/8-inch-wide, flat galvanized steel bar with a minimum length of 13 inches, aligned on the longitudinal axis of the casting.

d. One end shall be cast with a 2-inch-diameter recess, one-inch deep, centered on the core. The recess shall taper inward to one-inch diameter at its bottom, where the steel core shall protrude into the recess 7/8 inch.

2. Anode Lead Cable: Anodes shall have a factory installed lead cable, silver soldered to the flat surface of the anode core and sealed with an asphalt enamel or coal tar enamel compound. Cables shall be long enough to extend continuous and unspliced from the installed anode location to

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 5 of 10

either the connection to a pipe or to a terminal board of a GCPTS box.

a. Conductor: #12 AWG stranded copper conductor, in accordance with ASTM B3 and ASTM B8, with chemical composition UNS C11000 or UNS C11040, and Electrolytic Tough Pitch (ETP) type in accordance with ASTM B 49.

b. Insulation: High molecular weight, High Density Polyethylene (HMWD PE), in accordance with ASTM D1248, Special Grades - Weather Resistant - Black, Class C, Type III or IV, Grades W8 or W9.

3. Backfill Material: Dry, finely powered and uniformly mixed blend of 75 percent Gypsum, 20 percent Bentonite, and 5 percent Sodium Sulphate.

4. Fabric Bags: 100 percent unbleached cotton fabric with no chemical treatment that would restrict water absorption. The bag shall have a rounded bottom and open at the other end. The sides shall be sewn with a fold-over seam for strength.

5. Anode/Soil Packages: The magnesium anode shall be centered in the fabric bag and surrounded by a uniform thickness of the tightly packed backfill material. Package weight shall not be less than 70 pounds, nor less than 28 inches in length.

6. Protective Packaging: Deliver and store anode/soil packages in moisture-tight plastic bags.

PART 3 – EXECUTION

3.01 GENERAL INSTALLATIONS

A. All CP work shall be performed by individuals meeting the requirements of Subarticle 1.07A of this Section.

B. Bond Cable Installations: At all appurtenances, except at Pre-Assembled Insulating Joints and Insulated Flange Connections, install a pair of #6 AWG bond cables as follows:

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 6 of 10

1. A cable connecting the steel pipe and the appurtenance.

2. A cable connecting the steel pipe at each end of the appurtenance.

C. CP Cable Installation: Locate the attachment points of cables to the new steel pipe at the field-welded pipe joints nearest to the pipeline survey stations shown on the drawings.

1. Attach all cables by CADWELD to the field top of the pipe and appurtenances, at locations shown on the drawings. On appurtenances, attach cables to the main body casting, at locations that are clear from interference with flange bolts.

2. Where 2 or more cable attachments are required at the same location, space attachments 5-inches minimum, on center.

3. Remove all residue and debris from CADWELD areas.

4. Coat all CADWELD connection areas with epoxy putty.

D. Buried Conduit: Install in accordance with Section F16130.

E. CPTS Installation: Install Department-furnished box (CPTS box) at-grade, behind the curb in the parkway or sidewalk, on the street side closest to the pipe, unless otherwise shown on the drawings. Install along the curb as close as practical to the pipeline station, while maintaining a 3-foot distance from obstructions and 5-foot distance from a driveway. Route CP test cables to CPTS box and land cables on terminal boards in accordance with the CPTS type designated.

3.02 GCP SYSTEM INSTALLATIONS

A. GCP Anode Package Installations: For all locations designated on the drawings as GAS or GCPTS, install 2 GCP anode packages, one on each side of the pipe, as follows:

1. Remove waterproof storage bag from packages before installation.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 7 of 10

2. On each side of the pipe excavate a hole and place an anode at a depth and lateral distance that positions it not less than 5 feet from the pipe surface. The anodes may be situated vertically or horizontally.

3. Backfill and compact with not less than 6 inches of native soil around the packages.

4. Saturate the installation areas with water.

5. Route the lead cable of each anode in 3/4-inch flexible PVC conduit from installation location to the cable attachment point on the pipeline, then as follows:

a. At GAS Locations: Attach anode lead cables to the new steel pipe.

b. At GCPTS: Route anode lead cables with CP test cables specified in Subarticle 3.02B1 of this Section in PVC conduit to the GCPTS box. Provide each cable with 3 feet of additional length coiled in the box.

B. GCPTS Installation: At all GCPTS locations indicated on the drawings, in addition to the galvanic anode packages, install CP test cables as follows:

1. Type 1 GCPTS: At typical locations indicated along the pipeline, attach 2 yellow #12 AWG test cables to the steel pipe and route with anode lead cables in a PVC conduit to the GCPTS box.

Where a new IJ is installed to isolate the new steel pipeline from an existing steel pipeline, install a Type 1 GCPTS, on both the new and the existing steel pipelines, including separate conduits and GCPTS boxes, spaced 2 feet apart behind curb.

2. Type 2 GCPTS: Where a new IJ is installed to isolate the new steel pipeline from an existing cast iron or ductile iron pipeline, attach 2 yellow #12 AWG test cables to the new steel pipe, and 2 blue #12 AWG test cables to the existing cast iron or ductile iron pipe. Route all test cables

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 8 of 10

with anode lead cables in PVC conduit to the GCPTS box.

3. Provide test cables with 3 feet of additional length coiled in the GCPTS box.

4. Perform potential test in accordance with Subarticle 3.04B of this Section.

5. In the GCPTS box, connect test cables and anode lead cables to the terminal lugs of the respective Type 1 or Type 2 GCPTS terminal board as shown on the drawings.

6. Label the terminal board with the structure origin for each test cable connection.

3.03 ICCP SYSTEM INSTALLATION (NOT USED)

3.04 CATHODIC PROTECTION SYSTEM TESTS

A. General Tests:

1. Test all cable connections made by the exothermic weld method for adhesion.

2. The CP Specialist shall prepare and furnish to the EngineerMetro and DWP a report summarizing all test data and results.

3. Soil Resistivity Tests: Obtain a one-gallon soil sample at the approximate spring line at the following location(s):

a. Where the new pipeline connects to an existing pipeline.

b. All GCP anode, GCPTS, or ICCPTS installations on the pipeline route.

Test samples in accordance with ASTM G57.

4. Conductivity Tests of Electrically Insulated Connections:

a. Test pre-assembled insulating joints before installation in the pipeline.

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 9 of 10

b. Test flange connections as soon as practical after the installations have been completed.

c. Test pre-assembled insulated joints and insulated flange connections as soon as practical after the pipeline has been filled with water.

B. GCP System Tests: During the installation of each GCPTS, take potential test readings of each test cable with a copper-copper sulfate reference cell before the cables are connected to the GCPTS terminal board.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 F13110 Page 10 of 10

SECTION 01050

GRADES, LINES AND LEVELS

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this Section consists of establishing grades, lines and levels, excepting primary control monuments and bench marks indicated on Survey Control Monumentation Drawings in Contract Drawings.

1.2 QUALITY CONTROL - Perform surveys under supervision and direction of a Land Surveyor registered in State of California or a California registered Civil Engineer authorized to perform cadastral surveys.

PART 2 - PRODUCTS

Products are not required for this Section.

PART 3 - EXECUTION

3.1 CONSTRUCTION LINES AND GRADES

A. Metro has established horizontal and vertical primary control for Work. If it becomes necessary to remove or disturb a primary control point, notify Metro or its designee before removing or disturbing control point. If, in the opinion of Metro or its designee, primary stakes, monuments, marks or points are carelessly or willfully disturbed by Contractor, the cost to Metro of replacing such stakes, monuments, marks or points will be charged against Contractor and be deducted from payment for Work.

B. Proceed from controls established by Metro to make surveys and layouts as necessary to conform to requirements of the Contract Documents. Make surveys for proper performance of Work in accordance with applicable standards and procedures established by Federal Geodetic Control Committee's Specifications to support classification, standards of accuracy, and general specifications of geodetic control surveys, dated July 1975 and revised June 1986. Notify Metro of classification and standards selected to perform Work to assure uniformity of surveys between Contractor and Metro or its designee. As part of such surveys, furnish, establish and maintain in good order survey control points required for completion of Work, subject to acceptance of Metro or its designee as to their location, sufficiency and adequacy. Such acceptance by Metro or its designee shall not relieve Contractor of responsibility for accuracy of survey Work.

C. Furnish skilled labor under supervision of a California registered Civil Engineer authorized to perform cadastral surveys or Land Surveyor. Furnish instrument platforms, ladders, other temporary structures, special lights or groups of lights and electric power as necessary for making and maintaining points, lines and grades in connection with surveys performed by Metro or its designee.

Contract No. C0981R Grades, Lines and Levels Regional Connector Advanced Utility Relocations 01050-1 ISSUED FOR BID 06/14/13 D. Obtain acceptance of Metro or its designee on major survey control points set by Contractor before laying out building settlement reference points and cast-in-place concrete control. A minimum of 72 hours advance notice is required.

E. Contractor is responsible for providing As-built Surveys for all the utility lines in accordance to the instructions given in Section 01720.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

A. Payment will be made under:

1. Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - LS.

B. Cost of replacing Metro's established primary control lines, monuments and bench marks which are indicated, that are damaged or destroyed by construction operations, will be deducted from monies due and becoming due to the Contractor. Additional compensation or extension of time will not be granted for suspending the Work to enable Metro to reestablish primary controls. The Contractor may install additional control points for its own purposes at no additional cost to Metro.

END OF SECTION

Contract No. C0981R Grades, Lines and Levels Regional Connector Advanced Utility Relocations 01050-2 ISSUED FOR BID 06/14/13

SECTION 01105

METRO-DIRECTED STOPPAGES

PART 1 - GENERAL

1.1 DESCRIPTION - Metro or its designee may, from time to time, direct Contractor to cease construction activities, and other operations and go on a standby basis for any reason Metro or its designee deems fit and sufficient. Metro-Directed Stoppage in on one item of the work may cause a stoppage in adjacent work. The decision to designate stoppage on any and/or all work will be at the sole discretion of Metro or its designee. Do not include allowances for these stoppages in Contractor's CPM schedule. If any of the requirements of this Section conflict with those of General Condition, Article entitled, Suspension of Work, then said General Conditions article shall prevail. Contractor shall also coordinate excavation activities with Metro’s designated Project Archaeologist, who may also designate stoppages.

1.2 DEFINITIONS

A. Daily Standby - Is a daily delay period resulting from Metro-Directed Stoppages which requires Contractor to maintain labor, plant and equipment at a readiness level sufficient to maintain Worksite and equipment and to resume operations in accordance with Metro or its designee's direction within 24 hours.

B. Equitable adjustment - Is an adjustment that will be made in Contract price for Metro-Directed Stoppages directed by Metro. Equitable adjustments will be made in accordance with General Conditions' article entitled: Suspension, GC-38.

C. Delays from following circumstances do not entitle Contractor to Daily Standby, to compensation for change, delay or differing site condition, or to time extension for meeting milestone dates:

1. Discovery, including sampling, monitoring, investigating, removal, remediation, clean up, or disposal of Contractor-Generated Hazardous Waste;

2. Discovery of and condition created by the Contractor which Metro deems to be hazardous.

PART 2 - PRODUCTS

Products are not required for this Section.

PART 3 - EXECUTION

3.1 CONTRACTOR'S RESPONSIBILITIES

Metro-Directed Stoppages Contract No. C0981R 01105-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 A. Under Daily Standby, unless directed otherwise, maintain sufficient labor, plant, equipment and systems to maintain a standby condition. Resume normal operations, pursuant to Metro or its designee's direction, within 24 hours.

B. During periods of Daily Standby, allow Metro or its designee full access to Worksite.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. There shall be no compensation for any Metro directed work stoppage resulting from Contractor’s failure to comply with any provision of the contract.

B. Except as provided in 4.1A above, the start of Daily Standby shall be measured for payment as commencing on: (a) the beginning of the hour in which the Contractor received written direction from Metro to stop Work. For example, if the notice is received by Contractor at 3:32 P.M. then the Daily Standby period starts at 3:00 P.M.

C. Daily Standby ending - Each Daily Standby period will end at the completion of a full 24 hour period or the start of the next working day whichever is shorter and specified in Metro’s written notice to resume Work.

D. The minimum unit of any Daily Standby is a full 24 hour period. e.g. - The ending of the 24th hour equivalent to the start of the 25th hour.

E. Except as provided in 4.1A above, payment for Daily Standby includes costs of maintaining minimal but sufficient plant, labor, equipment and auxiliary support services to resume normal operations at the conclusion of a 24 hour period. Also, includes maintaining affected area support services required to maintain the area affected by the work stoppage.

4.2 PAYMENT

A. Payment will be made under:

1. Approved Change Order

B. Any request for payment consisting of Standby Costs is subject to approval of Metro Contracting Officer at the time such Standby Time occurs.

END OF SECTION

Metro-Directed Stoppages Contract No. C0981R 01105-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01143

PERMITS, LICENSES, AND AGREEMENTS

1.01 SECTION INCLUDES

A. Procedures for obtaining permits and licenses, and information regarding Metro agreements in connection with the Work. 1. Obtain permits and licenses not indicated in the Contract documents as being obtained by Metro, and pay penalties and fines associated with its Work under permits and licenses, including modifications to Metro obtained permits.

1.02 SUBMITTALS

A. Comply with Section 01300 – Submittals.

1.03 PERMITS, LICENSES, AND AGREEMENTS

A. Permit Modifications: Should modification to Metro obtained permit be requested by Contractor to accommodate the Contractor's design or construction methods, provide Metro with draft revisions of permit. 1. Metro does not represent that such modifications will be accepted by permit-issuing authority nor shall Contractor have basis for claim due to failure of permit issuing authority to accept the Contractor's requested version. 2. Allow at least 30 Days from time of submittal of proposed modification to receive approval or disapproval by Metro. Approval or disapproval by other agencies having jurisdiction shall vary up to 60 Days. 3. Be responsible for assessing effect of potential delays and costs required to obtain revised permits, and be responsible for assuming those costs and delays as well as fees, penalties, or fines. B. Agreements: Metro has established agreements with the following entities and agencies. It shall be Contractor’s responsibility to comply with all language as it relates to its Work. 1. City of Los Angeles

2. County of Los Angeles

3. Caltrans

1.04 METRO OBTAINED PERMITS AND APPROVALS

A. Metro has, or will obtain, permits listed in Table 1 below.

B. Permits not specifically listed below, and required for the Project shall be obtained by the Contractor.

Permits, Licenses, and Agreements Contract No. C0981R 01143 - 1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

C. Contractor shall support Metro in obtaining all permits as noted below, by providing all supplemental information required for each permit application.

Table 1: Metro Permits Location/Time Agency Project Responsibility Remark Element Pertains to construction Noise activities between 9 PM Metro* Permits issued Variance every 6 months – Los Angeles to 7 AM, Monday-Friday; Saturday – before 8 AM requires list of Police construction Commission and after 6 PM; Sunday – all day. activities, locations, community outreach plan and past complaint track 2nd/Broadway and record. 1st/Central Station areas have been approved until July 1, 2013 and Metro will apply for the extensions.

No variance will be granted for 2nd/Hope Station and Flower Street areas.

Pertains to construction LABOE Holiday activities between the Metro Moratorium Monday of the Exemption Thanksgiving week and New Years Day. AM (6 AM-9 AM, M-F) LABOE Peak Hour exemptions for Metro and Exemption Contractor /LADOT 1st/Central Station and Flower Street areas. PM (3:30 PM-7 PM, M-F) exemptions for 2nd/Hope Station and 2nd/Broadway Station areas.

* Metro will apply for the extensions while the Contractor is responsible for compliance of all conditions.

1.05 CONTRACTOR-OBTAINED PERMITS

A. Types of permits that shall be obtained by the Contractor include, but are not limited to, the following: 1. City Encroachment Permits

Permits, Licenses, and Agreements Contract No. C0981R 01143 - 2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

2. Traffic Control and Haul Route Permits from appropriate Agencies.

3. Street Excavation permits by LABOE and LABSS. 4. Permits for tree removals of heritage trees located on City property. 5. Business licenses. 6. Permits from local/regional/state water districts/agencies and from the City of Los Angeles for drilling, well installation or removal, modifications to drainage facilities, potholing, lane closures, street closures, SUSMP, SWPPP, temporary and permanent discharges to storm drains/sanitary systems, bypasses, and any other Work within jurisdiction of those entities.

B. Temporary Wastewater Discharge Permit from local Water Pollution Control Plant for discharges due to dewatering operations, or other construction activities in accordance with all national, state and local requirements.

1.06 UTILITY IMPACTS

A. Metro may enter into utility relocation agreements with certain Utility Owners whose facilities are affected by Work. Relocation of such utilities, as identified on the plans and within the contract documents, will be performed by Utility Owners prior to Contractor's scheduled commencement of construction in the vicinity of utilities. Refer to Section 01010 – Summary of the Work, Utility Coordination, for requirements for coordinating with Utility Owners.

B. Design Drawings and Specifications indicate relocation Work to be performed by others, abandoned utilities to be removed by Contractor, utilities to be relocated by Contractor, utilities to be supported and/or protected in place, and Work to be coordinated by Contractor with Utility Owners.

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION (Not Used)

END OF SECTION

Permits, Licenses, and Agreements Contract No. C0981R 01143 - 3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01171

HISTORIC TREATMENT PROCEDURES

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Coordinating excavation operations with Metro’s contracted Project Archaeologist (PA) and/or Project Paleontologist (PP), temporary suspension of excavation operations at specific isolated locations for archaeological and paleontological excavations, and relocating excavation operations temporarily to bypass archaeological discovery sites.

B. Four archaeological sites that are either within or immediately adjacent to the Project have been presumed eligible for listing on both the National Register of Historic Places (NRHP) and the California Register of Historical Resources (CRHR). These include the Los Angeles zanja system (the Zanja Madre, CA-LAN-887H, and numerous unrecorded numbered zanjas) and sites CA-LA-3588, P-19-003338, and P-19-003339. See attached Figure 1 Archaeological Resources within Direct APE including the Los Angeles Zanja System (Approximate Alignment).

a. Sites CA-LAN-3588 is located within the Mangrove properties. P-19- 003338 and P-19-003339 are located just east of the intersection of Alameda and 1st Street within the public right of way. These listed historic sites contain features and artifacts dating back to the late 19th and early 20th centuries and are associated with Japanese Americans and Euro- Americans migrating to Los Angeles at that time.

1.2 REFERENCES

A. California Public Resources Code: 1. Chapter 1.7 - Archaeological, Paleontological, and Historical Sites, Section 5097.5(a) 2. Chapter 1.75 - Native American Historical, Cultural, and Sacred Sites, Section 5097.98.

B. Native American Heritage Commission (NAHC)

1.3 QUALITY ASSURANCE (Not Used)

1.4 SUBMITTALS

A. Refer to Section 01300 – Submittal Procedures, for submittal requirements and procedures.

B. Discovery Plan prepared by one or more of following responsible parties: 1. Environmental Compliance and Services Department (ECSD) Staff

Historic Treatment Procedures Contract No. C0981R 01171 - 1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

2. Project Engineer

3. Archaeologist/Paleontologist

1.5 DEFINITIONS (Not Used)

1.6 WORKSITE CONDITIONS

A. Pre-Construction Meeting: Before commencement of excavation at Worksite, Contractor shall pre-excavation meeting to discuss excavation methods to be used in field, and establish lines of communication between Contractor, Metro, and PA/PP regarding archaeological or paleontological discoveries and their removal. 1. Metro will familiarize Contractor with specific types of archaeological or paleontological materials that may be encountered, extent of cooperation with PA/PP, and methods of dealing with discovery of resources. 2. Metro will familiarize PA/PP with construction procedures.

B. Metro will remain single authority on Worksite. 1. Coordination between PA/PP and Contractor shall flow through Metro

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION

3.1 COORDINATION

A. Coordinate excavation operations with PA/PP. 1. Construction personnel shall be trained on proper procedures by the PA/PP, who is contracted by Metro. 2. PA/PP will be responsible for monitoring removal of earth from surface excavations for archaeological or paleontological resources. 3. The PA/PP will have the authority to halt operations within Metro contracted work locations to examine potential resources and recover artifacts using professional archaeological methods. 4. If such resources are encountered, PA/PP will determine significance and, if required, will recover resources and associated data.

3.2 MONITORING

A. PA/PP will provide monitoring of excavation to ensure discrete deposits and individual archaeological or paleontological features are not inadvertently lost.

B. PA/PP will assign trained monitor to observe earth moving activities.

Historic Treatment Procedures Contract No. C0981R 01171 - 2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

1. It may be necessary to temporarily suspend earth moving activities if archaeological or paleontological resources are found.

2. PA/PP will determine type, period and significance of resource and appropriate excavation and removal procedure to be followed.

C. Monitoring activities will continue until excavation has passed zone where archaeological or paleontological finds are considered likely.

D. Due to the likelihood of the presence of microfossils, matrix samples shall be collected by the PA/PP in coordination with the Contractor’s activities and tested within the Puente Formation and Fernando Formation.

E. Where disturbance of the Los Angeles Zanja System could occur, a proactive identification and documentation program that would facilitate preservation or mitigation in a cost-effective manner shall be undertaken by the PA/PP in coordination with the Contractor. This shall include using documentary research to identify, as accurately as possible, the precise alignments of the Zanjas within the area of potential effect. Where these alignments are expected to be affected by the proposed project, particularly where near-surface construction techniques are planned in the vicinity of mapped Zanja segments, full-time archeological monitoring by the PA/PP in coordination with the Contractor would be instituted to ensure documentation consistent with the EIS/EIR Section 4.12.2.4.

F. All project-related ground disturbances that could potentially affect the Puente Formation, Fernando Formation, and Quaternary older alluvium and terrace deposits would be monitored by the PA/PP in coordination with the Contractor on a full-time basis (where feasible) because these geologic sediments are determined to have a high paleontological sensitivity. Very shallow surficial excavations (less than 5 feet) within Quaternary younger alluvium would be monitored by the PA/PP on a part-time basis to ensure that underlying sensitive units are not adversely affected.

3.3 TREATMENT OF DISCOVERY

A. Although unlikely, discovery of human remains is a possibility. 1. If archaeological or paleontological deposits are encountered during excavation, temporarily halt Work in immediate area so that PA/PP can conduct evaluation to determine whether discovery is significant. 2. In an event of accidental discovery or recognition of human remains during construction, based on State of California Health and Safety Code Section 7050.5, implement following course of action immediately by PA/PP, Metro, or Metro’s designee: a. Work around paleontological discovery, evaluation and data recovery to minimize work stoppage. b. No further excavation or disturbance of Worksite is to occur within 100 feet c. Have construction personnel promptly vacate 100 foot buffer zone. 3. Immediately notify County Coroner of find (by PA or Metro).

Historic Treatment Procedures Contract No. C0981R 01171 - 3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

4. There is to be no further activity at Worksite until Coroner has made determination of origin and disposition, pursuant to California Public Resources Code Chapter 1.7 – Archaeological, Paleontological, and Historical Sites, and Chapter 1.75 – Native American Historical, Cultural, and Sacred Sites Section 5097.98. 5. If human remains are determined to be prehistoric, Coroner will notify Native American Heritage Commission (NAHC), and NAHC will determine and notify Most Likely Descendent (MLD). a. MLD is to complete inspection of Worksite within 48 hours of notification. b. MLD then has opportunity to recommend to Metro , means for treating, with appropriate dignity, human remains and associated grave goods. 6. At each fossil locality, field data forms shall be used by the PA/PP in coordination with the Contractor to record pertinent geologic data, stratigraphic sections shall be measured, and appropriate sediment samples shall be collected and submitted for analysis. 7. Treatment measures, verified by Metro and implemented by the PA/PP in coordination with the Contractor, shall include documentation consisting of historical research, archaeological testing and recording, Historic American Engineering Record (HAER) documentation that includes a narrative report, measured drawings, and photographs that are consistent with HAER standards, distribution of architectural and archaeological reports to public repositories, and public interpretation. 8. If Native American cultural resources are discovered, a Native American cultural resources consultant from the Gabrielino/Tongva San Gabriel Band of Mission Indians and/or the Tongva Ancestral Territorial Tribal Nation shall be contacted by Metro to coordinate with Contractor and monitor ground-disturbing activities. 9. If no cultural resources are discovered during construction monitoring, the PA shall submit a letter to that effect. If previously unidentified cultural resources are discovered in the course of construction monitoring, a report shall be prepared in coordination with the Contractor following Archeological Resource Management Report (OHP 1990) guidelines.

3.4 RECOVERY

A. When PA/PP determines archaeological or paleontological discovery is significant, provide labor, materials and equipment to excavate, load, transport and unload discovery within Project limits as requested by PA/PP and accepted by Metro.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will be measured per day when work is suspended for performing evaluation to determine the significance of discovery and to excavate , load transport and unload discoveries. Actual days suspended or worked will be measured.

4.2 PAYMENT

Historic Treatment Procedures Contract No. C0981R 01171 - 4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

A. Payment will be made under a change order.

END OF SECTION

Historic Treatment Procedures Contract No. C0981R 01171 - 5 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Figure 1: Archaeological Resources within Direct APE including the Los Angeles Zanja System (Approximate Alignment)

Historic Treatment Procedures Contract No. C0981R 01171 - 6 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01175

HAZARDOUS WASTE OPERATIONS EARTHWORK

PART 1 - GENERAL

1.1 DESCRIPTION A. The Work specified in this Section consists of performing operations to excavate Contaminated Soils, regardless of character and subsurface conditions, necessary for construction of structures and other facilities; to excavate trenches for utilities; to excavate selected materials from Worksite; to excavate and grade roads and other areas; to prepare base materials for placing other materials thereon; as indicated. Operations are beyond requirements of Section 02200, Earthwork. Contaminated Soils means soils which, to be excavated, require Hazardous Waste Operations, including soils containing petroleum products greater than 100 ppm as determined by EPA Method 418.1. B. Hazardous Waste Operations Earthwork may involve Hazardous Substances or materials containing Hazardous Substances, as specified in Special Provisions Article, Hazardous Substances. Comply with provisions on Hazardous Waste Operations affecting the Work required under this Section and specified elsewhere in this Contract, including Section 01105, Metro-Directed Stoppages; Section 01545, Worksite Safety Requirements; Section 01566, Pollution Controls; Section 01568, Hazardous Waste Operations Safety and Health Program; and Section 02200, Earthwork. C. The scope of Work required under this Section does not include Excluded Hazardous Waste Operations and will require a change order if encountered. Contractor-Generated Hazardous Wastes are restricted, pursuant to provisions of Section 01566, Pollution Controls. 1.2 QUALITY CONTROL A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build. B. Comply with Appendix 01175-A, Los Angeles Bureau of Engineering Master Specification Section 00221 and Appendix 01175-B, Los Angeles Bureau of Engineering Master Specification Section 00314. C. Implement Hazardous Waste Operations Safety and Health Program, and Metro or its designee will provide certain monitoring and testing for Hazardous Substances in soils and groundwater, pursuant to provisions of Section 01568, Hazardous Waste Operations Safety and Health Program. D. Worker Health and Safety Plan shall be implemented prior to the start of construction activities. All workers shall be required to review the plan, receive training if necessary, and sign the plan prior to starting work. The plan shall identify properties of concern, the nature and extent of contaminants that could be encountered during excavation activities, appropriate health and environmental protection procedures and equipment, emergency response procedures including the most direct route to a hospital, contact information for the Site Safety Officer.

Contract No. C0981R Hazardous Waste Operations Earthwork Regional Connector Advanced Utility Relocations 01175-1 ISSUED FOR BID 06/14/13 E. Sampling and analysis of soil and/or groundwater known or suspected to be impacted by hazardous materials shall be conducted in accordance with the procedures detailed in the Contaminated Soil/Groundwater Management Plan.

1.3 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures. A. Product Data - Manufacturer's description and specifications for personal protective equipment and monitoring equipment. B. Notice of Hazardous Substances, Underground Storage Tanks (USTs), Gas Casings or Asbestos 1.4 WORKSITE CONDITIONS

Contractor shall become familiar with the information in this section.

A. For information on standard earthwork conditions, see Section 02200, Earthwork. B. Additional information on type, extent and location of Contaminated Soils may be provided by Metro or its designee.

PART 2 - PRODUCTS

2.1 PERSONAL PROTECTIVE EQUIPMENT AND MONITORING EQUIPMENT - Conform to the requirements of CAL/OSHA and Federal OSHA.

PART 3 - EXECUTION

3.1 EXCAVATION OF CONTAMINATED SOILS - Remove Contaminated Soils as specified in Section 02200, Earthwork, and Section 01568, Hazardous Waste Operations Safety and Health Program. Prior to commencement of any excavation mark limits excavation and have subsurface utility owners mark their facilities within the area of excavation. Expose utilities by hand excavation when excavation is within two feet of any subsurface utility. 3.2 DISCOVERY OF HAZARDOUS SUBSTANCES A. Upon encountering Hazardous Substances, notify Metro for resolution.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT A. Contaminated and Hazardous Soil removal and disposal for the base conditions will not be measured separately and will be included in the work for each relocated utility. B. Additional Contaminated Soil removal and disposal for the base conditions will be measured by the bank cubic yard. 4.2 PAYMENT A. Payment for the base condition will be made under the associated utility. B. Additional Contaminated Soil removal and disposal will be made under Schedule of Quantities and Prices Form, Schedule D, Item 5.

Contract No. C0981R Hazardous Waste Operations Earthwork Regional Connector Advanced Utility Relocations 01175-2 ISSUED FOR BID 06/14/13

Contract No. C0981R Hazardous Waste Operations Earthwork Regional Connector Advanced Utility Relocations 01175-3 ISSUED FOR BID 06/14/13

APPENDIX 01175-A

LOS ANGELES BUREAU OF ENGINEERING MASTER SPECIFICATION SECTION 00221

00221 CONTRUCTION AND DEMOLITION WASTE MANAGEMENT (8/12/11)

The Contractor shall divert all Construction and Demolition (C&D) waste generated from the project in accordance with the City’s C&D Waste Recycling Ordinance. Los Angeles Municipal Code requires that all mixed C&D waste material generated within the City of Los Angeles be taken to a City Certified C&D Waste Processor. Further, mixed C&D waste can only be legally collected, removed, or transported by City of Los Angeles Permitted Solid Waste Haulers. If the Contractor plans on collecting, removing, or transporting its own waste, it must first apply for and obtain a Solid Waste Hauler Permit from the Solid Resources Citywide Recycling Division of the Bureau of Sanitation.

Failure to meet the C&D waste recycling requirements as detailed above will result in the assessment of penalties up to $5,000 per each load of C&D waste not taken to City Certified Processors. Further, collecting, removing or transporting C&D waste within the City without a valid Solid Waste Hauler Permit is a criminal misdemeanor subject to fines and/or imprisonment. Other sections of the Specification may require specific recycling rates in addition to the Los Angeles Municipal Code requirements.

Contract No. C0981R Hazardous Waste Operations Earthwork Regional Connector Advanced Utility Relocations 01175-4 ISSUED FOR BID 06/14/13

APPENDIX 01175-B

LOS ANGELES BUREAU OF ENGINEERING MASTER SPECIFICATION SECTION 00314

00314 NOTIFICATION OF HAZARDOUS SUBSTANCES (10/17/01)

The existing facilities or Jobsite may contain asbestos, PCBs, corrosives, carcinogens, or other hazardous materials. Should the Contractor or any of its Subcontractors, while performing Work on or in the vicinity of existing facilities, unexpectedly encounter any material identified in the California Code of Regulations, Title 8, as a hazardous material not shown on the Plans or addressed in the specifications, or have reason to believe that any other material encountered may be a hazard to human health and safety and/or the environment, the Contractor shall stop the Work, cordon off the affected area to secure entry, and shall immediately notify the Inspector and the Engineer. Removal and disposal of the hazardous material not shown on the Plans or addressed in the specifications, if the Engineer deems it necessary, will be done by and at the expense of the City. The City will provide the Contractor, upon request, with copies of Material Safety Data Sheets (MSDS) covering hazardous materials identified by the Contractor that are encountered in existing facilities during the course of the Work and that are not removed by the City.

In the event that the Contractor is delayed in the completion of the Contract solely because of such hazardous materials or conditions not previously identified in the Contract Documents, the Contractor shall be entitled to an extension of time in accordance with “Unavoidable Delay” of these General Conditions.

For new construction Work and for all Contractor furnished supplies and equipment that may contain hazardous materials, the Contractor shall develop and implement a written Hazard Communication Program for its employees in accordance with the California Code of Regulations. The Contractor’s basic written Hazard Communication Program shall be submitted to the Engineer and the Inspector prior to the start of Work at the site, and shall be revised and kept current as required by the continuing progress of the Work. The Contractor’s Hazard Communication Program shall also include the MSDS for all hazardous materials the Contractor will be using at the facility. All provisions concerning MSDS for hazardous materials shall be met before the hazardous material is delivered to the site.

The Engineer shall be provided with three (3) copies and the Inspector with four (4) copies of the Contractor’s written Hazard Communication Program, Contractor provided MSDS, and all revisions and modifications thereto.

The Contractor and Subcontractors shall comply with all State and Federal statutes and regulations on training, handling, storage, public notification, and disposal of hazardous materials and hazardous wastes. In the event that the Contractor or its Subcontractors spills or releases hazardous materials, the Contractor shall immediately notify the Inspector and the Engineer and any required agencies of the spill or release and the Contractor shall stop the Work, and cordon off the affected area to secure entry. Removal and disposal of the hazardous material, if the Engineer deems it necessary, will be done by the City at the Contractor’s expense. Further, the Contractor shall notify the Engineer and the Inspector when hazardous materials are brought on-site and when hazardous materials and hazardous wastes are removed from the site. Hazardous Materials brought on site shall be accompanied by four (4) copies of MSDS, which shall be provided to the Inspector before such materials are unloaded.

END OF SECTION

Contract No. C0981R Hazardous Waste Operations Earthwork Regional Connector Advanced Utility Relocations 01175-5 ISSUED FOR BID 06/14/13

SECTION 01200

CONTRACT MEETINGS

PART 1 - GENERAL

1.1 DESCRIPTION

A. The Work specified in this Section requires Contractor, its Project Manager or Superintendent, Safety Engineer, and others as required, to attend meetings scheduled by Metro for collection and dissemination of information related to the Contract.

B. Metro will prepare minutes of each meeting and distribute them to each of the participants.

C. Notify Metro of proposed safety and security meetings. Metro will advise Contractor about Contract-related safety and security information, safety and security meetings and safety and security-related issues.

PART 2 - PRODUCTS

Products are not required for this Section.

PART 3 - EXECUTION

3.1 GENERAL REQUIREMENTS. In compliance with Metro’s Safety 1st Program, all meetings held as part of the completion of the Work will begin with a Safety Contact. Safety or security issues will then be the first item of substance discussed as part of each meeting’s agenda. Introductions of attendees and review/approval of the minutes of previous meetings may be conducted between the Safety Contact and the discussion of safety or security issues.

Safety Contact: A Safety Contact is defined as a short story or anecdote which highlights a safety or security issue or tip. The topic may be related to work, home or other activities.

3.2 PRE-CONSTRUCTION MEETING. A pre-construction meeting will be scheduled by Metro after receipt of required signed Contract Documents, before issuing Notice To Proceed. Purpose of meeting is to introduce Metro's Representatives for Safety, Security and Quality Assurance and Metro to their counterparts in Contractor's organization and to establish lines of communication between these representatives.

3.3 SPECIAL MEETINGS. Special Meetings between Metro and Contractor will be scheduled by Metro throughout course of construction as Metro deems necessary.

3.4 INITIAL CONSTRUCTION MEETING. Initial Construction Meeting will be scheduled by Metro not more than seven Working days after the effective date of Notice To Proceed.

A. Metro will distribute notice of meeting, along with agenda of subjects to be addressed, not less than four Working days before such meeting.

B. Agenda Part 1 (Metro Presented items)

Contract No. C0981R Contract Meetings Regional Connector Advanced Utility Relocations 01200-1 ISSUED FOR BID 06/14/13

1. Safety Contact.

2. Review of Safety and security issues, programs, goals & objects.

3. Review of Quality Assurance and Inspection issues, programs, goals and objectives.

4. Review Equal Employment Opportunity (EEO) and affirmative action requirements along with public affairs functions.

5. Review requirements of labor provisions stipulated by U.S. Department of Transportation (DOT).

6. Review and discuss laws, codes, traffic regulations, permit requirements of public agencies and their regulations.

7. Review and discuss procedures for processing Change Notices, Change Orders, Configuration Management, Shop and Working Drawings, Product Data and Samples.

8. Discuss monthly estimate cut-off dates and progress payments.

9. Discuss schedule and cost control.

10. Discuss partial and final payments.

11. Discuss Public Affairs procedures.

C. Contractor's Responsibility: Have Contractor's Project Manager/Superintendent, Lead Safety Representative, EEO Officer, subcontractor representatives and Public Affairs Representatives attend meeting.

D. Agenda Part 2 (Contractor Presented Items)

1. Introduce Contractor's representatives, and briefly describe each person's responsibilities. Describe organizational arrangement of Contractor’s forces and personnel, and those of the subcontractors, and materials suppliers.

2. Discuss contract documents, including distribution of required copies of original documents and revisions.

3. Discuss rules and regulations governing performance of the Work.

4. Introduce Contractor’s Project Safety & Security Program, goals and objectives. Discuss procedures for site security, Project quality control, housekeeping, and related matters. It is the responsibility of the Contractor for job site safety & first aid, however, it shall be on the agenda.

5. Provide Emergency Information: The name, addresses, telephone and fax numbers of the Contractor, and Subcontractors, or their representatives, shall be filed with Metro and the City of Los Angeles prior to start of Work.

6. Introduce Contractor’s Project Quality Control and Assurance Program, goals and objectives.

Contract No. C0981R Contract Meetings Regional Connector Advanced Utility Relocations 01200-2 ISSUED FOR BID 06/14/13

7. Discuss channels and procedures for communication. Discuss processing of Bulletin, addenda, field decisions, requests for information and change orders.

8. Distribute and discuss list of major subcontractors. Discuss Construction Schedule, including sequence of critical work.

9. Discuss submittals and required reports. Discuss processing of shop drawings and other data submitted for review.

10. Discuss use of office, storage areas, construction areas and temporary easements.

11. Define housekeeping procedures.

12. Discuss construction methods.

13. Describe Contract construction sequencing, general Worksite layout, erosion and sedimentation control plans, haul routes, noise, air and water pollution control, temporary street closing, and street restoration.

14. Discuss coordination and notification for the Work.

15. Discuss deliveries and priorities of major equipment.

16. Discuss breakdown of lump sum items.

E. Agenda Part 3 - City of Los Angeles Presented Items

1. Discuss organizational arrangement of the City of Los Angeles’ forces and personnel.

2. Procedures to request air monitoring services, soil inspection, survey, etc. if required, shall be provided by the City of Los Angeles.

F. Agenda Part 4 – Los Angeles Department of Water and Power Items

1. Discuss organizational arrangement of the Los Angeles Department of Water and Power forces and personnel.

3.5 INITIAL SAFETY, SECURITY AND QUALITY ASSURANCE MEETING. Initial Safety, Security and Quality Assurance meeting will be scheduled not later than seven Working days after initial construction meeting.

A. Agenda 1. Safety Contact 2. Metro to discuss timely submittal of Contractor's Safety and Injury Prevention Plans required by Section 01545, Worksite Safety Requirements to be approved by Metro prior to the Contractor receiving permission to perform Work upon the worksite, and introduce Metro's construction safety staff. 3. Metro to discuss submittal of Contractor’s Security Plan as required by Section 01547, Worksite Security Requirements.

Contract No. C0981R Contract Meetings Regional Connector Advanced Utility Relocations 01200-3 ISSUED FOR BID 06/14/13 4. Metro will review and discuss quality control, inspection, and coordination of Work with Metro's system as a whole, and introduce Metro's Quality Assurance/Quality Control (QA/QC) representatives.

5. Contractor shall present plans for compliance with Safety, Security & Quality Assurance requirements of this Document, including, but not limited to, Job Site Safety and Injury Prevention, emergency response and medical aid plans, Job Site Safety Staff, job site security measures and Quality Assurance Plans. 6. Metro will review and discuss Metro insurance requirements, incident reporting procedures and provide emergency contact list.

3.6 CONSTRUCTION PROGRESS MEETINGS - Schedule weekly and more often as necessary for competent and timely execution of Contract.

A. Contractor shall perform the following:

1. Distribute notices of meetings before such meeting, to subcontractors engaged in construction, those expected to be engaged in Work before next scheduled meeting, and to Metro

2. Have designated personnel, as listed in Initial Construction Meeting, attend.

B. Agenda

1. Safety Contact.

2. Introduce new attendees and areas of responsibility.

3. Review minutes of previous meetings, amend minutes if necessary, and accept minutes.

4. Safety Issues

5. Quality Issues

6. Public Affairs

7. Third party coordination

8. Analyze Work accomplished since previous meeting, coordination of Work with other Contracts, offsite fabrication problems, product delivery problems, submitted schedule slippages, problems arising from proposed changes, and other circumstances which might affect progress of Work.

9. Discuss sequence of Work on critical path, and schedule of construction using Progress Schedule.

10. Discuss observations, problems, Work quality, and employee Work standards.

11. Discuss coordination of Work.

12. Discuss changed conditions, associated costs, time extensions and other relevant subjects as required.

13. Discuss corrective measures to maintain construction schedule when necessary.

Contract No. C0981R Contract Meetings Regional Connector Advanced Utility Relocations 01200-4 ISSUED FOR BID 06/14/13

14. Discuss upcoming scheduled Work.

15. Discuss three-week construction schedule.

C. Contractor shall answer inquiries, or requests for solutions of problems presented during such meetings, when possible, during meeting. Resolve those not answered during meeting, document and deliver in person or mail to person within 14 calendar days of close of the meeting. Metro will record answers provided orally at meetings in the minutes.

3.7 CONTRACTOR SHALL PARTICIPATE IN READINESS REVIEW MEETINGS in accordance with Section 01432, Project Quality Program Requirement – Design/Bid/Build.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

Payment will be made under:

Schedule of Quantities and Prices Form, Schedule A, Item 1 - General Requirements – Lump Sum.

END OF SECTION

Contract No. C0981R Contract Meetings Regional Connector Advanced Utility Relocations 01200-5 ISSUED FOR BID 06/14/13

SECTION 01300

SUBMITTALS

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this Section summarizes requirements and procedures for submitting documents defined herein, for review and acceptance by Metro, or its designee, and agencies or utilities for Work related to their respective utilities.

1.2 QUALITY CONTROL

A. Prepare Shop Drawings and record documents to a high standard of quality, such as set forth in DOD-STD-100, ANSI 14 Series or other relevant lower tier specification defining equal drafting quality for microfilming. Refer to Section 01720, As-Built Drawings and Current Status Documents, for marking details on drawings.

B. Reference Standards

1. American National Standards Institute (ANSI)

ANSI Y14 Series American Drafting Standards

2. Department of Defense (DOD)

DOD-STD-100 Engineering Drawing Practices

1.3 SUBMITTALS

A. Shop Drawings - Fabrication or layout drawings required to supplement Contract Drawings or individual Specification Sections for permanent incorporation in the Work.

B. Working Drawings - The Contractor's plan for temporary equipment or structures such as decking, temporary bulkheads, support of excavation, support of utilities, ground water control, and forming and falsework; and for such other Work as may be required for construction but do not become an integral part of permanent Work. Submit Working Drawings and signed and stamped associated calculations as required by Specification Sections for temporary Work which will not become a part of permanent structures included in this Contract.

C. Samples - Samples of materials or equipment submitted to Metro or its designee for approval prior to incorporating in the Work as required by individual Specification Sections.

D. Certification - As identified in each Section, certificates or certified test results submitted which demonstrates proof of compliance with Specifications for products, materials, equipment, systems, and qualifications of personnel, manufacturers, fabricators and installers.

Submittals Contract No. C0981R 01300-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

E. Calculations - Where required by individual Specifications Sections, signed and stamped by an Engineer Registered in the State of California.

F. Test Procedures and Reports - Provide Test Procedures for review and acceptance by Metro or its designee before commencement of testing. Provide test reports in the accepted format for review by Metro or its designee. See Specification Section 01432 Project Quality Program Requirements – Design/Bid/Build and those individual Sections relating to specific mechanical and electrical equipment for further testing requirements.

G. Documentation - Documents required to be submitted by the Specifications including miscellaneous items such as delivery tickets, batch tickets and bills of materials.

H. Product Data - Manufacturer's literature, catalog cuts, and Material Safety Data Sheets.

I. Operations and Maintenance Manuals - Operations and maintenance manuals for equipment and systems as specified in Section 01730, Operation and Maintenance Data.

1.4 SUBSTITUTIONS

A. Substitutions consists of preparing, submitting, amending and updating lists of products or methods of construction which the Contractor proposes to furnish and install instead of those indicated.

B. Propose substitutions in accordance with provisions indicated and include documentation on methods of construction, materials, products and supplies which are proposed for substitution instead of items shown or methods indicated or implied in the Contract Documents.

C. Equipment, material or products proposed as alternates or proposed due to commercial unavailability of a listed product, material or item of equipment, will not be considered as a substitution.

1.5 CHANGES proposed by the Contractor to items listed in approved submittals will not be permitted unless those changes have been submitted and accepted in writing, by Metro or its designee.

PART 2 - PRODUCTS

2.1 MASTER LIST OF SUBMITTALS - Identify submittals, including Contractor Drawings required and determine the date on which each submittal is required. Within 15 calendar days after the effective date of Notice To Proceed, furnish a Master List of Submittals required by the Specifications or Contract Drawings, with corresponding submittal dates which match milestones and allow for not less than 15 Calendar day cycles for review by Metro or its designee.

2.2 SUBMITTAL FORMAT AND INSTRUCTIONS

A. Project data to be submitted electronically in the following formats:

Submittals Contract No. C0981R 01300-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

1. Drawing files in PDF 11x17 page format.

2. E-mail, letters, spreadsheets, and charts in Microsoft Office format (Outlook, Word, Excel, PowerPoint.)

3. Other documents, pictures, graphs, etc. in PDF format (TIFF or JPEG as an alternative.)

B. Metro has deployed a Program Management Information System (PMIS) to facilitate project tracking, administration and management reporting.

1. Project documents including but not limited to: Requests for Information (RFIs), Requests for Change (RFCs), submittals, change proposals, and other required deliverables shall be prepared and managed by the Contractor in the document control system of their choice, with the final document being printed in a searchable (non-scanned wherever possible) Adobe PDF format.

2. Document shall be submitted to Metro using the Contract Management Interface (CMI) via the web (address to be provided.) RFIs and RFCs shall be input by the Contractor directly into CMI.

3. The Contractor will be issued a log-in name and password by Metro for access to CMI.

4. The Contractor will be provided with instructions and training for submitting documents through CMI.

C. Drawings - Show the following information:

1. Title block.

2. Drawing title, date and revision dates, scale and consecutive drawing numbers.

3. Contract title and number.

4. Drawing number using codes in attached Appendix 01300-A.

5. Contract Drawings cross-referenced to Shop Drawings and vice versa

D. Submittals - Show the following information when applicable:

1. Names of Contractor, subcontractors, suppliers, manufacturers and, when applicable, the seal and signature of an engineer, currently registered in the State of California, for the involved discipline.

2. Identification of product by either description, model number, style number, serial number or lot number, and finish numbers.

3. Subject identification by Contract Drawing or Specification reference.

4. Relation to adjacent structures or materials.

Submittals Contract No. C0981R 01300-3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

5. Field dimensions, clearly identified as such.

6. Applicable standards, such as ASTM or Federal Specification numbers.

7. Identification of deviations from Contract Documents.

8. Contractor's stamp, signed and dated, certifying:

a. Review of submittals for compliance with Contract requirements.

b. Verification of field measurements.

c. Verification of subcontractors Work for accuracy.

d. Compatibility of the Work shown thereon with affected trades and other Contracts.

E. Action Block - Include a blank space, five inches by five inches, in the lower right corner, just above the title block, in which Metro or its designee may indicate action taken. Shop Drawings without this space will be returned, without review for compliance.

F. Make submittals sufficiently in advance so review may be made by Metro or its designee at least 15 calendar days before commencement of related Work.

G. Allow 15 calendar days for review of each submittal cycle by Metro or its designee.

H. Ship submittals prepaid, by overnight express delivery or hand carry to Metro's designee.

I. Accompany submittals with a Contractor Transmittal Form containing the following information:

1. Contractor's name, address, telephone number and for home office or field office.

2. Submittal number based on individual Specification Section number and date.

3. Contract title and number.

4. Supplier's, manufacturer's or subcontractor's name, address and telephone number.

5. Subject identification including Contract Drawing or Specification Section and Paragraph reference.

6. Identification of deviations from Contract Documents, if any, for which the Contractor seeks approval.

7. Copy of subcontractor's or supplier's transmittal to Contractor.

Submittals Contract No. C0981R 01300-4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

J. Provide sufficient data with subsequent submittals initiated by the Contractor for consideration of corrective procedures for review. Make subsequent submittals in the same manner as initial submittals.

K. Incomplete or partial submittals will be returned to the Contractor without review.

L. Illegible facsimile copies of any portion of a submittal will not be accepted.

M. Substitution or Deviations - Stamp the submittal or drawings "SUBSTITUTION" or "DEVIATION" in 1/2-inch minimum size diagonal letters.

2.3 QUANTITIES FOR SUBMITTALS AND RESUBMITTALS – Unless greater quantities are specified in individual specification sections.

A. Three prints of each Shop Drawing and Working Drawing. Poor quality prints are not acceptable.

B. Three copies of manufacturers' standard schematic drawings.

C. Three copies of manufacturers' calculations, and six copies of manufacturer's standard data.

D. Three copies of manufacturers' printed installation, erection, application and placing instructions.

E. Three samples of each item specified in the various Specification Sections.

F. Three copies of inspection reports, and test reports.

G. Three copies of engineer's calculations, with seal and signature of an engineer currently registered in the State of California for the discipline involved.

H. Three copies of operations and maintenance manuals.

PART 3 - EXECUTION

3.1 CONTRACTOR'S REVIEW - Review submittals, stamp and sign as reviewed and approved, before submission to Metro or its designee. Failure to comply with this requirement will result in immediate return of the submittal without review.

3.2 METRO'S REVIEW

A. Submittals will be reviewed for conformance to requirements of the Contract Documents. Review of a separate item will not constitute review of an assembly in which the item functions. Review will not relieve Contractor from his responsibility for accuracy of submittals, conformity of submittals to requirements indicated, compatibility of described product with contiguous products and the rest of the system, or for prosecution and completion of the Contract in accordance with the Contract Documents.

Submittals Contract No. C0981R 01300-5 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

B. Review stamp will be affixed, action block will be marked, and stamp will be signed, name printed and dated. Stamp lettering to have 1/8-inch minimum size printing.

C. Metro or its designee will review submittals for general conformance with the Contract Documents and mark, sign and date the review stamp.

D. Action block stamp marks have the following meanings:

1. The mark APPROVED is an acceptance, and means every illustration and description appears to conform to the respective requirements of the Contract Documents; fabrication, assembly, manufacture, installation, application and erection of the illustrated and described product may proceed; and the submittal need not be resubmitted.

2. The mark APPROVED AS NOTED - NO RESUBMITTAL REQUIRED is an acceptance, and means every illustration and description appears to conform to respective requirements of the Contract Documents upon incorporation of the reviewer's corrections.

a. If the Contractor accepts the corrections then fabrication, assembly, manufacture, installation, application and erection of the illustrated and de- scribed product may proceed. Submittals so marked need not be resubmitted. Show the reviewers' corrections on the As-Built Drawings in accordance with Section 01720, As-Built Drawings and Current Status Documents.

b. If the Contractor challenges the validity of the reviewer's exception no Work on this issue will be allowed until there is a written resolution to the challenge.

3. The mark REJECTED, REVISE AND RESUBMIT is a rejection, and means the submittal is deficient to the degree the reviewer cannot correct the submittal with a reasonable degree of effort, has not made a thorough review of the submittal, and the submittal needs revision and is to be corrected and resubmitted, within 30 calendar days for review.

4. The mark RECORD ONLY means the submittal was not reviewed for acceptance and was received for information only.

E. One marked up electronic copy of Shop Drawings and Working Drawings, one copy of product data, and one sample will be returned to the Contractor within 15 calendar days after submittals have been received.

3.3 CONTRACTOR'S RESPONSIBILITIES

A. Coordinate each submittal with requirements of the Work; place particular emphasis upon ensuring each submittal of one trade is compatible with other submittals of that trade and submittals of other trades.

B. Approval by Metro or its designee of submitted Drawings and associated calculations does not relieve the Contractor from responsibility for errors or omissions in the Drawings and associated calculations, or from deviations from the Contract Documents, unless such deviations were specifically called to the attention of Metro or its designee in the Letter of Transmittal submitted with the Drawings. The Contractor

Submittals Contract No. C0981R 01300-6 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

is responsible for correctness, accuracy and completeness of the drawings, for shop fits and field connections, dimensions and quantities and for results obtained by use of such drawings.

C. Distribution of Submittals After Review - Distribute prints of accepted submittals, bearing Metro or its designee's stamp and signature, to concerned subcontractors, suppliers and fabricators; and to concerned members of Contractor's Workforce.

D. Contractor's liability to Metro, in case of deviations in the submittals from requirements of the Contract Documents, is not relieved by Metro or its designee's review and approval of submittals containing deviations, unless Metro expressly approves deviations by issuing a Change Order.

E. Do not start Work for which submittals are required until submittals bearing the stamp of Metro or its designee, and signatures indicating review and acceptance, have been received.

F. Before making submittals, ensure products are available in quantities required by the Contract.

G. Verify field measurements, catalog numbers and similar data.

H. Resubmittals - Make any corrections required by Metro and resubmit for acceptance. Direct specific attention in writing, on resubmitted shop drawing to revisions other than the corrections by Metro on previous submittal.

3.4 SHOP DRAWINGS - As defined in General Conditions.

3.5 PRODUCT DATA

A. Modify manufacturers' standard schematic drawings to delete information which is not applicable to the Contract. Supplement standard information with additional information applicable to this Contract.

B. Modify manufacturers' standard catalog cuts, brochures, diagrams, schedules, performance charts, illustrations, calculations, and other descriptive data to delete information which is not applicable to the Contract. Failure to comply with this requirement will result in rejection of the submittal. Indicate dimensions, clearances, performance characteristics, capacities, wiring and piping diagrams, controls, and other information as required.

C. Modify manufacturer's printed installation, erection, application and placing instructions to delete information which is not applicable to the Contract.

D. Include appropriate information as required herein and the Specification Sections.

E. Submit Certificates of Compliance only for those products called out in these specifications not later than 30 days before products are installed. Have copy of certificate accompany the product for which the certificate is prepared. Include on the certificate:

1. Affirmation that the product complies with respective requirements indicated.

Submittals Contract No. C0981R 01300-7 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

2. Submittal date, Contractor's name and address, Contract Title and Number, product represented and its location in the Contract, producer's name, product trade name and catalog number, place of product origin, test date, testing organization's name and address, quantity of the product furnished, and related Contract Drawing and Specification Section numbers.

3. Signature of an officer or other authorized representative of the manufacturer or producer.

3.6 SAMPLES

A. Submit samples of sizes and quantities to clearly illustrate full color range and functional characteristics of products and materials, including attachment devices. Indicate country of origin.

B. Erect field samples and mock-ups at the Worksite as specified in Specification Sections and as may be necessitated by the Contractor submitting value engineering proposals or substitutions, at locations acceptable to Metro or its designee.

C. Include appropriate information as required and indicate the Specification Section. Have product data accompany samples.

D. Right is reserved to require submission of samples or site mock-ups of any material whether or not particularly mentioned in Specification.

3.7 WORKING DRAWINGS

A. Identify Working Drawings by a submittal number based on Specification Section number and provide cross-reference between submittal or to Contract Drawing numbers. Use a Working Drawing sheet with a maximum size of 22 inches by 34 inches. (See Paragraph 3.6, Section 01720, As-Built Drawings and Current Status Documents.)

B. Have Working Drawings prepared, stamped and signed by an engineer or architect of the involved discipline, currently registered as a professional engineer or architect in the State of California.

C. Verify field measurements and coordinate with pertinent Contract Drawings from other Contracts, where applicable.

D. Do not begin Work for which Working Drawings and associated calculations are required until drawings and calculations have been reviewed by or its designee; Metro's or its designee's exceptions, if any, have been addressed; and submittals have been returned to the Contractor with the required stamps and signatures.

E. Distribute copies of Working Drawings and calculations after Metro or its designee's review and approval.

3.8 CALCULATIONS - Have calculations, required by specifications Sections, prepared on 8- 1/2 inches by 11 inches sheets, stamped and signed by an engineer of the involved discipline, registered in the State of California. When calculations accompany drawings in

Submittals Contract No. C0981R 01300-8 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

a submittal, the body of the calculations must contain cross references to the individual drawing to which the page of the calculations pertain.

3.9 SUBSTITUTIONS

A. Substitutions indicated, or implied, on Shop Drawings or product data submittal will not be considered unless a request for substitution has been submitted in conformance with this Section.

B. The list of materials, products and supplies, and the list of methods of construction for substitution of those indicated will be considered only if those requests have been submitted. Acceptance of substitute items or methods will be only for characteristics and the use named in the acceptance. This acceptance will not be interpreted as a modification of Contract Specifications or Contract Drawings, nor to establish acceptance of products and methods for other portions of Metro's System. Acceptance of a substitution does not relieve the Contractor of responsibility of fulfilling requirements of the Contract Documents. Metro or its designee will judge quality and suitability of substitute items or methods and its decision is final. If use of substitute products or methods involves redesign of other parts of the Work, perform redesign and submit for acceptance by Metro or its designee. Bear the cost of redesign and include the direct cost of evaluating substitutions by Metro or its designee.

C. Include the following information with documentation for materials, products and supplies:

1. Complete data substantiating compliance of proposed substitution with requirements of the Contract Documents.

2. Identification of materials, products or supplies, including manufacturer's name, address, catalog name and number.

3. Installation characteristics, installation drawings and manufacturer's literature, including product description, performance and test data, and reference standards if pertinent.

4. Name and address of projects on which the product was used under similar circumstances, and date of installation.

5. Itemized comparison of proposed substitution with the item specified. Include in a tabular form differences in materials, size, finish, estimated life, estimated mainte- nance, availability of spare parts and repair services, energy consumption, perfor- mance capacity, salvageability and manufacturer's warranties.

6. Effect of change on Construction Schedule.

7. Accurate cost data for the proposed substitution in comparison with the product specified.

8. Equitable adjustment and credit which the Contractor proposes to offer Metro.

Submittals Contract No. C0981R 01300-9 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

9. When applicable or requested by Metro or its designee, provide off-the-shelf samples of the specified item and the proposed substitution.

D. Certify the following when making a request for substitution:

1. Personally investigate the proposed item and determined it to be equivalent, or superior, to that indicated; and update information as new or different data becomes known to him.

2. Furnish the same warrantee for substitution as for the product specified.

3. Coordinate installation of the accepted substitution into the Work, and make those changes, subject to acceptance by Metro or its designee, required for the Work to be complete in all respects.

4. Waive claims for additional costs related to the substitution.

5. Provide complete cost data, including related costs, except the costs of Metro or its designee's redesign or review of the Contractor's design.

6. Provide log detailing efforts to obtain specified products before efforts to obtain proposed substitution.

E. Include the following information in documentation for construction methods:

1. Detailed description of proposed methods.

2. Working Drawings illustrating the methods.

3. Itemized comparison of proposed substitute methods with methods shown, with product implied or specified. Include differences in estimated time for execution, labor, materials, revisions to construction process, and cost.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item 1 - General Requirements – Lump Sum.

END OF SECTION

Submittals Contract No. C0981R 01300-10 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Appendix 01300 -A

DRAWING CODES

DISCIPLINE CONTRACT STANDARD DIRECTIVE DRAWING DRAWING DRAWING Architectural A AS AD Automatic Train Control Q QS QD Civil C CS CD Communications N NS ND Control Surveys W WS WD Electrical E ES ED Elevators and Escalators H HS HD Fare Collection Equipment F FS FD General Information G Landscaping/Irrigation L LS LD Life Safety B BS BD Mechanical/HVAC M MS MD Electrical E ES ED Electrical - Lighting EL Electrical - Grounding EG Electrical - Communications EC Electrical - Power EP Plumbing/Fire Protection PF MS MD Right-of-Way R RS RD Soil/Geology K KS KD Special Studies J JS JD Structural S SS SD Tunnel Y YS YD Track Work T TS TD Traction and Auxiliary Power P PS PD Utilities U US UD Existing Utilities UE

Contract No. C0981R Regional Connector Advanced Utility Relocations Submittals ISSUED FOR BID 06/14/13 01300-12

DISCIPLINE CONTRACT STANDARD DIRECTIVE DRAWING DRAWING DRAWING

Utilities Profile UP Utilities Rearrangement UR Utilities Overhead UO Utilities Pothole UH Signage & Graphics ZA Illuminated Signs and Edge Lights ZB Vehicle Directive VD Reference Drawing RE Overhead Contact System OC Seismic Detection SC Staging Drawing SG Cable Transmission CT Supervisory Control & Data SA Acquisition Building Underpinning BP

Contract No. C0981R Regional Connector Advanced Utility Relocations Submittals ISSUED FOR BID 06/14/13 01300-13

SECTION 01312

BAR GRAPH SCHEDULE

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this Section consists of developing and maintaining an accurate Bar Graph Schedule in sufficient detail to show logical sequence in which Contractor proposes to carry out all Work required under this Contract. It is the Contractor’s responsibility to effectively plan, schedule, manage and execute the construction of the Work in accordance with Contract Drawings and Specifications.

PART 2 - PRODUCTS

2.1 SUBMITTALS - Submit one hard copy original and a digital Compact Disc (CDR or CD- ROM) copy of Schedule. Provide specified submittals to Metro or its designee for review and acceptance.

A. Baseline Bar Graph Schedule submittal - Submit Baseline Bar Graph Schedule, and corresponding narrative describing Contractor’s approach for meeting required completion dates, to Metro or its designee within fourteen (14) days after date of Notice to Proceed (NTP). Upon receipt of Metro comments, discuss and collaborate with Metro or its designee the appraisal and evaluation of proposed Schedule and make necessary revisions resulting from review and resubmit the revised Schedule within five (5) days.

B. Monthly Update Bar Graph Schedule submittal - Submit Monthly Update Bar Graph Schedule submittal, with status as of the end of the month-end report cutoff date as designated by Metro or its designee, within five (5) days after the month-end report cutoff date.

C. As-Built Schedule submittal - Submit As-Built Schedule covering Work performed under this Contract within fifteen (15) days after Substantial Completion. As-Built Schedule is to be certified by Contractor’s project manager as being in accordance with all Contract Work performed. The As-built Schedule submittal is a condition precedent for the release of any applicable retention at Substantial Completion.

2.2 BASELINE BAR GRAPH SCHEDULE

A. Computer generated tabular reports listing responsible party, activity descriptions, durations, and planned or actual start and finish dates.

B. Computer generated bar graph with interrelationships and critical path shown.

C. Written narrative of Schedule assumptions corresponding with activities and tasks as appropriate.

2.3 MONTHLY UPDATE BAR GRAPH SCHEDULE

Bar Graph Schedule Contract No. C0981R 01312-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

A. Computer generated tabular reports listing responsible party, activity descriptions, durations, and planned or actual start and finish dates.

B. Computer generated bar chart with interrelationships and critical path shown.

C. Update to narrative of Schedule assumptions corresponding with activities and tasks as appropriate.

2.4 AS-BUILT SCHEDULE

A. Computer generated tabular reports listing activity descriptions, actual durations, and actual start and finish dates.

B. Computer generated bar chart with interrelationships and critical path shown.

C. Certification from Contractor’s Project Manager that As-Built Schedule submitted in accordance with this Section is true and accurate.

PART 3 - EXECUTION

3.1 BASELINE BAR GRAPH SCHEDULE

A. Identify all activities required to complete the Work. Activities are discrete items of Work that must be accomplished under Contract and when complete, produce definable, recognizable entities or stages of work associated with Contract deliverables. Comply with all special sequencing requirements.

B. Identify activities for deliverables identified in the master list of submittals for submittal and approval of material samples, acceptance of Shop Drawings, procurement of critical material and equipment, fabrication of special materials, equipment, installation, testing, and/or delivery of Metro-furnished items as applicable. Reflect activities performed by Metro that may affect progress as well as those of affected utilities and other similarly involved third parties.

C. Include a time-scaled Bar Graph.

D. Include month-end report cutoff date (data date).

E. Include title block, revision block, Contract number and legend.

F. Identify sequence or phase in which Work is to be accomplished.

G. Identify start or completion dates based on the Contract. Define milestone events as scheduled dates specified in Special Provisions. Each start milestone event constrains the start of dependent activities. Failure to include any element of Work required for performance of this Contract shall not excuse Contractor from completing Work required to achieve applicable completion milestone event, notwithstanding acceptance of Baseline Bar Graph Schedule submittal.

H. Include written narrative sufficient to explain basis of Contractor’s determination of duration and describe Contractor’s approach for meeting required final completion date. Include estimated quantities and production rates, hours per shift proposed,

Bar Graph Schedule Contract No. C0981R 01312-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 and work days per week within the written narrative. Identify work items that may be expedited by use of overtime or additional shifts. Identify and explain sequencing and other constraints such as manpower, material, and equipment. Include listing of holidays and/or special non-work days.

I. Contractor agrees that, if Contractor’s Baseline Bar Graph Schedule duration is less than time allowed by Contract for completion of Work, Contract completion time shall be shortened only by a change order to equal Contractor’s proposed Baseline Bar Graph Schedule duration.

J. If requested by Metro, provide major subcontractor and fabricator schedules.

3.2 MONTHLY UPDATE BAR GRAPH SCHEDULE - At end of each month following NTP, submit to Metro or its designee a Monthly Update Bar Graph Schedule with data as of the month-end report cutoff date. Participate with Metro or its designee in monthly meetings on dates and at locations as directed by Metro or its designee. Purpose of meetings is joint review discussion and agreement on Schedule progress. Schedule progress shall specifically include:

A. Actual completion dates for activities completed during report period.

B. Actual start dates for activities started during report period.

C. Estimated remaining duration for activities in progress.

D. Estimated start dates for upcoming activities scheduled to start during month following the report period.

E. Changes in durations of activities and minor changes in sequencing.

F. Activities not included in Baseline Bar Graph Schedule submittal.

G. Include the Baseline Bar Graph schedule as a target line in the Monthly Update Bar Graph Schedule.

H. If the Monthly Update Bar Graph Schedule indicates an actual or potential delay to Contract completion date as specified under Special Provisions, treat delays in the narrative in one of following ways:

1. If delay is within Contractor’s scheduling control, (e.g., normal weather conditions, crew inefficiency, or underestimated duration), identify problem, cause, and work items affected and provide explanation of proposed corrective action to meet completion date.

2. If delay is not within Contractor’s scheduling control, identify problem, cause, and potential duration for specific work items affected.

I. Extensions of time for Contract performance as specified in Contract will be granted only to extent required for equitable time adjustments for affected activities. Any delays of activities are not a basis for time extension to Contract unless, and until, such delayed activities are resolved as set forth in General Conditions Article, Extension of Time.

Bar Graph Schedule Contract No. C0981R 01312-3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 3.3 AS-BUILT SCHEDULE - After Contract work items are complete, submit As-built Bar Graph schedule reflecting Contract as-built work.

A. Show all activities, including added activities.

B. Activity Duration - Actual number of workdays during which work was performed on activities.

C. Activity Start/Finish Dates - Reflect actual dates work started and finished as mutually agreed upon by Contractor and Metro or its designee.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Bar Graph Schedule Contract No. C0981R 01312-4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01370

SCHEDULE OF VALUES

PART 1 - GENERAL

1.1 DESCRIPTION

A. The Work specified in this Section consists of preparing and submitting a Schedule of Values and a Schedule of on-site Material Allowances as referenced in General Conditions Article, Progress Payments, and, if schedules are affected by Change Orders, of preparing and submitting updated copies of schedules.

B. Schedule of On-site Material Allowances - Detailed cost breakdown for materials which will be temporarily stored before being installed, and for which Contractor seeks partial payments.

C. Upon notice of award, Contractor will be furnished a copy of Metro’s required Construction Code of Accounts. These codes are basis for reporting to Metro monthly status of scheduled activities within bid items as required in General Conditions Article, Progress Payments.

1.2 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. Schedule of Values as indicated in General Conditions Article, Progress Payments.

B. Identify items in Schedule of Values and Material Allowances with Specification Section numbers, Specification Section title, and Bid Item number.

C. Upon request by Metro or its designee, support values given with data which will substantiate correctness of values.

D. Schedules will be used only as a basis for Contractor's Application for Progress Payment.

1.3 REVIEW AND RESUBMITTAL - If review by Metro or its designee indicates changes to schedules are required, revise and resubmit schedules in same manner as original schedules were prepared and submitted.

PART 2 - PRODUCTS

Products are not required for this Section.

PART 3 - EXECUTION

3.1 PREPARING SCHEDULES OF VALUES

A. Upon acceptance by Metro or its designee, break down Bid Item costs as follows:

1. Delivered cost of product, with taxes paid.

Schedule of Values Contract No. C0981R 01370-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

2. Total installation cost, with overhead and profit.

B. Break down costs of each lump sum and unit price Bid Item to list major products and major operations for which Contractor seeks to receive progress payments to recover his costs for that Bid Item.

C. Upon application from Contractor, Metro or its designee may waive above requirements of Paragraphs 3.1.A and B.

3.2 PREPARING SCHEDULE OF ON-SITE MATERIAL ALLOWANCES

A. Provide separate schedules of unit prices, one for products which will be stored on the Worksite and one for products stored off the Worksite, in accordance with General Conditions Article, PROGRESS PAYMENTS. Schedules shall show quantities and types of products which will be stored.

B. Allowances consist of only the net cost of the product, the cost of delivery and unloading at the storage site, and the cost of sales taxes.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements – Lump Sum.

END OF SECTION

Schedule of Values Contract No. C0981R 01370-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01432

PROJECT QUALITY PROGRAM REQUIREMENTS - DESIGN/BID/BUILD

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Project Quality Program requirements to ensure compliance with contract documents, applicable regulatory requirements and industry standards.

B. Project Quality Program, supported by specific and detailed procedures, defines project organization, processes, and responsibilities that will ensure construction, procured equipment and materials, installation and testing will comply with specified contract documents.

1.2 RELATED SECTIONS

A. Section 01300: Submittals

B. Section 01720: As-Built Drawings and Current Status Documents

1.3 REFERENCES

A. California Code of Regulation (CCR), Title 24: 1. Part 2 - California Building Code (CBC)

B. Los Angeles County Metropolitan Transportation Authority (Metro): 1. Metro CADD Standards

1.4 QUALITY ASSURANCE (Not Used)

1.5 SUBMITTALS

A. All Submittals shall meet requirements of Section 01300 - Submittals.

B. Project Quality Program Manual shall meet requirements of this Section.

C. Project Instructions, Procedures, and Drawings meeting requirements of this Section.

D. Source Inspection List: Includes identification of suppliers and manufacturers of materials and components to be incorporated in Work.

E. Inspection and test Instructions that define inspection requirements for source, receiving, in-process and final inspection and test.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 1 ISSUED FOR BID 06/14/13

F. Current qualifications and certifications of independent test laboratories that will be used for job control testing in accordance with this Section.

G. Current qualifications and certifications of test and inspection personnel employed by laboratories identified in this Section.

H. Construction Work Plans meeting requirements of this Section.

I. Personnel Qualifications meeting requirements of this Section.

J. Material Safety Data Sheets (MSDS): Manufacturer’s Material Safety Data Sheets for each type of material used in Work.

1.6 DEFINITIONS (Not Used)

1.7 SPECIAL INSPECTION

A. Metro Responsibility: 1. Obtaining and paying for services of registered deputy inspectors to perform “Special Inspections” required by building permit and California Building Code (CBC).

B. Contractor Responsibility: 1. Obtaining and paying for services of an Independent Testing Laboratory as defined herein. 2. Do not use results of Special Inspections or results of inspections conducted by Metro or its designee or other agency in fulfillment of requirements of this specification.

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION

3.1 PROJECT QUALITY PROGRAM

A. Project Quality Program Manual (PQPM): 1. Prepare Project Quality Program Manual describing project organization’s processes and responsibilities that will ensure design, construction, procurement of equipment and materials, installation and testing. The Project Quality Program Manual will comply with specified requirements of the contract documents. a. Obtain Metro Quality Management approval of Project Quality Program Manual before Work is authorized to start. b. After approval by Metro Quality Management, do not revise Project Quality Program Manual without prior written approval of Metro Quality Management.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 2 ISSUED FOR BID 06/14/13

B. Address following in PQPM as a minimum:

1. Project Quality Organization: a. Project Quality Organization (PQO) (“Project Quality”) and individuals responsible for executing quality responsibilities will report to executive level of management which is independent from line organizations responsible for performing Work. b. Provide organizational charts illustrating Project Quality Organization’s internal and external reporting relationships as well as relationship to sub-tier contractors or consultants and Independent Testing Laboratory. Include these charts in PQPM for approval by Metro Quality Management before start of Work. c. Assign a Project Quality Manager (PQM) to Project, who will be responsible for Project Quality Program functions and meet the following requirements: 1) Individual available at Worksite location or offsite locations, as required, to perform or support all Quality related activities. 2) PQM reports directly to contractor executive management personnel with responsible in charge of project execution and contract compliance. 3) PQM does not have responsibility for project construction, cost, schedule, or design. 4) PQM shall not be an employee of the Contractor’s Independent Test Laboratory or sub-tier contractor. 5) PQM has authority to stop affected Work, control further processing, or prevent shipment of items that do not meet contract quality requirements. a) Stop Work Order written by PQM can only be removed by PQM. b) PQM notifies Metro when Stop Work Order is issued and when it is removed. d. Design/Bid/Build (D/B/B) Management Responsibilities: 1) Ensure that Project Quality Organization has adequate resources to fulfill requirements of this section and other Contract requirements.

2. Quality Management Personnel Qualifications: a. Project Quality Manager (PQM): 1) Bachelors degree from accredited four-year educational institution in quality, an engineering discipline, engineering technology, management, business administration or related field and minimum of ten years Quality experience, at least five years of which is in Quality management position. 2) Educational requirements may be waived by Metro Quality Management based on additional courses, certificates or specified training in welding, non- destructive testing, construction engineering, electrical systems design or testing, knowledge of heavy civil construction related to rail and rail systems design, structures, tunnel construction, including construction or manufacture or testing of trackwork components; Rail Systems elements such as Traction Power, OCS, Communication and Train Control systems,.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 3 ISSUED FOR BID 06/14/13

b. Quality Engineers, when Utilized by Contractor:

1) Bachelors degree from accredited four-year institution in engineering, engineering technology, management, business administration or related field and minimum of five years project quality experience. 2) Specific quality experience may be substituted for education, subject to approval by Metro Quality Management. c. Lead Inspectors, when Utilized by Contractor: 1) Ten years related construction inspection experience plus at least two years as lead inspector, as minimum. 2) Lead Inspectors report directly to Project Quality Manager. d. Inspection and Test Personnel: 1) Experience and training commensurate with Work to be performed. 2) Minimum of five years experience for type of Work to be inspected. 3) Identify activities such as special process requiring qualified/certified production, inspection and test personnel and establish minimum competence level and describe in Contractor’s Quality Procedures. 4) Inspectors report directly to Lead Inspectors. e. Submit personnel qualifications/certifications of Project Quality personnel to Metro for review and approval before assignment to Project.

3.2 INSTRUCTIONS, PROCEDURES, AND DRAWINGS

A. Prescribe and perform project and project support organizations activities and processes that affect quality and services in accordance with documented instructions, procedures or drawings that include or reference appropriate quantitative or qualitative approval criteria for determining that prescribed results have been satisfactorily attained. 1. Describe activity to level of detail that will assure consistent and acceptable results.

B. Submit controlling project instructions and procedures to Metro Quality Management for review and approval thirty calendar days after Notice To Proceed is issued. 1. For subsequent Work, submit instructions, procedures, or drawings to Metro for review and approval within thirty calendar days before Work is scheduled to start. 2. Related Work may not proceed until instructions and procedures are accepted by Metro.

C. Controlling instructions, procedures, drawings, and changes thereto shall be subject to configuration control.

D. Make available current issues of instructions, procedures and drawings at locations where applicable Work is performed and promptly remove obsolete documents from use and from Work area.

3.3 DOCUMENT CONTROL

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 4 ISSUED FOR BID 06/14/13

A. Control preparation, issue and change of documents that specify quality requirements or prescribe activities affecting quality such as instructions, procedures, or drawings to ensure that correct and current documents are being used. 1. Review such documents, including changes thereto, for adequacy and approval for release by authorized personnel. 2. Perform review and approval to changes to documents by same organizations that performed original review and approval. 3. Provide reviewing organizations access to pertinent background data or information upon which to base their approval.

3.4 PROCUREMENT CONTROL

A. Purchase products, materials and services from subcontractors and suppliers that have demonstrated effective product quality history. 1. Evaluate and approve subcontractors and suppliers based on their ability to meet defined quality, safety and reliability performance standards. 2. Project Quality shall participate in evaluation process.

B. Pass Metro specified quality and design requirements down to subcontractors and suppliers.

1. Where equipment procurement is involved, define methods and means for handling, storage, and packaging in procurement documents.

2. Provide for monitoring and evaluation of subcontractors and suppliers performance by Project Quality to ensure compliance to contract documents.

C. Maintain records of supplier and subcontractor qualifications and performance monitoring and make available to Metro upon request.

D. Evaluate materials and equipment to be used in Work and prepare Source Inspection List to identify materials that will be inspected at supplier location. 1. Submit Source Inspection List within 30 days of NTP for Metro review and approval. 2. Conduct inspections based on approved Source Inspection List.

E. Provide for review of procurement documents by Project Quality to ensure appropriate Project Quality requirements are specified in procurement documents.

3.5 PROCESS CONTROL

A. Provide for planning, documentation, and approval of processes (construction, manufacturing, installation, testing, and like items, by authorized individuals. 1. Stipulate quality workmanship standards in written standards. 2. Provide trained and qualified individuals performing Work in specific processes and quality workmanship standards.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 5 ISSUED FOR BID 06/14/13

B. Include adequate in-process inspection and test points to ensure conformance to contract requirements.

1. Metro may impose inspection and test points to verify compliance. 2. Inspection by Metro does not relieve Contractor from performing required inspections and tests.

C. Document in-process and completed Work. 1. Maintain records of completed Work operations and make available to Metro.

3.6 CONTROL OF SPECIAL PROCESSES AND JOB CONTROL TESTING

A. Special processes and job control testing associated with hardware fabrication or construction shall conform to applicable Government Laws and Standards, Industry Standards and Metro contract requirements. Examples of special processes and job control tests may include, but are not limited to: Special Processes: Job Control Testing: Metal Welding Concrete Non-destructive Examination Corrosion Control Coatings Soils Plating

3.7 INDEPENDENT TESTING LABORATORY

A. Employ services of Independent Testing Laboratory to perform material qualification and job control testing utilizing personnel who are not affiliated with Contractor and who are not affiliated with subcontractor performing Work on Project; pay for Laboratory services.

B. Employ inspection and test laboratories performing special processes or job control testing that have appropriate current certification issued by recognized regulatory agency.

C. Obtain approval of Contractor’s Laboratory by Metro Quality Management before related Work is allowed to start. 1. Do not change Metro-approved Laboratory without written approval of Metro Quality Management.

D. Accomplish special process inspections and tests using qualified technicians, certified inspectors or other qualified or certified individuals as specified in governing Codes or Standards, Industry Standards, Metro Specification, or other applicable controlling document. 1. Review credentials of technicians or inspectors performing special process inspections or tests and job control tests for compliance with applicable codes, standards, and special training/tests, and accepted by Contractor before inspections and tests are performed.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 6 ISSUED FOR BID 06/14/13

2. Maintain records of credentials at Worksite and make available to Metro upon request.

3.8 INSPECTION AND TESTS

A. Subject Work performed under this contract to Quality Control Inspection to ensure compliance to contract documents.

B. Work activities subject to inspection include, but are not limited to, material and equipment receiving, in-process and final construction activities, in-process tests, qualification tests, equipment installation and tests, and system integration testing and acceptance.

C. Subject material and equipment procurements to Source Inspection as determined by Metro Project Quality.

D. Subject Work to continuous inspection during Work shifts and off-site Work activities.

1. Assignment of inspection personnel shall be consistent with level of activity and complexity of Work to be performed.

2. Such inspections shall be by individuals other than those responsible for performing Work.

E. Conduct inspections in accordance with Quality Control Inspection Instructions and Field Inspection Checklists.

1. Prepare detailed Inspection Instructions and include workmanship standards for in- process and final construction and installation activities.

2. Comply with Inspection Instructions as approved by individuals with appropriate knowledge and expertise and as reviewed and accepted by Project Quality and Metro before related Work starts.

3. Work may not proceed without inspection instructions and checklists in place for specific work activity.

F. Prepare inspection planning in support of construction schedule.

1. Include identification of prerequisite requirements such as approved submittals, material certifications, verification of personnel certifications for special processes, equipment calibration/verification, applicable inspection instructions and checklists that are available, and number of inspectors required.

G. Implement sufficient inspection points to verify Work is in accordance with contract documents

H. Each inspector is responsible for documenting results of daily inspections and surveillances on Daily Inspection Reports that include applicable Quality Inspection Checklists.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 7 ISSUED FOR BID 06/14/13

1. Validate results of inspections and tests by printed name, signature and date on test document by test technician, reviewing test engineer or appropriate responsible individual and inspector who witnessed test.

I. Maintain inspection and test documents on Worksite as quality records and make available to Metro upon request.

J. Provide inspection and test personnel trained and qualified in their areas of responsibility.

1. Verify appropriate certifications as required by Contract Documents, Government Codes and Standards, and Industry Standards.

2. Maintain certification records and make available to Metro upon request.

K. Prepare Test Procedures for test operations and specify as minimum test prerequisites, test set-up, test parameters and acceptance criteria.

1. Provide test procedures prepared and approved by individuals with appropriate knowledge and expertise as reviewed and accepted by Metro before related test is performed.

Provide inspection personnel with sufficient organizational freedom to identify and report nonconforming conditions and have sufficient training, knowledge and experience to perform specific inspections.

L. Materials and each part or detail of Work may also be subject to inspection and testing by Metro.

1. In addition, when Local Agency or Utility Owner is to accept or pay for portion of cost of Work, its respective representatives have right to inspect Work.

a. Such inspection does not make such person party to Contract nor will it change rights of parties hereto.

b. Contractor hereby consents to such inspection and testing.

c. Upon request from Metro, furnish information to such persons as are designated in such request and permit such persons access to applicable parts of Work.

M. Metro may impose inspection hold points to verify compliance to contract documents during phases of Work.

1. Contractor may not proceed with Work until each hold point has been released by Metro.

2. Inspections by Metro do not relieve Contractor from performing contractually required inspections.

N. Reviews, tests, inspections or approvals performed by others does not relieve Contractor of obligations to perform Work in accordance with contract documents.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 8 ISSUED FOR BID 06/14/13

1. Reviews, inspections, tests and approvals conducted by Metro, Government agencies, and others do not constitute acceptance of materials or Work reviewed, tested or inspected, and Metro may reject or accept Work or materials, request changes or identify additional Work which must be done prior to final approval date.

O. Remove or uncover such portions of finished construction as directed by Metro before Final Acceptance.

1. After examination by Metro or designee, restore Work to standard required by contract documents.

2. If Work exposed or examined is not in conformance with requirements of contract documents, costs of uncovering, removing and restoring Work and recovery of delay to critical path occasioned thereby will be borne by Contractor.

3. Work done or material used without adequate notice to and opportunity for prior inspection by Metro may be ordered uncovered, removed or restored at Contractor’s cost and with no entitlement for time extension even if Work proves acceptable after uncovering.

If Work exposed or examined under this Section is in conformance with requirements of contract documents and adequate notice and opportunity for prior inspection was given to Metro, then delay to Critical Path from uncovering, removing and restoring Work shall be considered Metro Excusable Delay, and Contractor entitled to Contract Modification for cost of such efforts and recovery of delay to Critical Path occasioned thereby.

3.9 INSPECTION AND TEST STATUS

A. Identify status of inspections and tests through use of markings, stamps, tags, labels, routing cards, test reports, and like items, indicating conformance or nonconformance.

B. Maintain status of inspections and tests throughout construction and installation activities.

3.10 CONTROL OF MEASURING AND TEST EQUIPMENT

A. Status and control measuring and test equipment, including software when applicable, by individual item to ensure that accuracy and reliability of equipment is maintained on ongoing basis; control elements include following: 1. Calibration standards traceable to National Institute of Standards and Technology (NIST). 2. Uniquely identify measuring and test equipment by equipment type, identification number, and location. 3. Clearly indicate next calibration due date on individual measuring and test equipment items. 4. Identify calibration intervals, document, and periodically review for effectiveness. 5. Handle, preserve, and store measuring and test equipment to ensure that accuracy

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 9 ISSUED FOR BID 06/14/13

and fitness for use is maintained.

6. Maintain measuring and test equipment calibration records and make available for review by Metro. 7. Verification and documentation of developed software.

B. Document measuring and test equipment found to be out of tolerance, damaged, or lost during use shall on nonconformance report.

1. Work inspected or tested with out-of-tolerance or damaged equipment is not acceptable until nonconformance is resolved and characteristics previously inspected have been corrected and verified.

3.11 CONTROL OF NONCONFORMING ITEMS

A. Document items whether material, equipment, or hardware, including construction and testing that do not conform to Contract Documents, Reference Codes or Reference Standards on Nonconformance Report, segregated and controlled until nonconforming condition is analyzed, dispositioned, corrected and corrective action verified.

1. Only then may items be returned to use.

2. Organization responsible for creating nonconforming condition shall be responsible for investigating cause of nonconformance, and initiating corrective action including implementing steps to prevent recurrence.

3. Document cause of problem, disposition, and corrective action and make available to Metro upon request.

B. Perform review of nonconforming hardware and materials using qualified and authorized individuals to determine appropriate disposition and corrective action; disposition of nonconforming items and materials include: 1. Rework to meet original design. 2. Repair to achieve fitness for use. 3. Accept condition as-is. 4. Reject condition and return hardware and material to supplier.

C. Repair and Accept-as-is dispositions shall be approved by Metro before affected Work begins.

D. Maintain status of nonconforming hardware and materials and status reports distributed to responsible organizations.

1. This includes distribution to Contractor's senior management and Metro Quality Management at least monthly or as designated by Metro.

2. Maintain records associated with nonconforming hardware and materials make and available to Metro upon request.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 10 ISSUED FOR BID 06/14/13

3.12 HANDLING, SHIPPING, STORAGE, AND PRESERVATION

A. Provide methods and means for handling hardware and materials to prevent damage or deterioration.

1. Store hardware and materials in designated controlled areas such as stock rooms, designated hold areas, or segregated areas, to facilitate accountability and to prevent damage, deterioration and theft.

2. Define methods for authorizing receipt and dispatching hardware and materials.

3.13 QUALITY RECORDS

A. Quality Records are documents that specify design, document results of inspections and tests, and include other related documents.

1. Identify, collect, index, and store Quality Records in manner that precludes damage, loss or deterioration.

2. Designate specific retention times and location and when records are accessible for use.

3. At minimum, identify Quality Records by title, contract number, revision, date, and are signed by authorized individual.

4. Quality Records are considered valid only if stamped (controlled) or signed by authorized individual.

5. Corrections or revisions to Quality Records are subject to same level of review and approval as original document.

6. Make Quality Records available for review by Metro upon request.

3.14 ACCESS TO WORK AREAS

A. Provide full access to Metro wherever Work is performed under this contract to conduct audits, inspections and tests to verify compliance to contract document requirements. 1. Access includes on-site and off-site work areas and work areas of subcontractors and suppliers. 2. Provide access to local authorities having jurisdiction to Work performed on their facilities.

B. Audits, inspections and tests conducted by Metro, or other authorized Third parties does not relieve contractor of responsibility to conduct required inspections and tests to ensure compliance to contract document requirements.

3.15 RESPOND TO METRO NON-CONFORMANCES

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 11 ISSUED FOR BID 06/14/13

A. Respond to Metro issued Nonconformance Reports, Quality Action Requests and other documented reports of nonconforming or indeterminate conditions within time period specified in document.

B. Include in response, description of investigative actions, statement of root cause of problem, action to correct problem to prevent recurrence, to satisfaction of Metro.

3.16 AS-BUILT DOCUMENTS

A. Maintain construction “as-built” design documents for Work performed current as Work progresses.

B. Identify final as-built design documents as “Project Records” in accordance with Section 01720, As-Built Drawings and Current Status Documents, and delivered to Metro prior to requesting final Metro inspection of applicable Work.

3.17 READINESS REVIEW

A. Participate in readiness reviews scheduled by Metro.

B. Conduct readiness reviews prior to start of specific Work activities or Work elements to identify and finalize prerequisite planning activities, review required submittals, inspections and tests required for Work activity and to discuss and ensure full understanding by participants, including subcontractors, exists for specific Work methods to be accomplished.

C. Metro shall authorize Work to proceed based on results of readiness review.

1. Work may not proceed without Metro’s approval.

3.18 CONSTRUCTION WORK PLANS

A. Prepare Construction Work Plans (CWP) for individual Work elements or as specified by Metro.

B. Show CWP preparation activities and Readiness Review Meetings on the three week look ahead schedules.

C. Submit CWP prior to Readiness Review Meetings described in this Section.

D. All CWPs shall be approved by the Contractor superintendent and the PQM. Subcontractor personnel, including the field supervisor, Project Quality Manager and CWP preparer, shall approve their CWPs.

E. Subject Work may not proceed until CWP has been approved by Metro.

F. Comments must be resolved and CWP and associated inspection checklists resubmitted for approval prior to commencement of Work described in CWP.

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 12 ISSUED FOR BID 06/14/13

G. Address following in CWP as minimum:

1. Description of Work and applicable Contract drawings and specification sections. 2. Include actions that are defined as “special events” in Work that may constitute exposing general public to danger, inconvenience, or risk. 3. List of current required submittals to complete Work activity. 4. Individual(s) and position(s) responsible for supervision of Work, including contact information. 5. Planned start date of Work, progress rate expected and extended Work hours required. 6. Prerequisite activities required including Third Party permits. 7. Include a Job Hazard Analysis (JHA) for scope of Work. 8. Identification of Inspections and tests to be accomplished, including drawings and specifications to be used for acceptance. 9. Inspection hold points for Contractor, Metro, and third party inspections identified on inspection checklists.

3.19 FAILURE TO PERFORM

A. Nonconforming Work: Work that Metro determines does not conform to requirements of contract documents.

B. Remove nonconforming Work and replace with Work acceptable to Metro, at Contractor’s cost.

C. Promptly take action necessary to prevent similar deficiencies from occurring in future. 1. Fact that Metro may not have discovered nonconforming Work does not constitute acceptance of such nonconforming Work. 2. In event Contractor fails to correct nonconforming Work after receipt of notice from Metro requesting such correction and within time specified in notice, Metro may cause nonconforming Work to be remedied or removed and replaced and may deduct cost of doing so from moneys due or to become due Contractor or obtain reimbursement from Contractor for such cost.

3. Remedy for Contractor’s failure to perform will be in addition to other rights or remedies available to Metro under this contract.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 13 ISSUED FOR BID 06/14/13

No. 1 - General Requirements – Lump Sum.

END OF SECTION

Contract No. C0981R Project Quality Program Requirements - Design/Bid/Build Regional Connector Advanced Utility Relocations 01432 - 14 ISSUED FOR BID 06/14/13

SECTION 01500

TEMPORARY FACILITIES

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC), “Brown Book” from City of Los Angeles Department of Public Works and any other City of Los Angeles requirements.

1.2 LAYDOWN AREA - Contractor may use the area indicated on “MANGROVE SITE LAY DOWN AREA AVAILABLE TO CONTRACTOR” under the following conditions:

A. Contractor shall install the new chain link fence as indicated prior to any of its material being stored within the lay down area. See Section 01536.

B. Contractor’s use of the area shall be non-exclusive. No facilities or utilities are available at the lay down area.

C. Uses and installations other than as a lay down area are subject to Metro’s approval.

D. Contractor shall be responsible for the safety and security of its own material within the lay down area. Metro, or its designee, shall have the right to cut any locks used in the lay down area.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

A. Payment for Temporary Facilities including fencing will be made under Schedule of Quantities and Prices Form, Schedule A, Item 1 - General Requirements – Lump Sum.

END OF SECTION

Contract No. C0981R Temporary Facilities Regional Connector Advanced Utility Relocations 01500-1 ISSUED FOR BID 06/14/13

SECTION 01505

MOBILIZATION

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this Section consists of preparatory Work and operations, including those necessary for movement of personnel, equipment, supplies and incidentals to Contract site; for establishment of offices, buildings and other facilities for Work on Contract; for other Work and operations which must be performed or costs incurred before beginning Work on various Contract items on Contract site; and for demobilization upon completion of Work. Work may be performed at multiple locations if all other contract requirements are met.

1.2 QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

B. Metro or its designee have right to reject construction tools, equipment, materials and supplies which are, in its opinion, unsafe, improper or inadequate. Bring rejected construction tools, equipment, materials and supplies to an acceptable condition or remove them from Worksite.

1.3 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. Layout of construction site within fourteen (14) calendar days after Notice to Proceed date.

B. A Certificate of Compliance for products specified in Part 2 - Products before delivery.

C. Contractor Work Plan detailing order of all work to be performed.

1.4 DELIVER to Worksite construction tools, equipment, materials and supplies in conformance with local governing regulations.

PART 2 - PRODUCTS

2.1 Provide construction tools, equipment, materials and supplies of types and quantities which will facilitate timely execution of Work and conform to California Code of Regulations and Los Angeles City Code. 2.2 Provide Temporary Facilities and Utilities needed to allow for the construction activities for a timely start and execution of work.

PART 3 - EXECUTION

3.1 PROVIDE - Personnel, products, construction materials, equipment, tools and supplies at Worksite at time they are scheduled to be installed or utilized.

Contract No. C0981R Mobilization Regional Connector Advanced Utility Relocations 01505-1 ISSUED FOR BID 06/14/13

3.2 DEMOBILIZATION - Upon completion of Work, remove construction tools, apparatus, equipment, unused materials and supplies, plant and personnel from Worksite.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A Work of this Section will be measured as lump sum completed and accepted by Metro.

B. Mobilization includes accumulating tools, apparatus, equipment, materials and personnel, and staffing the Contract.

4.2 PAYMENT

A. No more than 5 percent of the project value will be paid for the total of mobilization.

B. Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item 1 – General Requirements – Lump Sum.

END OF SECTION

Contract No. C0981R Mobilization Regional Connector Advanced Utility Relocations 01505-2 ISSUED FOR BID 06/14/13

SECTION 01530

TEMPORARY BARRIERS

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC), “Brown Book” from City of Los Angeles Department of Public Works, Los Angeles Department of Transportation and any other requirements of the City of Los Angeles.

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will be included under the utility relocated.

4.2 PAYMENT

A. Payment will be made under the utility relocated.

END OF SECTION

Contract No. C0981R Temporary Barriers Regional Connector Advanced Utility Relocations 01530-1 ISSUED FOR BID 06/14/13

SECTION 01536

CONSTRUCTION FENCING (CHAIN LINK)

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

A. Payment will be made under the relocated utility. See Section 01500 Temporary Facilities for payment of Fencing at the Mangrove site.

END OF SECTION

Contract No. C0981R Construction Fencing (Chain Link) Regional Connector Advanced Utility Relocations 01536-1 ISSUED FOR BID 06/14/13

SECTION 01545

WORKSITE SAFETY REQUIREMENTS

PART 1 - GENERAL 1.1 DESCRIPTION A. The Contractor shall establish, implement and maintain an effective Injury and Illness Prevention Program in accordance with California Code of Regulations (CCR) Title 8 Section 3203. The Contractor is solely responsible for keeping its records and seeing that its subcontractor’s records are updated and accurate. B. The Contractor shall comply with the CCR Title 8, as well as all other federal, state and local regulations, statutes and codes applicable to its operations. Strict compliance with all applicable regulations as determined by Metro or its designee shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by the Contractor nor shall it be relied upon to form the basis of any claim. Compliance with determinations by Metro or its designee shall not relieve the Contractor from other obligations imposed by law or regulation nor serve as the basis of request for change to increase the cost of the Work. C. The Contractor shall comply with Section 01545. Compliance with all parts of Section 01545 shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by the Contractor nor shall it be relied upon to form the basis of any claim. 1.2 REQUIREMENTS A. Comply with both the CCR Title 8, and the Code of Federal Regulations (CFR) Title 29. Where the State and Federal regulations have differing requirements, the Contractor shall comply with that which is more stringent. The Contractor shall have full responsibility for maintaining conditions which are free from recognized hazards that are likely to cause physical harm to its employees. B. Not Used. C. Air Quality Testing - Perform air quality testing by qualified individuals. Maintain a hand written record of the date, time and location of tests, levels of contaminants and signature of tester. Make all records, including computer printouts, and independent testing laboratory analyses of jobsite samples, available for review by Metro or its designee upon request. D. Conform to Los Angeles City Fire Code Division 13 or the requirements of the authority having jurisdiction for the establishment of a fire watch in areas where welding operations and flame cutting are performed. E. Comply with the requirements of CCR Title 8, Section 5192, Hazardous Waste Operations and Emergency Response, with respect to the handling of hazardous or contaminated wastes and mandated specialty training and health screening. 1.3 UNDERGROUND GAS CLASSIFICATION: NOT USED 1.4 SUBMITTALS - All submittals and re-submittals, when required, shall be considered within the original scope of this Contract and shall be submitted in accordance with Metro accepted submittal schedule so as to not delay the performance of Work by the Contractor.

Worksite Safety Requirements Contract No. C0981R 01545 - 1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Upon receiving notice of award of this Contract, the Contractor shall prepare and submit for review the submittals listed as A, B, C and F below and shall not receive permission to perform Work upon the Worksite for this Contract or any work order there under, until Metro has returned the submittals as "Approved". Metro refusal to issue permission to perform Work upon the Worksite, either prior to Work beginning or during the Contractor’s performance of the Work, due to the Contractor's failure to submit listed safety submittals, or due to Metro rejection of unacceptable submittals, shall not constitute a basis for any claim of delay, interference, disruption or other similar types of claims nor serve as the basis of request for change or claim to increase the cost of the Work. The Contractor shall submit the following items, other than those listed in the preceding paragraph, for review and approval by Metro upon request or as indicated during the pre- construction meeting. A. Worksite specific Injury and Illness Prevention Program including both a Site Specific Emergency Action Plan and a New Employee Training and Orientation Plan, to be revised and resubmitted as conditions warrant. B. Qualifications and certifications of designated Lead and other Safety Representatives, and other first aid providers. C. Job Hazard Analyses (JHA) Matrix for each construction operation or activity. Individual JHA’s will be required to be submitted with sufficient review time prior to the start of any task included in this matrix. D. An Alcohol and Drug Free Construction Workplace Program, in compliance with the requirements of Section 01545, Paragraph 3.17. E. Qualifications and/or certifications of individuals who will serve as Qualified or Competent Persons. These supervisory individuals are designated by the Contractor to supervise special high risk/high hazard safety programs such as (but not limited to) Fall Protection, Excavation, Hazardous Waste Operations and Confined Space Entry. In addition, the Contractor shall submit the qualifications, certifications, City of Los Angeles Licenses, and National Certification (as applicable) for each crane operator and rigger. This Submittal shall be re-submitted by the Contractor upon any change to the personnel submitted. F. Fall Protection Program - Include details of procedures, equipment and training. This program shall be established and implemented to ensure that the Contractor's and sub-contractor's workers, exposed to a vertical fall of six (6) feet or more to another level, are properly protected. Methods of protection shall include, but not be limited to: fixed systems (guardrails, covers, nets, etc.), personal fall arrest systems and job specific fall protection plans. A key provision of this program shall be that no employee shall work in an unprotected manner while exposed to a vertical fall of six (6) feet or greater. The Fall Protection Program shall be submitted and accepted prior to any Work covered by the plan. G. Regarding the training required by CCR Title 8, Section 5192, Hazardous Waste Operations and Emergency Response, with respect to the handling of hazardous or contaminated wastes and mandated specialty training and health screening - Submit a list of qualified personnel at least 15 days before commencing any excavation; update at monthly intervals during ongoing excavation operations. Include, for each individual, the date of certification and sufficient evidence of training and medical screening to conform to appropriate laws, regulations and the requirements of this Contract. Plan to be revised and resubmitted as conditions warrant.

Worksite Safety Requirements Contract No. C0981R 01545 - 2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

H. Excavation Action Plans for all excavation activities for which a protective system is required by CCR Title 8 Article 6. Include all drawings for any ground support system to be used during the excavation activity. Include the slopes and configurations of sloping or benching systems. All excavation submittals shall be submitted at least 15 days prior to the planned Work. Compliance with this provision and any stoppage of Work resulting from compliance with this provision shall be considered within the original scope of this Contract and shall not delay the schedule nor shall it be relied upon to form the basis of any claim for performance of Work by the Contractor. I. Provide annual and four year certifications for all cranes operated on the Worksite by the Contractor and or subcontractors of any tier. Re-certification is required for any crane subjected to any upset, overloading, side pulling, shock loading or support failure, prior to any further use of the equipment on the Worksite. J. Critical Lift Plan - Before making a critical lift, a critical lift plan shall be prepared by the crane operator, lift supervisor, and or rigger. The plan shall be reviewed and signed by all Contractor personnel involved in the lift. The signed plan shall be submitted for approval by Metro. The lift shall not be under taken until the Contractor has received the Accepted Submittal from Metro. Critical Lift: A Critical lift is defined as a crane lift requiring detailed planning and additional or unusual safety precautions. Critical lifts include, but are not limited to: . Lifts made with more than one crane . Hoisting of personnel with a crane . A lift which will meet or exceed 80% of the rated capacity of the specific crane as indicated on the Manufacturer’s Load Charts or Tables . Lifts which the load will be lifted, swung, or placed out of the operator's view; . A lift which by it’s nature is unusual and not regularly (at least on a monthly basis) completed by the lifting crew (Crane operator, oiler & or riggers) . Any lift deemed Critical by Metro. The Critical Lift Plan shall include, at minimum, the following elements: 1. The exact size and weight of the load to be lifted and all crane and rigging components which add to the weight. The manufacturer’s maximum load limits for the entire range of the lift, as listed in the load charts, shall also be specified. 2. The plan shall specify the lift geometry and procedures, including the crane position, height of the lift, the load radius, and the boom length and angle, for the entire range of the lift. 3. The plan shall designate the crane operator, lift supervisor and rigger and state their qualifications. 4. The plan will include a rigging plan that shows the lift points and describes rigging procedures and hardware requirements. 5. The plan will describe the ground conditions, outrigger requirements, and if necessary, the design of mats, necessary to achieve a level, stable foundation of sufficient bearing capacity for the lift. 6. The plan will list environmental conditions under which the lift operations are to be stopped. 7. The plan will specify coordination and communication requirements for the lift.

Worksite Safety Requirements Contract No. C0981R 01545 - 3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

Strict compliance with this paragraph as determined by Metro or its designee, shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by the Contractor nor shall it be relied upon to form the basis of any claim. Compliance with determinations by Metro or its designee shall not relieve the Contractor from other obligations imposed by law or regulation nor serve as the basis of request for change to increase the cost of the Work. K. Submit a list of qualified riggers to Metro for review and acceptance. The submittal shall include a description of each candidates experience and qualifications. This list shall be re-submitted by the Contractor upon any changes in the personnel submitted. L. Energy Isolation Program (Lock Out, Tag Out): Include details of procedures, equipment and training. This program shall be established and implemented to ensure that the Contractor’s and Sub-contractor’s workers exposed to sources of stored energy are properly protected. This protection shall provide protection from hazards such as, but not limited to: electrical, hydraulic, thermal, gravitational and compressed air or gas. The Energy Isolation Program shall be submitted and accepted prior to any Work covered by the plan. M. Written Compressed Air Safety Program – Not Used N. Written Track Maintenance Plan – Not Used O. Underground Emergency Response Team – Not Used P. Injury and incident Reports – The Contractor shall report to Metro immediately upon becoming aware of an incident or injury, illness involving an employee of the project (including Metro or third party staff) or a member of the public. By the 10th calendar day of each month of the Contract, the Contractor shall submit for review and record injury and work hour statistics on the form provided by Metro. For the purposes of these reports the following definitions shall apply: First Aid means the following: i. Using a non-prescription medication at nonprescription strength (for medications available in both prescription and non-prescription form, a recommendation by a physician or other licensed health care professional to use a non-prescription medication at prescription strength is considered medical treatment); ii. Administering tetanus immunizations (other immunizations, such as Hepatitis B vaccine or rabies vaccine, are considered medical treatment); iii. Cleaning, flushing or soaking wounds on the surface of the skin; iv. Using wound coverings such as bandages, Band-AidsTM, gauze pads, etc.; or using butterfly bandages or Steri-StripsTM (other wound closing devices such as sutures, staples, etc., are considered medical treatment); v. Using hot or cold therapy; vi. Using any non-rigid means of support, such as elastic bandages, wraps, non-rigid back belts, etc. (devices with rigid stays or other systems designed to immobilize parts of the body are considered medical treatment for recordkeeping purposes); vii. Using temporary immobilization devices while transporting an accident victim (e.g., splints, slings, neck collars, back boards, etc.). viii. Drilling of a fingernail or toenail to relieve pressure, or draining fluid from a blister; ix. Using eye patches;

Worksite Safety Requirements Contract No. C0981R 01545 - 4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

x. Removing foreign bodies from the eye using only irrigation or a cotton swab; xi. Removing splinters or foreign material from areas other than the eye by irrigation, tweezers, cotton swabs or other simple means; xii. Using finger guards; xiii. Using massages (physical therapy or chiropractic treatment are considered medical treatment for recordkeeping purposes); or xiv. Drinking fluids for relief of heat stress. Incident: Any occurrence resulting in personal injury to a third party (defined as any person not employed by the Contractor or subcontractors) or property damage to any property, real or other, estimated at $500.00 or more. Nonfatal recordable injuries and illnesses are: 1. Nonfatal occupational illnesses; or 2. Nonfatal occupational injuries which involve one or more of the following: Lost worktime, loss of consciousness, restriction of work or motion, transfer to another job, or medical treatment other than first aid. Occupational injury is any injury such as a cut, fracture, sprain, amputation, etc., which results from a work-related event or from a single instantaneous exposure in the work environment. Occupational illness is any abnormal condition or disorder, other than one resulting from an occupational injury, caused by exposure to factors associated with employment. It includes acute and chronic illnesses or diseases which may be caused by inhalation, absorption, ingestion, or direct contact. Lost workday cases are those which involve days away from work, or days of restricted work activity, or both. Lost workday cases involving days away from work are those which result in days away from work (not counting the day of injury or onset of illness), or a combination of days away from work and days of restricted work activity. Lost workday cases involving restricted work activity are those which result only in restricted work activity, defined as follows: • The employee was assigned to another job on a temporary basis; or • The employee worked at a permanent job less than full time; or • The employee worked at a permanently assigned job but could not perform all duties normally connected with it. 1.5 WORKSITE CONDITIONS A. Operating Rail Systems Not Used B. The Metro has developed a Hazard Communication Program which contains a list of Material Safety Data Sheets (MSDS) for hazardous substances known to be present at each operational location. Contractor shall confirm with local management the location of the site specific Hazard Communication Program, MSDS inventory and individual MSDS. The Contractor shall maintain a current list of all hazardous substances that will be used in Worksite operations. Unless the Contractor provides, in writing, an alternate method to be used to provide Metro employees access to Material Safety Data Sheets, copies of all Material Safety Data Sheets for substances appearing on the hazardous substance list shall be readily available at the Worksite.

Worksite Safety Requirements Contract No. C0981R 01545 - 5 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

C. Contractor’s employees shall comply with all posted traffic safety regulations while operating motor vehicles upon Metro properties. Employees walking or working in areas subject to vehicular and/or construction equipment traffic shall wear retro- reflective safety vests that comply with ANSI/ISEA Standard 107-2004.

D. Worker Health and Safety Plan shall be implemented prior to the start of construction activities. All workers shall be required to review the plan, receive training if necessary, and sign the plan prior to starting work. The plan shall identify properties of concern, the nature and extent of contaminants that could be encountered during excavation activities, appropriate health and environmental protection procedures and equipment, emergency response procedures including the most direct route to a hospital, contact information for the Site Safety Officer. PART 2 - PRODUCTS 2.1 CONSTRUCTION EQUIPMENT AND TOOLS A. Select and operate construction and personal protective equipment and tools in conformance with Section 01545 and in accordance with the manufacturer’s specifications for the equipment or tools' intended use. B. Equipment - All equipment, tools and or other items used to complete the Work shall be inspected by the Contractor to insure compliance with applicable regulatory standards. Equipment, tools and or other items are subject to periodic inspection by Metro. The Contractor shall promptly remove equipment rejected by Metro as not conforming with Section 01545. This removal shall be considered within the original scope of this Contract and the Work shall be completed in such a manner so as to not delay the schedule for performance of Work by Contractor nor shall the removal serve as the basis of request for change to increase the cost of the Work or be relied upon to form the basis of any claim. Metro has established a program by which equipment, tools and other items used to complete the Work shall be removed from service when it has been determined that the equipment, tools and other items present a potential for unintended injury when used as directed by the manufacturer. A tag with a prominent red and black message including the word "DANGER" may be utilized by Metro. This tag shall be known as a "Red Tag." The tag will be signed by Metro staff person, dated and note the specific reasons for the rejection. Any equipment, tool and or other item so tagged shall not be used to complete the Work until the condition noted on the tag has been corrected and the tag has been removed by the person who affixed the tag or their designee. Any person who ignores, removes, damages or otherwise tampers with a Metro Red Tag shall be immediately removed from the Work by the Contractor and shall not return to the project without the written permission of the Metro Construction Safety Manager or an authorized designee. C. Special Safety Equipment - Where necessary for conformance with Section 01545 1.2, the Contractor shall provide special safety equipment and persons qualified to operate same to insure the safety of the Worksite. Such special safety equipment may include but is not limited to air quality measuring and monitoring equipment, noise measuring and monitoring equipment and other measuring devices related to industrial hygiene. Compliance shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by the Contractor nor shall be relied upon to form the basis of a claim f or delay. Equipment shall be used in accordance with the respective manufacturer’s design, directions, and intended use.

Worksite Safety Requirements Contract No. C0981R 01545 - 6 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

D. Electrical installations for construction activities shall conform with the most recent edition of the National Electrical Code ANSI/NFPA 70 for electrical installations and be acceptable to Metro and the State of California, Division of Occupational Safety and Health.

E. Electrical equipment and tools to be used on the Worksite, shall be listed by at least one of the following USA testing facilities: Underwriters Laboratories, Factory Mutual or Electrical Testing Laboratories. Any electrical tool or equipment which is not listed by at least one of the above testing facilities shall be removed from the Worksite. 2.2 SAFETY EQUIPMENT A. All personal protective and other safety equipment placed into use at the Worksite shall conform to Section 01545, 1.2 (A) and shall include markings to show the appropriate ANSI approval codes or other indications of approved usage. Equipment shall not be altered in any way without written approval by the respective manufacturer and submittal of a copy of the approval to Metro. B. Persons entering the Worksite shall, at minimum, be equipped with the following personal protective equipment: hardhat, eye protection, and heavy leather work boots (six inch minimum height). ANSI accepted protective footwear shall be worn by all personnel exposed to foot hazards and or working below grade (steel toed recreational shoes are not permitted). C. Not Used. D. No person shall be allowed to wear recreational pants (shorts) or sleeveless shirts into any work areas of the Worksite. 2.3 TESTING EQUIPMENT Air monitoring, and air flow testing equipment used in underground or other locations where there is the potential for an explosive atmosphere, shall be “permissible” as defined, tested and certified by the Mine Safety and Health Administration Laboratory of the U. S. Department of Labor. 2.4 NOT USED

2.5 LEAD SAFETY REPRESENTATIVE(S) The Contractor Lead Safety Representative’s performance will be subject to periodic evaluation by the Metro Construction Safety Staff throughout the period of the Contract. Conclusions and recommendations of the review will be forwarded to the Resident Engineer for information or action. The Contractor's Lead Safety Representative shall at a minimum: A. Document in writing daily safety inspections of the jobsite(s) and public areas contiguous and adjacent thereto and take necessary and timely corrective action(s) to eliminate unsafe acts and/or conditions and document outstanding safety compliance activities or behaviors. B. Complete incident and investigation reports, to ensure timely submission, and that corrective actions have been completed to prevent recurrence. C. Obtain relevant material for use in conducting weekly tool box safety meetings. D. Not Used

Worksite Safety Requirements Contract No. C0981R 01545 - 7 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

E. Conduct incident investigations and preserve incident sites. Prepare and submit the required reports to the Resident Engineer for final distribution in accordance with the manual.

F. Implement a safety training program for supervisors and employees as applicable to their specific jobs G. Implement incentive programs designed to recognize individual Contractor/subcontractor employee safety efforts and contributions towards improvement of job site safety. H. Attend the Monthly Safety Professionals and Monthly All Hands meetings as held by the Metro as well as other meetings as directed by the Metro or its designee. I. Ensure that employees receive medical treatment for occupational injuries and that a written OSHA 300 log is maintained and available for review by the Metro or designee without prior notice. J. Ensure that all subcontractor employees at any tier comply with jobsite safety rules and regulations; and that the subcontractors' reports are completed in accordance with this specification and according to the requirements of the applicable regulatory agencies. K. Provide for control, availability, and use of safety equipment, including employee personal protective equipment. L. Shall perform environmental testing on items including, but not limited to; noise, air flow, and air quality. Written records of such tests shall be kept and made available upon request. It is the Lead Safety Representative's responsibility to ensure that the Contractor complies with all pollution and environmental control requirements. M. Attend scheduled meetings of the Contractor and the construction manager. N. Shall supervise other Contractor Safety Representatives assigned to the contract. O. Conduct weekly safety meetings to be attended by all Contractor/subcontractor and management personnel. Written records of these meetings shall be maintained at the worksite and made available to the Metro upon request without prior notice. Coordinate and participate in the development of Job Hazard Analyses, ensuring quality and timely submittals. Coordinate training of work crews and line supervision affected by each JHA. 2.6 SAFETY REPRESENTATIVE(S) The Contractor Safety Representative’s performance will be subject to periodic evaluation by the Metro Construction Safety Staff. Conclusions and recommendations of the review will be forwarded to the Resident Engineer for information or action. The Contractor's Safety Representative(s) shall at a minimum: A. Document in writing daily safety inspections of the jobsite(s) and public areas contiguous and adjacent thereto and take necessary and timely corrective action(s) to eliminate unsafe acts and/or conditions and document outstanding safety compliance activities or behaviors. B. Not Used. C. Conduct incident investigations and preserve incident sites. Prepare and submit the required reports to the Resident Engineer for final distribution in accordance with the manual.

Worksite Safety Requirements Contract No. C0981R 01545 - 8 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

D. Provide the safety training program for supervisors and employees as applicable to their specific jobs and as instructed by the Lead Heavy Civil Safety Representative.

E. Ensure that employees receive medical treatment for occupational injuries and that a written OSHA 300 log is maintained and available for review by the Metro or designee without prior notice. F. Ensure that all subcontractor employees at any tier comply with jobsite safety rules and regulations; and that the subcontractors' reports are completed in accordance with this manual and according to the requirements of the applicable regulatory agencies. G. Provide for control, availability, and use of safety equipment, including employee personal protective equipment. H. Shall perform environmental testing on items including, but not limited to; noise, air flow, and air quality. Written records of such tests shall be kept and made available upon request. I. Conduct weekly safety meetings to be attended by all Contractor/subcontractor and management personnel. Written records of these meetings shall be maintained at the worksite and made available to the Metro upon request without prior notice. J. Coordinate and participate in the development of Job Hazard Analyses, ensuring quality and timely submittals. Coordinate training of work crews and line supervision affected by each JHA. 2.6 NOT USED 2.7 FIRST AID FACILITIES The location, size, furnishing and equipment shall have the acceptance of Metro and be capable of providing quiet, private communications, as well as adequate ventilation, light, and heat, Additionally, this facility must also be equipped with a first-aid kit suitable to service the number of personnel assigned to the project, towels and disposable paper cups, and other items as required by the consulting physician. All Contractor supervisors and foremen shall be trained in first-aid and CPR. Copies of the certificates shall be submitted to Metro for review and acceptance. PART 3 - EXECUTION 3.1 SAFETY PERSONNEL A. To insure the safety of the Worksite, Contractor Safety Personnel shall not work more than eleven hours in any twenty-four hour period or more than fifty-five hours in any seven consecutive day periods. Included in the definition of Contractor Safety Personnel are the Lead Safety Representative and any other Safety Representatives. B. In the event the Contractor is performing work on more than one Contract for Metro at the same time, Contractor Safety Personnel shall not perform safety duties on more than one Contract during any twenty-four hour period.

Worksite Safety Requirements Contract No. C0981R 01545 - 9 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

C. The Contractor shall insure that only those Safety Representative(s) accepted by Metro for employment on the Worksite is/are present at the Worksite whenever work is in progress at the Worksite. The absence of the required Safety Representative shall result in the immediate stoppage of all work at the Worksite. The Contractor is responsible for maintaining an adequate staff of safety personnel, whose qualifications have been submitted to and accepted by Metro, in order to avoid work stoppages in the event of an expected or unexpected absence due to vacation, illness, personal emergency, resignation or termination of the assigned Safety Representative(s). Stoppage of work at the worksite due to the absence of qualified and accepted Safety Representative(s), shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by the Contractor nor shall it be relied upon to form the basis of any claim. The Contractor's Safety Representative(s) shall have the authority to direct immediate correction of any unsafe or unhealthful condition and, as necessary, to stop work until appropriate corrective measures have been completed. Compliance with this provision shall be considered within the original scope of this Contract and any stoppage of work resulting from compliance with this provision shall not delay the schedule for performance of Work by the Contractor nor shall it serve as the basis of request for change to increase the cost of the Work or be relied upon to form the basis of any claim. D. The Contractor shall have a designated full time Lead Safety Representative who is accepted by Metro for employment on the Worksite. The Lead Safety Representative shall meet the following qualifications: A full-time supervisory employee of the Contractor responsible for the implementation of the Contractor’s safety and health program at the Worksite. The Lead Safety Representative shall be currently certified in first-aid and CPR by the American Red Cross or its equivalent. The Lead Safety Representative must be assigned full time to the jobsite whenever Work is in progress. The Lead Safety Representative may be assigned non-safety related tasks provided these tasks do not interfere with successful performance of the assigned safety responsibilities. The Lead Safety Representative shall regularly work the day shift, attend required meetings and be fully cognizant of all project- specific safety practices, processes, rules and procedures, and maintain regular contact with Metro -designated Safety Personnel. E. The Contractor shall utilize Safety Representative(s) for second and third shift who meet the following qualifications: A full-time supervisory employee of the Contractor responsible for the implementation of the Contractor’s safety and health program at the Worksite. The Safety Representative(s) shall be currently certified in first-aid and CPR by the American Red Cross or its equivalent. The Safety Representative(s) must be assigned full time to the jobsite whenever Work is in progress. The Safety Representative(s) may be assigned non-safety related tasks provided these tasks do not interfere with successful performance of the assigned safety responsibilities. Safety Representative(s) utilized by the Contractor shall be acceptable to Metro for employment on the Worksite. 3.2 CONFINED SPACE OR UNDERGROUND AIR MONITORING A. Air monitoring activities shall conform to Section 01545, 1.2 (A) and (B). B. Select and use equipment capable of providing printed logs of gas tests. C. Operate and maintain a gas monitoring system as required by Section 01545, 2.3. Perform air monitoring and sample analyses as required by Section 01545, 1.2 (A) and (B).

Worksite Safety Requirements Contract No. C0981R 01545 - 10 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

D. Begin testing for toxic and explosive gases as soon as the excavation or drilled hole has progressed to a level of five feet below surface level.

E. Test air quality in the most stagnant portions of excavation to ensure there is no accumulation of explosive or other dangerous gases. F. Maintain a handwritten record which includes, but is not limited to, test date, time, exact location, contaminant levels, and name of the tester. This written log is to be supplemented by the logs printed from the testing device’s memory. This written log shall be kept on file for the duration of the contract and shall be made available for review upon request. 3.3 CONFINED SPACES A. Work in confined spaces shall be completed in conformance with Section 01545, 1.2 (A). B. Perform confined space operations under the immediate supervision of a competent person as defined in CCR Title 8 who is fully familiar with the requirements for safe entry, egress, ventilation and air monitoring procedures and capable of enforcing strict compliance. C. Include confined space permitting system in the Contractor's written Injury and Illness Prevention Program and implement for all confined space areas on the Worksite. D. Areas on the work site designated as confined spaces shall have prominent sign posted at the entrance identifying the area as a confine space and list requirements for entry. E. Air samples shall be taken before any entry into the confined space and continuously throughout the work period. . Maintain a handwritten record which includes, but is not limited to, test date, time, exact location, contaminant levels, and name of the tester. Air monitoring records shall be kept at the entry point of the confined space and shall be available for review upon request. 3.4 CRANE OPERATIONS A. All crane operators shall have passed the requirements of the National Crane Certification Agency for the particular crane type to be operated as well as being licensed by the City of Los Angeles for the equipment type to be operated and copies of said licenses shall be submitted to the Metro or its designee. B. All crane operations where the load is beyond the direct view of the operator shall be observed by a signal person who can directly observe the load and be observed by the operator. Stop load movement in the event the signal person is unable to observe the load or fails to continuously observe the load and signal the operator. C. Prior to operating cranes on the Worksite, all crane operators shall have successfully completed testing that verifies the crane operator's ability to read and understand the load chart for the equipment to be operated. This testing may be performed by an independent certifying agency or a qualified member of the Contractor's supervisory staff who is acceptable to the Metro, has a minimum of five years heavy civil construction experience, and can satisfactorily demonstrate the ability to read and understand load charts and rigging tables to the Metro or its designee when requested, without prior notice. Written records of this testing shall be maintained on the Worksite and made available to the Metro for review without prior notice.

Worksite Safety Requirements Contract No. C0981R 01545 - 11 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

D. Re-certification is required for any crane involved in an incident involving but not limited to upset, overloading, side pulling, shock loading, or support failure. Re- certification and written acceptance by the manufacturer is also required for any modification to a crane. Make crane acceptance and certification records available for review by the Metro or its designee without prior notice. Any re-certification of a crane required for compliance with this section shall be considered within the original scope of this contract and shall not delay the schedule for performance of Work by Contractor nor shall it be relied upon to form the basis of a claim for delay. E. Every crane shall have the following documents with them at all times they are to be operated: 1. A copy of the operating manual developed by the manufacturer for specific make and model of the crane; 2. A copy of the operating manual for any crane operator aids which the crane is equipped; 3. A copy of the most recent wire rope inspection record. A copy of the checklist used for the inspection shall be maintained at the Worksite. Start-up pre-operational inspections shall be conducted by the operator before every operational shift of the crane. 3.5 RIGGING Rigging activities, regardless of the equipment used to hoist or move the materials shall comply while the following requirements: A. Comply with Paragraph 1.2.A B. Chain Rigging - Strict compliance with the following requirements for the use of chain slings as determined by the Metro or its designee, shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by the Contractor nor shall it be relied upon to form the basis of a claim for delay. Compliance with determinations by the Metro or its designee shall not relieve the Contractor from other obligations imposed by law or regulation nor serve as the basis of request for change to increase the cost of the Work. i. Only alloyed chain shall be used as rigging. ii. Chain slings shall have permanently affixed durable identification stating size, grade, rated capacity, and reach. iii. Chain slings shall not be used with loads in excess of the rated capacities prescribed in Table N-184-1, found in 29 CFR 1910.184. Slings not included in this table shall be used only in accordance with the manufacturer’s recommendations. When used with alloy steel chains, hooks, rings, oblong links, pear-shaped links, welded or mechanical coupling links, or other attachments shall have a rated capacity at least equal to that of the chain. iv. Job or shop hooks and links, makeshift fasteners formed from bolts and rods, and other similar attachments shall not be used. v. Chain shall be inspected before initial use and at least monthly thereafter. In addition to the daily inspection, a thorough periodic recorded inspection of alloy steel chain slings in use shall be made on a regular basis, to be determined on the basis of (A) frequency of sling use; (B) severity of service conditions; (C) nature of lifts being made; and (D) experience gained on the service life of slings

Worksite Safety Requirements Contract No. C0981R 01545 - 12 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

used in similar circumstances. Such inspections shall in no event be at intervals greater than once every month. Chains shall be cleaned before they are inspected, as dirt and grease can hide nicks and cracks. The most recent inspection record for each chain shall be kept at the worksite and made available for review upon request. vi. Wear: If the chain size at any point of any link is less than that stated in table N- 184-2, found in 29 CFR 1910.184, the sling shall be removed from service. vii. Stretch (compare the chain with its rated length or with a new length of chain): If the length is increased 3% the chain must be thoroughly inspected; if the length is increased by 5% or more the chain shall be replaced. viii. Deformed (twisted or bent): Chain slings with cracked or deformed master links, coupling links, other components, or any chain in which a link assembly does not hinge freely with the adjoining link shall be replaced. C. The rigging of loads shall be completed under the immediate supervision of a qualified rigger. D. The fork of any industrial forklift shall not be altered in any way to allow the attachment of a shackle or other rigging device. Rigging equipment shall not be directly supported or attached to the forks. A forklift may only be used to lift materials securely attached to pallets or when utilizing a manufacturer accepted or approved attachment that allows for the use of rigging equipment. E. Only safety hooks, or properly moused hooks shall be used. Suspended loads shall be controlled by tag lines. F. Hooks, shackles, wire rope, synthetic slings, and other rigging equipment subject to wear must be thoroughly inspected at regular intervals by a qualified rigger and repaired or replaced as required. Records of such inspections shall be maintained by the Contractor and made available to the Metro for review upon request and without prior notice. G. All rigging equipment which is removed from service due to wear or defect shall be either destructively discarded or returned to the manufacturer. Records of such removals shall be maintained by the Contractor and made available to the Metro for review upon request and without prior notice. H. Rigging equipment shall be inspected by a qualified rigger prior to each lift for obvious damage or defects. Equipment found to be damaged or defective shall be retired in compliance with Paragraph 1.2.A. 3.6 PROTECTION FROM FALLS A. Comply with Section 01545 1.2 (A) B. Workers exposed to a vertical fall of six (6) feet or more to another level shall be properly protected through either a fixed barrier, personal positioning system or personal fall arrest system. This includes hazards such as, but not be limited to: work within 6 feet of a roof edge (regardless of pitch), skylights (at any angle), floor and wall openings, leading edges, and steel erection. No employee shall work in an unprotected manner while exposed to a vertical fall of six (6) feet or greater. The use of any system not specifically listed above requires submittal and approval of a Site and Task Specific Fall Protection Plan prior to the start of the subject work or task.

Worksite Safety Requirements Contract No. C0981R 01545 - 13 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

C. Maintain the Worksite in an organized and clean manner, as accepted by Metro, to reduce the potential for slips, trips and falls. Compliance with this provision shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by Contractor nor shall it serve as the basis of request for change to increase the cost of the Work or be relied upon to form the basis of any claim. D. Ladders – The following restrictions apply to the use of portable ladders on Metro worksites:

Ladders shall be utilized in compliance with Section 01545 1.2 (A) as well as the Manufacturer’s written instructions.

Only ladders constructed of non-conductive materials shall be permitted.

“A” frame type ladders shall be used only on clean, smooth and level surfaces. “A” frame ladders shall not be used in place of an extension type ladders by leaning the ladder against a fixed vertical surface or similar structure.

Extension ladders shall be either: secured at the top and bottom using wire or rope of suitable strength, secured at the bottom utilizing the manufacturer provided spiked feet and at the top using wire or rope of suitable strength

3.7 AERIAL LIFTS A. Aerial lifts mounted on the bed of trucks shall be installed by an authorized manufacturer. B. Personnel who operate the aerial lifts shall be trained by the manufacturer in the safe operation of the lift. C. All personnel shall wear and use a personal fall protection system while on the lift. The lanyard shall be anchored to the lift’s designated anchor point. D. Aerial lifts shall only be used within the guidelines of the manufacturer. 3.8 EXCAVATIONS A. All excavation activities shall comply with Section 01545 1.2 (A). B. All excavation operations shall be under the immediate supervision of a Competent Person, as defined in CCR Title 8, who is fully familiar with the requirements for safe excavation procedures and capable of enforcing strict compliance. The support system shall be designed by a civil engineer, licensed in the State of California. A copy of the support system plan shall be kept at the worksite and be available for review by the Metro without prior notice. 3.9 LOCK OUT/TAG OUT PROCEDURES Include written lock out/tag out procedures in Contractor’s Injury and Illness Prevention Program. Submit specific procedures as part of job hazard analysis submittals. At all times comply with Section 01545 1.2 3.10 HEALTH AND SAFETY PLAN A. Comply with the requirements CCR Title 8 Section 5192 Hazardous Waste Operations and Emergency Response, with respect to the handling of hazardous or contaminated wastes and mandated specialty training and health screening. The plan is to be revised and resubmitted as conditions warrant. B. Comply with Section 01545 1.2 (A)

Worksite Safety Requirements Contract No. C0981R 01545 - 14 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

C. Provide training to construction personnel, subject to exposure during the course of excavation, prior to entering any excavation sites. Provide necessary yearly refresher training as required by Section 1.2 (A).

D. Worker Health and Safety Plan shall be implemented prior to the start of construction activities. All workers shall be required to review the plan, receive training if necessary, and sign the plan prior to starting work. The plan shall identify properties of concern, the nature and extent of contaminants that could be encountered during excavation activities, appropriate health and environmental protection procedures and equipment, emergency response procedures including the most direct route to a hospital, contact information for the Site Safety Officer. 3.11 HOUSEKEEPING The Worksite shall be maintained in a clean and neat manner. All scrap, trash, and other refuse shall be placed in containers prior to the end of each work shift. Trash containers shall be scheduled for regular emptying or replacement. Immediate emptying or replacement shall be ordered by the Contractor in the event a container is filled prior to the scheduled emptying or replacement.

3.12 NOT USED.

3.13 NOT USED.

3.14 NOT USED

3.15 NOT USED.

3.16 NOT USED. 3.17 ALCOHOL AND DRUG FREE CONSTRUCTION WORKPLACE PROGRAM The Contractor and subcontractors of any tier with subcontracts exceeding twenty-five thousand dollars ($25,000) are subject to these requirements. At the time of execution of the Contract, the Contractor shall submit to Metro an alcohol and drug-free construction workplace program which at a minimum shall include the following: A. An alcohol and drug-free construction workplace policy statement notifying its employees and subcontractor employees that the unlawful manufacture, distribution, dispensing, possession, or use of alcohol or a controlled substance is prohibited in the Contractor's construction workplace and specifying the actions that will be taken against employees for violation of such prohibition. B. Establishment of an on-going alcohol and drug-free awareness program to inform its employees about: 1. The Contractor's policy of maintaining an alcohol and drug-free construction workplace. 2. The dangers of alcohol and drug abuse in the construction workplace. 3. Any available alcohol and drug counseling, rehabilitation, and employee assistance programs. 4. The penalties that may be imposed upon an employee for alcohol and drug abuse violations occurring in the construction workplace. C. Provide to all employees engaged in the performance of the Contract a copy of the alcohol and drug free policy statement.

Worksite Safety Requirements Contract No. C0981R 01545 - 15 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

D. As a condition of initial employment of any Contractor's employee, employment shall be conditional until pre-employment drug screening has been passed. Drug test types shall be performed according to current national standards by a certified laboratory or certified “instant” test device(s).

E. Notification to all employees, in writing, that as a condition of employment the employee will: 1. Abide by the terms of the policy statement. 2. Upon request by the Contractor, agree to submit to a drug screening/alcohol test if either of the following exists: a) Reasonable suspicion exists to believe the employee is under the influence or possession of drugs, alcohol or other controlled substances; or b) Employee is involved in an incident or situation that results in an injury to the employee or any other individual during the performance of the employee’s assigned duties or property damage. Drug test types shall be performed according to current national standards by a certified laboratory or certified “instant” test device(s). 3. Notify the employer, in writing, of the employee's conviction under a criminal drug statute for a violation occurring in the construction workplace no later than five (5) calendar days after such conviction. 4. Notify the employer of employee's use of prescription drugs which may impair alertness during the performance of the employee’s assigned duties. 5. Upon reasonable suspicion of a violation of policy, submit to a search and inspection upon entering, while working or leaving the Work Site. 6. Upon returning to active employment from rehabilitation for alcohol or drug abuse, sign a "Return to Work Agreement", agreeing to unannounced testing for a period of one (1) year, maintaining an acceptable attendance and performance record and participation in follow-up treatment/counseling recommendations by the treatment program. 7. Permit the notification of the Metro's contracting officer by the Contractor, in writing, within ten (10) calendar days after receiving notice from an employee or otherwise receiving actual notice of an employee's conviction under a criminal drug statute for a violation occurring in the construction workplace. The notice shall include the name and position title of the employee. 8. Understand that within thirty (30) calendar days after receiving notice of a conviction, the employer shall take one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the construction workplace. a) Taking appropriate personnel action against such employee up to and including termination, or b) Requiring such employees to satisfactorily participate in a drug abuse assistance or rehabilitation program approved by a Federal, State or local health, law enforcement or other appropriate agency.

Worksite Safety Requirements Contract No. C0981R 01545 - 16 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

9. That the employer shall provide, throughout the construction period, periodic seminars and instruction to site superintendents, supervisory personnel including foremen and other key employees in the characteristics, behavior and detection of alcohol and drugs.

10. That the employer is required by contract to submit, on a monthly basis, certain anonymous information regarding the number of new employees, number of retested employees, and billing or inventory invoices as well as other information that allows Metro to audit the activities of the Contractor in compliance with the Alcohol and Drug Free Construction Workplace Program. F. The Contractor, if an individual, agrees by award of the Contract, not to engage in the unlawful manufacture, dispensing, possession, or use of a controlled substance in the performance of the Contract. G. If the Contract involves the use of Union Craft personnel in performing the Work, the Contractor may wish to obtain a Memorandum of Understanding regarding its Alcohol and Drug-Free Construction workplace program from the Unions involved. 3.18 CONTRACTOR RESPONSIBILITY Nothing in this specification shall release or relieve the Contractor and its subcontractors and suppliers from its safety responsibilities as described above. Any time a Cal-OSHA or Fed- OSHA representative seeks access to the Worksite, the Contractor's Safety Representative on duty shall immediately contact the designated Metro Safety Representative to inform and seek direction on how to proceed. It is understood that the Worksite belongs to the Metro and the Contractor has no authority to prohibit access to Cal-OSHA/Fed-OSHA representatives, except as described herein. If the Contractor's Safety Representative fails to meet any of the duties and obligations described above, the individual may be removed immediately by the Metro and the Contractor and its employee shall have no recourse against the Metro. Compliance with the provisions of this Part shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by Contractor nor shall it serve as the basis of request for change to increase the cost of the Work or be relied upon to form the basis of any claim. PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Worksite Safety Requirements Contract No. C0981R 01545 - 17 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01547

WORKSITE SECURITY REQUIREMENTS

PART 1 - GENERAL 1.1 DESCRIPTION A. The work in this Section consists of providing, operating and maintaining security at the work site during construction. Security refers to the protection of both Metro property and the property of the Contractor from theft, vandalism, pilfering or other destructive activities. It is the Contractor’s sole responsibility to provide protection for any property (including equipment and supplies) under the Contractor’s care, custody and control. B. The Contractor shall establish, implement and maintain an effective, site specific, Security and Loss Prevention Program (the Program). The Contractor is solely responsible for record keeping and insuring that subcontractors are informed of and comply with the Program. C. The Contractor shall comply with the CCR Title 8, as well as all other federal, state and local regulations, statutes and codes applicable to security operations. Strict compliance with all applicable regulations as determined by Metro or its designee, shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by the Contractor nor shall it be relied upon to form the basis of a claim for delay. Compliance with determinations by Metro or its designee shall not relieve the Contractor from other obligations imposed by law or regulation nor serve as the basis of request for change to increase the cost of the Work. D. The Contractor shall comply with Section 01547, 1.2. Compliance with all parts of Section 01547 shall be considered within the original scope of this Contract and shall not delay the schedule for performance of Work by the Contractor nor shall it be relied upon to form the basis of a claim for delay. 1.2 REQUIREMENTS A. The Program shall include methods of protecting physical structures, above, below or at grade from trespassers and malicious mischief. B. On Projects involving multiple Prime Contractors and Contracts, each Prime Contractor shall coordinate with all other Prime Contractors to insure that all Project areas are adequately patrolled by the Prime Contractor’s Security Sub-Contractor. For the purposes of this paragraph, a Prime Contractor is defined as any Contractor, Joint Venture Partnership or other business Entity which enters into a Contract for Construction or Construction related Work with the Metro. C. The Contractor and sub-contracted Security Firm(s) shall coordinate with the Local Law Enforcement and Metro Security Department for patrol enhancement via the Metro’s Third Party Coordinator. D. The Contractor shall comply with the requirements of the current revision of the Construction Safety and Health Manual (CSHM), Contract Part F; regarding the protection of the public, group tours, site visitors and office safety.

Contract No. C0981R Worksite Security Requirements Regional Connector Advanced Utility Relocations 01547 - 1

ISSUED FOR BID 06/14/13

1.4 SUBMITTALS - All submittals and re-submittals, when required, shall be considered within the original scope of this Contract and shall be submitted in accordance with Metro accepted submittal schedule so as to not delay the performance of Work by the Contractor.

Upon receiving notice of award of this Contract, the Contractor shall prepare and submit for review the submittals listed as A, B, and C below and shall not receive permission to perform Work upon the Worksite for this Contract or any work order there-under, until Metro has returned the submittals as "Accepted". Metro refusal to issue permission to perform Work upon the Worksite, due to the Contractor's failure to submit listed safety submittals, or due to Metro rejection of unacceptable submittals, shall not constitute a basis for any claim of delay, interference, disruption or other similar types of claims. A. The Contractor shall submit for acceptance by Metro, a written site specific Security and Loss Prevention Program that outlines the method of property and asset protection to be used by the Contractor and is to be revised and resubmitted as conditions warrant. Metro shall review and approve written plans from the Contractor identifying measures for securing project related Worksites. The Program shall address both active and passive security measures to be implemented by the Contractor and shall include, but is not limited to the following. 1) Lighting / illumination – The Contractor shall provide and maintain adequate lighting throughout each Worksite including but not limited to staging, lay- down areas and employee parking lots. 2) Office Security – All Contractor office facilities shall be secured to prevent entry and shall be provided with alarm systems. 3) Physicals barriers – Contractor shall provide and install perimeter fencing. Access areas shall be closed and locked at the end of shift or when work is completed in the area. 4) Project warning signage – Contractor shall provide signs such as ‘Keep Out - No Trespassing.”

Upon acceptance by Metro, the Contractor shall implement the accepted Program. Metro will monitor the performance of the Contractors Program to ensure that adequate security is provided during the construction of the project. B. Should conditions change, the Contractor will be required to resubmit an updated site specific Security and Loss Prevention Program that reflects the changes in conditions. Any re-submittal, when required, shall be considered within the original scope of this Contract and shall be submitted in accordance with Metro accepted submittal schedule so as to not delay the performance of Work by the Contractor. PART 2 - PRODUCTS 2.1 SECURITY EQUIPMENT AND TOOLS A. Select, provide and retain a reputable uniformed armed security guard service. Security guards assigned by the security subcontractor shall be assigned to only Project worksites for patrol and other security related activities. Firearms and ammunition for armed personnel shall be identical to that provided to Los Angeles Police Department personnel. B. Provide security guards with motor vehicles to enhance patrolling the entire project during construction work activities including holidays , weekends and all other periods. Personnel assigned by the security subcontractor shall perform only duties directly related to the security function.

Contract No. C0981R Worksite Security Requirements Regional Connector Advanced Utility Relocations 01547 - 2

ISSUED FOR BID 06/14/13

C. Security guards shall be equipped with cell phones to enhance their ability to report incidences in a timely manner and allow direct contact with emergency communications dispatchers.

D. Security guards shall be provided with Personnel Protective Equipment (PPE), to insure compliance with Specification Section 01545. E. Barriers shall be erected and security personnel provided during construction to minimize trespassing and vandalism. PART 3 - EXECUTION 3.1 SECURITY PERSONNEL –Security Personnel are not required to be employed or subcontracted for this Work. However, in the event the Contractor chooses to employ security personnel or a security sub-contractor, the following shall apply: A. Contractor shall ensure security guards service is on time and on duty providing Security protection during construction activities, including holidays and weekends. B. Contractor shall ensure security guard service employs personnel who are professional, well-groomed and wear clean, pressed uniforms. C. Security subcontractor shall provide personnel who are bonded and certified as security officers. Security personnel shall be properly licensed and certified to bear and use service weapons. Contractor shall audit and review the security subcontractor’s recruitment policies and procedures to insure appropriate background checks and training is completed. D. Contractor shall insure that security personnel receive orientation training regarding construction sites and known or potential hazards and methods for recognizing and avoiding known or potential hazards. PART 4 - MEASUREMENT AND PAYMENT 4.1 MEASUREMENT - The Work of this Section will be measured as a unit, acceptably performed. 4.2 Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item 1, General Requirements – Lump Sum.

END OF SECTION

Contract No. C0981R Worksite Security Requirements Regional Connector Advanced Utility Relocations 01547 - 3

ISSUED FOR BID 06/14/13

SECTION 01562

ENVIRONMENTAL COMPLIANCE

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. The Contractor is responsible for compliance, documentation, and construction required by the mitigation measures listed within this Contract.

B. Environmental compliance is necessary at all times for all work. Where potential effects to the environment have been identified, mitigation measures have been defined.

C. The Contractor shall implement all specified required mitigation from the following areas:

1. Transportation.

2. Displacement and relocation.

3. Community and Neighborhood.

4. Visual and Aesthetic.

5. Air Quality.

6. Noise and Vibration.

7. Geotechnical/Hazardous Materials.

8. Water Resources.

9. Cultural Resources (Built Environment).

10. Cultural Resources (Archaeology).

11. Parklands and Other Community Facilities.

12. Safety and Security.

13. Environmental Justice.

14. Other Committed Mitigation Measures.

1.02 RELATED SECTIONS

A. Section 01300: Submittals

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 1 ISSUED FOR BID 06/14/13

1.03 SUBMITTALS

A. Refer to Section 01300 – Submittals, for submittal requirements and procedures.

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION

3.01 DETAILED SCOPE OF WORK – ENVIRONMENTAL COMPLIANCE

A. Metro will take steps to enforce, monitor, and report on successful implementation. The Contractor shall aid in this reporting effort by reporting to Metro, in writing, on a monthly basis the efforts described in this section and other related sections that have been successfully implemented. Reporting by the Contractor is not considered compliance; rather, Metro retains the responsibility and the right to inspect and ensure compliance with this section. If Metro determines that the action has not been implemented appropriately, the Contractor shall take immediate corrective action to obtain compliance. Compliance is also a function of time. The Contractor shall maintain the mitigation action in place, and adjust and correct the action as necessary to comply at all times. Contractor shall not be entitled to any extension of time to comply with any item in this section.

B. The following subsections are a collection of the actions required.

3.02 TRANSPORTATION

A. Prior to the initiation of localized construction activities, a traffic management and construction mitigation plan shall be devised. The closure schedules in the construction traffic plan shall be coordinated to minimize impacts to residences, businesses, special events, and traffic flow. During these times, traffic shall be re-routed to adjacent streets via clearly marked detours. The traffic management and construction mitigation plan shall identify, for instance, proposed closure schedules and detour routes; construction traffic routes, including haul truck route, and hours so as to avoid peak hours where feasible. Traffic flow shall be maintained, particularly during peak hours, to the degree feasible. Access to adjacent businesses shall be maintained via existing or temporary driveways at all times during business hours, and residences at all times. Contractor shall provide signage to indicate new ways to access businesses and community facilities affected by construction. Contractor shall post advance notice signs prior to construction in areas where business access could be affected. Contractor shall also notify Los Angeles Department of Transportation (LADOT) in advance of street closures, detours, or temporary lane reductions.

B. Haul routes for trucks shall be located to minimize noise, vibration, and other possible impacts to adjacent businesses and neighborhoods. Truck trips shall be primarily scheduled at times when they would be least disruptive to the community. Lighted or reflective signage shall direct truck drivers to the haul routes. If physical damage to the haul route roads occurs due to project-related traffic, the roads shall be restored to their pre-construction condition as quickly as is practicable. Haul routes shall be discussed

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 2 ISSUED FOR BID 06/14/13

with and approved by the City of Los Angeles through the Transportation Construction Traffic Management Committee (TCTMC).

C. To avoid impacts to neighborhood parking supplies, Contractor shall designate areas for Contractor employee/subcontractor parking and shall not allow employees to park in other lots or unauthorized areas. Contractor shall identify and implement measures to reduce the need for parking by construction workers, including carpool incentives, transit passes, or designated on-site or off-site parking. Contractor shall require Contractor employees and subcontractor personnel not to park on the street. Contractor employee/subcontractor personnel parking on the street will be considered employee misconduct.

D. Safe pedestrian detours with handrails, fences, k-rail, canopies, and walkways shall be provided as needed. When a crosswalk is closed due to construction activities, pedestrians shall be directed to nearby alternate crosswalks. Access shall be Americans with Disabilities Act (ADA) accessible at all times.

E. Bicyclists shall be encouraged through signage to ride carefully in streets near construction activities, ride carefully on sidewalks (as City of Los Angeles municipal code permits), or choose nearby alternate routes around construction sites. Detours shall be provided as needed. Contractor shall provide signage showing the alternate bicycle routes. Pedestrian and bicycle circulation, and travel lanes temporarily impacted during construction shall be restored to their permanent configurations at the conclusion of the construction period.

F. Contractor shall ensure that shuttle bus drop-off areas at City National Plaza are provided throughout construction.

G. Contractor shall maintain access to bus stops and provide adequate signage to guide bus users to accessible stops. Contractor shall minimize temporary closures or relocations of bus stops and layover zones. As needed, Contractor in consultation with Metro shall request to temporarily relocate bus stops to nearby alternative locations based on the re-routing of bus service. When bus re-routing is necessary, buses shall be re-routed to adjacent streets in a manner that minimizes inconvenience to bus passengers and to affected neighborhoods.

3.03 DISPLACEMENT AND RELOCATION

A. Contractor shall not hinder access to other public parking lots during construction.

B. Contractor shall maintain access to the Little Tokyo Library and other community facilities at all times during construction.

3.04 COMMUNITY AND NEIGHBORHOOD

A. Accessible detours shall be provided whenever possible. Detours shall be compliant with the ADA. Signage shall be provided in those languages most commonly spoken in the immediate community. Signs shall mark detours in accordance with the Manual on Uniform Traffic Control Devices, and other applicable local and state requirements. Detours shall be designed to minimize cut-through traffic in adjacent residential areas.

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 3 ISSUED FOR BID 06/14/13

B. Worksite Traffic Control Plans shall be developed in conjunction with LADOT and surrounding communities to minimize impacts to traffic, businesses, residents, and other stakeholders. Other temporary traffic controls shall be provided in the vicinity of construction sites, haul routes, and other relevant sites and as appropriate to maintain traffic flow during construction.

C. Barriers (if needed) shall be erected and security personnel provided during construction to minimize trespassing and vandalism. Barriers shall be enhanced with culturally- relevant artwork, attractive design features, and advertisements in coordination with Metro for parking locations and businesses. Signage shall also identify that businesses are open during construction.

D. Contractor shall field verify (by potholing or other methods) the exact locations and depths of underground utilities and conduct condition checks prior to utility relocation.

3.05 VISUAL AND AESTHETIC

A. Contractor shall shield temporary lighting during construction to reduce spillover lighting.

B. Contractor shall locate stockpile areas (storage areas for construction equipment, supplies, and excavated soil) primarily in less visually sensitive locations, where they are not visible from the road or to businesses or residents.

C. Temporary construction sheds and barricades shall be located by Contractor so as to avoid obscuring significant views of historic properties.

3.06 AIR QUALITY

A. Contractor shall be required to adhere to South Coast Air Quality Management District (SCAQMD) standards for off-road engine emissions.

B. Contractor shall use equipment that meets up-to-date specifications (equivalent to models manufactured from 2013 to 2017) for pollutant emissions during project construction.

C. Contractor shall adhere to SCAQMD standards for dust emissions such as SCAQMD Rule 403.

D. Dirt from construction equipment shall not extend 25 feet or more from an active operation, and shall be removed at the conclusion of each workday. Street sweeping services shall be coordinated with construction activity to minimize impacts to surrounding businesses and residences.

E. Contractor shall utilize at least one of the measures set forth in SCAQMD Rule 403 Section (d) (5) to remove bulk material from tires and vehicle undercarriages before vehicles exit the project site.

F. All haul trucks hauling soil, sand, and other loose materials shall maintain at least six inches of freeboard (not filling trucks all the way to the top) in accordance with California Vehicle Code 23114.

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 4 ISSUED FOR BID 06/14/13

G. All haul trucks hauling soil, sand, and other loose materials shall be covered (e.g., with tarps or other enclosures that would reduce dust emissions).

H. To control fugitive dust, especially during high wind situations, Contractor shall implement the following provisions, consistent with the requirements of SCAQMD Rule 403, as they apply to each of the construction activities identified below:

1. When wind gusts exceed 25 MPH, in areas where earth-moving activities are occurring:

a. Cease all active operations; or

b. Apply water to soil not more than 15 minutes prior to moving such soil.

2. Open storage piles:

a. Apply water twice per day; or

b. Install temporary coverings.

3. Paved road track-out:

a. Cover all haul vehicles; or

b. Comply with vehicle freeboard requirements of Section 23114 of the California Vehicle Code for both public and private roads.

4. All categories:

a. Any other control measures approved by the Metro and the United States Environmental Protection Agency as equivalent to the methods specified may be used.

J. Heavy equipment operations shall be suspended during second stage smog alerts as issued by SCAQMD.

K. Heavy-duty trucks shall be prohibited from idling in excess of five minutes, both on- and off-site. Contractor shall employ California Air Resources Board anti-idling requirements during construction. Contractor shall regularly perform unscheduled inspections of construction equipment and activities to ensure minimization of associated air quality impacts.

L. Construction activity that affects traffic flow on the arterial system, including the transportation of excavated materials shall comply with all City of Los Angeles requirements and any variances. This measure would minimize vehicle idling time, which would reduce emissions generated from construction vehicles.

M. Contractor shall perform ongoing maintenance and adherence to manufacturer's specifications for all construction equipment engines and vehicles.

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 5 ISSUED FOR BID 06/14/13

N. Dedicated turn lanes for the movement of trucks and equipment to and from construction sites shall be provided where appropriate. This measure would minimize vehicle idling time, which would reduce emissions generated from construction vehicles.

O. Contractor shall require on-site construction equipment to meet EPA Tier 2 or higher emission standards according to the January 1, 2012 to December 31, 2014 and post- January 15, 2015 criteria.

P. Contractor shall maintain and clean all trucks and construction equipment as needed.

Q. Contractor shall use low-sulfur fuel where possible.

R. Detour routes shall be designed to ensure that traffic does not idle for extended periods of time, thus reducing the potential for localized exceedance of federal CO/CO2 standards.

3.07 NOISE AND VIBRATION

A. Refer to Section 01564, Construction Noise and Vibration Control.

3.08 GEOTECHNICAL/HAZARDOUS MATERIALS

A. A Contaminated Soil/Groundwater Management Plan shall be prepared and implemented by the Contractor during construction to establish procedures to follow if contamination is encountered in order to minimize associated risks to assure that applicable statutory and regulatory standards and requirements are satisfied. Contractor shall be held to the level of performance specified in the plan.

B. Appropriate regulatory agencies, identified in the Contaminated Soil/Groundwater Management Plan, shall be contacted if contaminated soil or groundwater is encountered.

C. Sampling and analysis of soil and/or groundwater known or suspected to be impacted by hazardous materials shall be conducted in accordance with the procedures detailed in the Contaminated Soil/Groundwater Management Plan.

D. Procedures for the legal and proper handling, storage, treatment, transport, and disposal of contaminated soil and/or groundwater shall be delineated and conducted in consultation with regulatory agencies and in accordance with established statutory and regulatory requirements as explained with specificity in the Contaminated Soil/Groundwater Management Plan.

E. Dust control measures such as soil wetting, wind screens, etc. shall be implemented for contaminated soil.

F. Groundwater collection, treatment, and discharge shall be performed according to applicable standards and procedures.

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 6 ISSUED FOR BID 06/14/13

G. A Worker Health and Safety Plan shall be prepared and implemented by the Contractor prior to the start of construction activities. All workers shall be required to review the plan, receive training if necessary, and sign the plan prior to starting work. The plan shall identify properties of concern, the nature and extent of contaminants that could be encountered during excavation activities, appropriate health and environmental protection procedures and equipment, emergency response procedures including the most direct route to a hospital, and contact information for the Site Safety Officer.

H. Construction of the project shall be consistent with the City of Los Angeles Methane Mitigation Standards, established in accordance with City of Los Angeles Ordinance No. 175790 and No. 180619, which provide detailed installation procedures, design parameters, and test protocols for the methane gas mitigation system as well as methods to control methane intrusion emanating from geologic formations.

I. The Contractor shall be required to implement best management practices (BMPs) for handling hazardous materials in compliance with existing regulations. These shall include requirements for proper use, storage, and disposal of chemical products and hazardous materials used in construction; spill control and countermeasures, including employee spill prevention/response training; vehicle fueling procedures to avoid overtopping construction equipment fuel tanks; procedures for routine maintenance of construction equipment, including the proper containment and removal of grease and oils; procedures for the proper disposal of discarded containers of fuels and other chemicals.

3.09 WATER RESOURCES

A. An erosion control plan shall be prepared prior to construction and shall specify procedures for implementing mitigation measures specified herein.

B. Barriers shall be used to direct and slow the rate of runoff and to filter out large-sized sediments.

C. Use of water for irrigation and dust control shall be controlled so as to avoid off-site runoff.

D. Hazardous materials shall be stored properly and in accordance with applicable law to prevent contact with precipitation and runoff.

E. Prior to the onset of demolition or construction an effective monitoring and cleanup program for spills and leaks of hazardous materials shall be developed and maintained.

F. Equipment to be repaired or maintained shall be placed in covered areas on a pad of absorbent material to contain leaks, spills, or small discharges.

G. Periodic and consistent removal of construction debris shall be performed.

H. Any significant chemical residue on the project sites shall be removed through appropriate methods.

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 7 ISSUED FOR BID 06/14/13

I. Water quality or runoff shall be periodically monitored before discharge from project sites and into the storm drainage system.

3.10 CULTURAL RESOURCES (BUILT ENVIRONMENT)

A. Facades of historic buildings adjacent to the construction areas shall be protected from accumulation of excessive dirt or shall be cleaned in an appropriate manner periodically while construction activities are occurring nearby.

3.11 CULTURAL RESOURCES (ARCHAEOLOGY)

A. Construction personnel shall be trained on proper procedures by a qualified lead archaeologist provided by Metro.

B. Work in the area of discovery shall stop if human remains are found, and the Los Angeles County Coroner shall be notified immediately. If the remains are determined to be prehistoric, the Coroner will notify the Native American Heritage Commission (NAHC), which will arrange for a Most Likely Descendent (MLD) to inspect the site within 48 hours and issue recommendations for scientific removal and nondestructive analysis.

3.12 PARKLANDS AND OTHER COMMUNITY FACILITIES

A. Where feasible, temporary restriping of the roadway to maximize the vehicular capacity at locations affected by construction closures shall be performed. Where feasible and necessary, temporary removal of on-street parking to maximize the vehicular capacity at locations affected by construction closures shall be performed. Where temporarily eliminated, parking spaces will be restored to their prior striped or signed condition at the conclusion of the construction period.

3.13 SAFETY AND SECURITY

A. Contractor shall protect public use of work areas involving sidewalks, entrances to buildings, lobbies, corridors, aisles, stairways, and vehicular roadways with appropriate guardrails, barricades, temporary fences, overhead protection, temporary partitions, shields, and adequate visibility. Contractor shall keep sidewalks, entrances to buildings, lobbies, corridors, aisles, doors, or exits that remain in use by the public clear of obstructions. Contractor shall post appropriate warnings, signs, and instructional safety signs. These requirements shall be included in the construction specifications.

3.14 ENVIRONMENTAL JUSTICE

A. The temporary displacement of three bus loading spaces on Alameda Street for the Japanese American Nation Museum (JANM) shall be replaced nearby for the duration of construction activities. Metro and Contractor shall work with JANM to confirm locations of temporary loading spaces.

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 8 ISSUED FOR BID 06/14/13

B. Construction activities shall be curtailed during major Little Tokyo festivals and outdoor events to ensure that noise, air quality, traffic, and parking issues do not adversely affect these economically vital events.

C. Contractor shall avoid haul routes along 1st Street or along Alameda Street between 3rd Street and US 101 where possible.

D. Contractor shall prepare a procedure for rapid shut-down of construction should maximum acceptable vibration thresholds be reached.

3.15 OTHER COMMITTED MITIGATIONS MEASURES

A. Maintain access from Flower Street between 5th and 6th Streets to the West Lawn Garage.

B. Any areas adjacent to the Maguire Gardens and Central Library impacted by construction will be returned to their original or improved state, with oversight by the Library Gardens Committee.

C. The width and length of any construction worksite on Flower Street south of 4th Street will be minimized to the greatest extent feasible.

D. No construction worker parking on Flower and adjacent streets during construction.

E. Along Flower Street, accelerate the construction schedule to the greatest extent feasible, consistent with budgetary and other constraints.

F. Minimize surface disruptions along Flower Street from truck trips and utility relocation when feasible.

G. Noise and vibration levels will be monitored by Metro at Flower Street properties.

H. If construction and/or operational ground-borne noise limits or ground-borne vibration limits are exceeded according to CEQA's significance thresholds, Contractor will take action to reduce noise and vibration to less than significant levels at the property lines of sensitive uses.

I. No pile drivers shall be used during construction. If necessary, piles will be drilled or vibrated, but not driven.

J. Reduced noise mufflers, air-inlet silencers, shrouds or sound walls will be used for generators, compressors, fans, exhaust systems and other inherently noisy construction equipment.

K. Ensure there is daily cleaning/washing during non-peak hours of Financial District streets affected by excavation and hauling.

L. Provide protective measures, such as pipe and conduit support systems, vibration and settlement monitoring, trench sheeting, and shoring to avoid potential damage to utilities during construction.

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 9 ISSUED FOR BID 06/14/13

M. Maintain access to utilities for technicians, at all times during construction.

N. Require that any public spaces, gardens, plaza, walkways, sidewalks, trees, street furniture, landscaping, hardscaping or pedestrian areas, including but not limited to the Library Gardens and the Citigroup Plaza, which are impacted, damaged or altered as a result of construction activity and/or staging, be reconstructed, replanted, repaired, and replaced like-for-like at the end of construction activity in that vicinity.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Contract No. C0981R Environmental Compliance Regional Connector Advanced Utility Relocations 01562 - 10 ISSUED FOR BID 06/14/13

SECTION 01563

TEMPORARY EROSION AND SEDIMENTATION CONTROLS

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC) Brown Book” from City of Los Angeles Department of Public Works and any other requirements of the City of Los Angeles.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Temporary Erosion and Sedimentation Controls Contract No. C0981R 01563-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01564

CONSTRUCTION NOISE AND VIBRATION CONTROL

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Eliminating or minimizing noise and vibration generated by construction activities, and of complying with applicable noise regulations, specification requirements, and noise and vibration limits specified within this Section.

B. Metro has prepared a Final Environmental Impact Statement/Final Environmental Impact Report for the Regional Connector Transit Corridor, with supporting technical reports on noise and vibration, which describe impacts the Project will have on the environment and indicates measures Metro has agreed to implement.

C. Metro is pursuing a variance from Board of Police Commissioners for nighttime and weekend construction for this Contract. This variance would allow the Contractor to schedule Work at night and weekends but shall comply with provisions of the variance to Section 41.40 of the Los Angeles Municipal Code, and the provisions herein. The variance could be withdrawn if the construction noise levels reach a point where substantial community complaints are registered with LAPD or the construction noise exceeds the ambient noise level on the premise of any occupied property by more than five decibels from 9:00 PM to 7:00 AM Monday through Friday, from 9:00 PM Friday to 8:00 AM Saturday, from 6:00PM Saturday to 8:00 AM Sunday and from 6:00 PM Sunday to 7:00 AM Monday.

D. Use equipment with effective noise-suppression devices and employ other noise control measures such as enclosures and barriers necessary to protect the public. Schedule and conduct operations in a manner that will minimize, to the greatest extent feasible, the disturbance to the public in areas adjacent to the construction activities and to occupants of buildings in the vicinity of the construction activities.

E. Submit a Noise Control Plan and a Noise Monitoring Plan, as specified in this Section. Both plans shall be prepared by an Acoustical Engineer meeting the qualifications specified in this Section. Do not operate noise generating construction equipment at the construction site prior to acceptance of the Noise Control and Monitoring Plans. Update Noise Control Plan every three months.

F. Compliance with the requirements of this Section may require the use of equipment with special exhaust silencers or noise attenuating enclosures, and construction of temporary enclosures or noise barriers around activities. Use haul routes and staging areas, as approved by Metro and the City of Los Angeles to minimize noise at residential and other sensitive receptor sites. Do not operate trucks used for removal of excavated material and delivery of construction materials on local residential streets or on streets that pass by schools during school hours, unless specifically accepted by Metro or its designee.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 1 ISSUED FOR BID 06/14/13

G. Metro or its designee will monitor Contractor's performance of tasks specified, and will inspect necessary records, reports and procedures.

H. Designate staff member as Noise and Vibration Control Representative to be trained by and work with the Acoustical Engineer specified in this Section.

I. Contractor will coordinate with Metro on communicating with the locations listed below regarding noise and vibration monitoring, schedule of construction activities where activities may affect these locations, and implementing mitigation measures to reduce noise and vibration. The adjacent noise and vibration sensitive buildings include, but are not limited to, the following:

1. Walt Disney Concert Hall

2. REDCAT

3. Colburn School of Music

4. Eli Broad Museum

5. Hikari Lofts

6. Offices in Japanese Village Plaza

7. Nakamura Tetsujiro Building

J. Coordination with property owners will result in less sensitive events to be potentially planned during intense construction activities.

K. For major event locations, such as Colburn School of Music and Walt Disney Concert Hall, events are scheduled one year in advance and coordination should initiate immediately.

1.2 RELATED SECTIONS

A. Section 01300: Submittals

B. Section 01432: Project Quality Program Requirements - Design/Bid/Build

C. Section 01545 Worksite Safety Requirements

D. Section 01547 Worksite Security Requirements

1.3 REFERENCES

A. California Code of Regulations (CCR), Title 24

B. California Health and Safety Code (CHSC)

C. City of Los Angeles Building Code, Chapter XI, Los Angeles Noise Ordinance

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 2 ISSUED FOR BID 06/14/13

D. American National Standards Institute (ANSI):

1. ANSI S1.4 - Specification for Sound Level Meters 2. ANSI S2.4 - Method for Specifying the Characteristics of Auxiliary Analog Equipment for Shock and Vibration Measurements

E. ASTM International (ASTM): 1. ASTM C423 - Test Method for Sound Absorption and Sound Absorption Coefficients by the Reverberation Room Method 2. ASTM E90 - Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements 3. ASTM E413 - Classification for Rating Sound Insulation

F. International Electrotechnical Commission (IEC): 1. IEC 61672 - Electroacoustics Sound Level Meters 2. IEC 179 - Precision Sound Level Meters

G. Occupational Safety and Health Act (OSHA) regulations (CCR Title 8)

H. Society of Automotive Engineers (SAE): 1. SAE J88 - Sound Measurement Off-Road Work Machines - Exterior 2. SAE J366 - Exterior Sound Level for Heavy Trucks and Buses 3. SAE J994 - Alarm- Backup- Electric Laboratory Performance Testing

I. International Organization for Standardization (ISO): 1. ISO 9533 - Earth-moving machinery. Machine-mounted audible travel alarms and forward horns – Test methods and performance criteria.

J. U.S. Department of Transportation, Federal Highway Administration (FHWA): 1. Special Report - Highway Construction Notes: Measurement, Prediction, and Mitigation. (March, 1977)

K. U.S. Environmental Protection Agency (EPA): 1. EPA Report NTID 300.1 – Notice from Construction Equipment and Operations, Building Equipment, and home Appliances. (1972)

1.4 QUALITY ASSURANCE

A. Comply with Project Quality Program Requirements (see 1.2 and 1.3 above).

1.5 SUBMITTALS

A. Refer to Section 01300 – Submittals, for submittal requirements and procedures.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 3 ISSUED FOR BID 06/14/13

B. Qualifications and work experience of the acoustical engineer as specified in this Section. This submittal is required prior to the submittal of the Noise Control and Noise Monitoring Plans.

C. Proposed locations for preconstruction noise measurements at all work sites.

D. Contractor's Noise Control Plan as specified in this Section.

E. Contractor's Noise Monitoring Plan and the weekly Noise Measurement Reports as specified in this Section.

F. Noise measurement equipment makes and models, and calibration conformance certificates as specified in this Section.

G. Equipment noise certification reports as specified in this Section.

H. Shop and Working Drawings, computations, material data and other criteria, for noise abatement measures, identified in the Noise Control Plan and for moveable noise barriers, noise barrier fences and noise control curtains as specified in this Section. Have drawings and computations stamped by a License Professional Engineer registered in the State of California.

I. Contractors Weekly Vibration Measurement Reports as specified in this Section.

J. Contractor’s Vibration Control Plans and Vibration Monitoring Plan as specified in this Section.

K. Material Safety Data Sheets (MSDS): Manufacturer’s Material Safety Data Sheets for each type of material used in Work.

1.6 DEFINITIONS A. Construction Site: For purpose of noise and vibration control requirements, the Contract limits of construction. This includes Right-of-Way lines, property lines, construction Easement Boundary or property lines and Contractor staging areas outside the defined boundary lines, used expressly for construction. B. Noise Level Measurements: Unless otherwise indicated, the use of A-weighted and "slow" response settings of instrument complying with Type 2 requirements of latest revision of ANSI S1.4 and IEC 61672. C. A-Weighted Noise Levels: Decibels (referenced to 20 micro-Pascal) as measured with A-weighting network of standard sound level meter, abbreviated dBA. D. C-Weighted Noise Level: Decibels (referenced to 20 micro-Pascal) as measured using the C-weighting network on a sound level meter complying with the criteria for a Type 1 (Precision) or Type 2 (General Purpose Sound Level Meter), as defined in the current revision of ANSI S1.4. Use the FAST setting on the sound level meter to measure the C- weighted sound level. E. Vibration Measurements: The use of a vibration transducer, amplifier, peak detector, and frequency band filters complying with ANSI S2.4.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 4 ISSUED FOR BID 06/14/13

F. Vibration: Velocity in microinches per second. Vibration levels are expressed as velocity levels in Decibels referenced to one microinch per second, abbreviated VdB.

G. Daytime: The period from 7:00 AM to 9:00 PM Monday through Friday local time, and Saturdays, and Sundays, 8:00 AM to 6:00 PM. H. Nighttime: Periods other than daytime. I. Noise Sensitive Locations: Residential areas, institutions, hospitals, parks, and other locations so named herein. J. Lmax: The maximum measured sound level. A weighted Equivalent Sound Level: The continuous sound level that K. One-hour Leq represents the same sound energy as the varying sound levels over one hour. L. Sound Transmission Class (STC): A single number rating calculated in accordance with ASTM E413, using values of sound transmission loss. It provides an estimate of the performance of a partition in certain common sound insulation problems. M. Stationary/Continuous Noise: Daytime noise from stationary sources, and parked mobile sources that produce repetitive or long-term noise lasting more than two hours. N. Mobile/Intermittent Noise: Daytime noise from non-stationary mobile equipment operated by a driver, or from source of intermittent, non-recurring on long-term basis, non- scheduled, non-repetitive, short-term noises (not lasting more than two hours).

1.7 RESPONSIBILITIES OF CONTRACTOR

A. Perform Work within the permissible noise levels, work schedule limitations, and procedures provided for in this Section and applicable Federal, state, county and municipal codes, regulations, and standards.

B. Other than those provided herein, be responsible for obtaining, at Contractor's own expense, permits, variances, equipment certifications, and other documents required by this Section and by applicable Federal, state, county and municipal codes, regulations and standards.

C. With regard to noise monitoring, include the following: 1. Furnish instrumentation for noise monitoring that complies with the standards specified in this Section and that is capable of measuring the sound levels defined in this Section. 2. Collect and report noise monitoring data, report whether the noise monitoring data indicates compliance under specialized in this Section, and submit a Noise Measurement Report to Metro or its designee on a weekly basis. 3. Provide access to Metro or its designee to review measured data and coordinate the Contractor's schedule for noise monitoring. 4. Implement noise abatement measures as required by this Section, based on the Contractor's noise monitoring data and nuisance conditions reported by Metro or its designee. D. With regard to vibration monitoring, include the following:

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 5 ISSUED FOR BID 06/14/13

1. Furnish instrumentation for vibration monitoring that complies with the standards specified in Paragraph 1.06 E of this Section and that is capable of measuring the vibration levels defined in Paragraph 1.06 F of this Section. 2. Collect and report vibration monitoring data, report whether the vibration monitoring data indicates compliance as specified in this Section, and submit a Vibration Measurement Report to Metro on a weekly basis. 3. Provide access to Metro or its designee to review measured data and coordinate with the Contractor’s schedule for vibration monitoring schedules. 4. Implement vibration abatement measures as required by this Section, based on the Contractor’s vibration monitoring data and nuisance conditions reported by Metro. E. The adjacent noise and vibration sensitive buildings include, but are not limited to, the following: a. Walt Disney Concert Hall b. REDCAT c. Colburn School of Music d. Eli Broad Museum e. Hikari Lofts f. Offices in Japanese Village Plaza g. Nakamura Tetsujiro Building F. For major event locations, such as Colburn School of Music and Walt Disney Concert Hall, events are scheduled one year in advance and coordination should initiate immediately.

PART 2 – PRODUCTS

2.1 NOISE CONTROL MATERIALS

A. Noise control materials may be new or used. Used materials shall be sound and free of damage and defects and shall be of a quality and condition to perform their designed function.

2.2 NOISE BARRIER FENCES

A. Use material that will last for the duration of construction of this Contract. Construct using two layers of 3/4 inch Medium Density Overlay (MDO) plywood sheeting or acceptable equal.

B. Line the construction site side with glass fiber or mineral wool type noise-absorbing material at least two inches thick. Protect this material using wire mesh or perforated sheets that are corrosion resistant and that have at least 30 percent open area and provision for water drainage.

C. Provide a wall assembly with a STC-25 or greater, based on certified sound

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 6 ISSUED FOR BID 06/14/13

transmission loss data taken according to ASTM E90 and a Noise Reduction Coefficient (NRC) rating of NRC-0.70 or greater, based on certified sound absorption coefficient data taken according to ASTM C423.

D. Construct gates and doors in the fence either hinged or rolling of the same or equally effective material as the noise barrier fence. Construct gates and doors in the fence to ensure that the edges overlap the fence to eliminate gaps. During nighttime hours maintain gates and doors in a closed position except for brief periods of time to allow access to the Construction Site.

E. Attach lagging to support posts designed so that the fence will withstand 80 mph wind loads plus a 30 percent gust factor.

F. Provide flush mating surfaces of wall sides when walls are joined together or at corners. Close gaps between wall sections and between bottom edge of walls and grade with material that will completely close the gaps and be dense enough to attenuate noise.

G. Be responsible for the design, detailing and adequacy of the framework and supports, posts, attachment methods and other appurtenances required for the proper erection of the noise control walls.

H. Prepare the design details for the noise control wall footing, steel posts, supports and framework, signed and sealed by a Professional Engineer licensed in the State of California. Submit the design and detailed engineering to Metro or its designee.

I. Design and install foundations or piers for fences that do not require excessive noise to remove.

2.3 MOVEABLE NOISE BARRIERS

A. Construct moveable barriers of one inch thick Medium Density Overlay (MDO) plywood sheeting, or other acceptable material with a STC25 rating or greater.

B. Line barriers on construction site side with glass fiber or mineral wool type sound absorbing material at least two inches thick. Protect this material by wire mesh or perforated sheets that are corrosion resistant and that have at least 30 percent open area, with provision for water drainage.

C. Provide materials and details of construction sufficiently weather resistant to last through the duration of construction of this Contract.

D. Construction Details: 1. Attach barrier panels to support frames constructed in sections to provide a moveable barrier utilizing the standard temporary precast concrete median barrier or other supports. 2. When barrier units are joined together, overlap the mating surfaces of the barrier sides or make flush with each other. Close gaps between barrier units, and between the bottom edge of the barrier panels and the ground, with material that will completely close the gaps and be dense enough to attenuate noise.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 7 ISSUED FOR BID 06/14/13

3. Height of barriers: As required to meet noise control plans.

2.4 NOISE CONTROL CURTAINS

A. Noise Control Curtains: Durable, flexible composite material featuring a noise barrier layer bonded to a sound-absorptive material on one side. 1. STC rating of STC-25 or greater based on certified sound transmission loss data taken according to ASTM E90. 2. NRC rating of NRC 0.70 or greater based on certified sound absorption coefficient data taken according to ASTM C423.

B. Noise Barrier Layer: A rugged, impervious material with a surface weight of at least one pound per square foot.

C. Sound Absorptive Material: Include a protective facing, and securely attached to one side of the noise barrier layer over its entire surface. 1. Mildew resistant, vermin proof and non-hygroscopic.

D. The noise control curtain materials: Abuse resistant, exhibiting superior hanging and tear strength during construction. The curtain barrier material shall have a minimum breaking strength of 120 Ib/in. and a minimum tear strength of 30 Ib/in. Based on the same test procedures, the curtain absorptive material facing shall have a minimum breaking strength of 100 Ib/in. and a minimum tear strength of seven Ib/in. 1. Corrosion resistant to most acids, mild alkalis, road salts, oils and grease. 2. Fire retardant, and approved by the City of Los Angeles Fire Department prior to procurement.

E. Construct gates and doors of a material with a STC 25 or greater rating.

F. Construction Details: 1. Install the noise control curtains in vertical segments extending the full curtain height, and have seams and joints with a minimum overlap of two inches and be sealed using hook fasteners or double grommets. Use construction details according to the manufacturer's recommendations. 2. Secure the curtain at ground level and/or at intermediate points by framework and supports. 3. Be responsible for the design, detailing and adequacy of framework, supports, ties, attachment methods and other appurtenances required for the proper installation of the curtain. 4. Prepare and seal the design and details necessary for the noise control curtain framework and supports using a Professional Engineer licensed in the State of California. Submit the design and detailed engineering to Metro or its designee for review prior to procurement.

PART 3 – EXECUTION

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 8 ISSUED FOR BID 06/14/13

3.1 NOISE LEVEL LIMITS

A. Stationary/Continuous Noise: Prevent noise intrusion from stationary sources, and parked mobile sources which produce repetitive or long-term noise lasting more than two hours from exceeding limits shown on Table 1.

B. Mobile/Intermittent Noise: Prevent noise from non-stationary mobile equipment operated by a driver, or from sources of intermittent, non-recurring on a long term basis, non- scheduled, non-repetitive, short term noises (not lasting more than two hours), from exceeding the limits shown on Table 2.

C. The LAPD has not taken measurements of the ambient noise levels at construction locations. Contractor shall take pre-construction noise level measurements at all worksites. Where nighttime work is planned for any project sites, take pre-construction measurements during nighttime hours and provide to Metro. The selection of the measurement sites shall be subject to Metro approval. Measure levels, continuously, 30 days prior to the beginning of construction, under the supervision of the Acoustical Engineer. Measure at the nearest sensitive receptor to the Work as approved by Metro. Report data to Metro as 1-hour Leq (A-weighted) levels. Metro will establish the day and night noise level limits based on the measured data.

D. After completion of Contractor’s pre-construction ambient noise measurements, Table 1 will indicate for each construction site daytime and nighttime noise limits for construction sites. If the LAPD has granted the nighttime noise variance, it will include nighttime limits for selected sites, thus complementing these Ldn criteria, as shown in the Appendix. If LAPD noise limits differ from the Metro project noise criteria, apply the strictest.

E. At the surface of the construction site during nighttime hours use only equipment that, operating under full load, meets the noise limits specified in Table 3 when measured according to the test procedures used for equipment noise certification as specified in this Section.

F. Contractor is prohibited from operating equipment at night that does not meet nighttime noise emission limits in Table 3 below. If the Contractor's existing equipment on-site does not meet nighttime noise emission limits for surface construction activities specified in Table 3 or falls out of compliance, remove the non-compliant equipment promptly from nighttime service by immediately parking and turning off equipment when it is safe to do so.

G. Trucks operating off-site between the hours of 12:00 midnight and 5:00 AM have lower emission limits (80 dBA at 50 feet) than normally required by the California Vehicle Code. All trucks used for these nighttime hours must be certified in accordance with these specifications. Take necessary steps to comply with this limit, which may include fitting this equipment with high grade engine exhaust silencers and engine casing sound insulation.

H. In order to reduce the predicted noise levels during operations under FTA criteria, the identified minimum mitigation measures must be installed along the alignment during construction as described in Table 11 adjacent to the noise sensitive locations.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 9 ISSUED FOR BID 06/14/13

3.2 NOISE CONTROL PLAN

A. Requirements: 1. Within 15 days of Notice To Proceed (NTP), submit to Metro or its designee the name, address, and qualifications of the Acoustical Engineer responsible for preparing and overseeing the implementation of the Noise Control Plan. 2. The minimum requirements for the Acoustical Engineer: Bachelor of Science Degree or higher degree, from a qualified program in engineering, physics, or architecture offered by an accredited university or college, and five years experience in noise control engineering and construction noise analysis, or current enrollment as a full Member or Board-certified Member in the Institute of Noise Control Engineering 3. In addition to the basic requirements shown above, the Acoustical Engineer must demonstrate substantial and responsible experience in preparing and implementing construction noise control and monitoring plans on construction projects conducted in an urban setting, calculating construction noise levels, and designing and overseeing the implementation of construction noise abatement measures. 4. Within 45 days of NTP, submit the Noise Control Plan to Metro or its designee. 5. Noise Control Plan: Include the following for nighttime construction activities that may occur at the surface of the construction site: a. Site Drawing: Prepare a scaled drawing of the construction site indicating the following: 1) Contract name and number. 2) Contractor's name. 3) Date. 4) Scale. 5) Direction of North. 6) Noise sensitive locations near the construction site. 7) Construction equipment locations used during nighttime hours, designated by the code letter used in Column (a) in Part A of the Noise Control Plan Form, Figure 4. 8) Locations of the noise levels calculated for residential, commercial, and industrial areas as specified in this Section. 9) Locations and types of noise abatement measures that may be required to meet codes and regulations as indicated by the calculations as specified in this Section. b. Equipment Inventory: Prepare an inventory of equipment used during nighttime hours by providing the following information in the indicated columns of Noise Control Plan Form, Figure 4. 1) Column (a): Code letter in sketch to indicate position of equipment on site and to identify Certificates of Noise Compliance. 2) Column (b): Appropriate equipment category from Table 3.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 10 ISSUED FOR BID 06/14/13

3) Column (c): Equipment manufacturer and model, if known at the time of the Plan's preparation.

4) Column (d): Unique identifier (ID), such as registration number, if known at the time of the Plans preparation. 5) Column (e): Equipment horsepower. 6) Column (f): Noise emission limit from Table 3. 7) Column (g): Estimated noise level at 50 feet; if greater than the value in Column (f), source noise control device (e.g. mufflers) must be used to comply with limit. 8) Column (h): Estimated date of first use on site. 9) Column (i): Estimated date of last use on site. c. Noise Calculations: Prepare calculations of nighttime Lmax and one-hour Leq noise levels expected at the nearest residential, commercial and industrial property line based on the equipment noise levels given in Part A of the Noise Control Plan Form. Determine the nearest property lines from the currently identified noise sensitive locations indicated in Table 4. Calculate preliminary one-hour Leq construction noise projections for those sensitive locations and insert with locations into Table 5. Make the calculations for locations where noise emitted by applicable equipment will cause the greatest noise level for each type of land use, for nighttime periods, if necessary. Provide the results on Part B of the Noise Control Plan Form with calculations included below the results, and with the locations for the calculations indicated on the site sketch. The noise calculation procedure shall be as follows: 1) Calculate Lmax according to the method outlined below: Lmax(equipment) = EL - 20 log10 (D/50) where: EL = Estimated equipment noise level at 50 feet, in dBA. D = Distance from the equipment to property-line location, in feet. Then, combine the individual contributions of each piece of equipment to obtain the overall maximum construction noise level at each location as follows: [Lmax(equipment)/10] Lmax(overall) = 10 log10 (SUM 10 ) 2) Calculate one-hour Leq according to the methodology recommended by the US Department of Transportation, Federal Highway Administration Special Report Highway Construction Noise: Measurement, Prediction and Mitigation, as follows: First, calculate the construction one-hour Leq at each property-line location for each item of equipment using the following equation: One-hour Leq(equipment) = EL - 20 log10(D/50) + 10 log10(UF/100)

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 11 ISSUED FOR BID 06/14/13

where:

EL = Estimated equipment noise level at 50 feet, in dBA. D = Distance from the equipment to the property-line location, in feet. UF = "Usage factor," expressed as the percent of time that the equipment is operated at full power while on site. This factor shall be estimated by the Contractor or the qualified acoustical engineer. Guidelines for the selection of usage factors are provided by the US Environmental Protection Agency (EPA) Report NTID 300.1, Noise from Construction Equipment and Operations, Building Equipment, and Home Appliances. Then, combine the individual contributions of each piece of equipment to obtain the overall construction one-hour Leq at each location as follows: [one-hour Leq (equipment)/10] One-hour Leq(overall) =10 log10 (SUM 10 ) 3) Compare the calculated Lmax and one-hour Leq values with the Contract limits specified in this Section. d. Description of Required Noise Abatement Measures as specified in Paragraph 3.2 C. of this Section. 6. Noise Control Plan for Construction Activities Near Schools – If any primary or secondary schools are identified within the noise impact area of construction, the Contractor shall prepare noise control plans to maintain acceptable interior noise levels within the school classrooms and occupied spaced. Metro will develop these criteria in coordination with the Los Angeles Unified School District (LAUSD) and individual school administrators. The Contractor shall monitor the construction noise levels to ensure compliance. 7. Update the Noise Control Plan at three month intervals (based on Metro or its designee's initial acceptance date) and re-submit the Plan within 10 days of the start of each quarterly period. Update and re-submit the Noise Control Plan upon any major change in work schedule, construction methods, or equipment operations not included in the most recent Plan.

B. Noise Abatement Measures: If the results of the noise calculations prepared in accordance with this Section indicate that noise level limits listed in this Section will be exceeded, identify proposed noise abatement measures, their anticipated effects (dBA reductions), and a schedule for their implementation. Re-calculate the noise levels at the nearest sensitive receptor location property lines which include the anticipated noise reduction effects and submit the results on Part B of the Noise Control Plan Form. Include, as backup documentation to Part B of the Noise Control Plan, drawings, sketches, and suitable calculations which demonstrate anticipated noise reduction benefits and that proposed structures or facilities comply with applicable building code requirements.

C. Noise Reduction Methods: To the extent required to meet the noise limits specified by this Section, include noise reduction measures listed below, or others of the Contractor's devising to minimize construction noise emission levels. Noise reduction measures include, but are not limited to the following:

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 12 ISSUED FOR BID 06/14/13

1. Scheduling truck loading, unloading, and hauling operations so as to minimize noise impact near noise sensitive locations and surrounding communities.

2. Locating stationary equipment so as to minimize noise impact on the community. 3. Do not leave equipment pieces idling when not in use. 4. Limiting the use of enunciators or public address systems, except for emergency notifications. 5. Maintaining equipment such that parts of vehicles and loads are secure against rattling and banging. 6. Limit the time that steel decking or plates for street decking or covering excavated areas are in use. 7. Grading of surfaced irregularities on construction sites to prevent the generation of impact noise and ground vibrations by passing vehicles. 8. Schedule Work to avoid simultaneous activities that both generate high noise levels.

3.3 NOISE MONITORING PLAN

A. Requirements: 1. Have the Noise Monitoring Plan prepared and administered by the Contractor's Acoustical Engineer. 2. Within 45 days of NTP, submit the Noise Monitoring Plan to Metro or its designee, specifying the nighttime and daytime construction activities, monitoring locations, equipment, procedures, schedule of measurements and reporting methods to be used. 3. Furnish noise monitoring data to Metro or its designee on a weekly basis. Include measurements taken during the previous week. 4. In the event that the measured noise levels exceed allowable limits, immediately notify Metro or its designee and immediately implement additional Noise Abatement Measures as specified in the Noise Control Plan. 5. If the measured nighttime levels exceed the noise limits specified in this Section, reduce the noise levels by appropriate abatement measures in order to comply with the nighttime Noise Variance requirements or terminate the nighttime construction activity responsible for the noise limits exceedance until the daytime hours when higher noise levels are permitted.

B. Measurement Locations: 1. Measure the noise-sensitive locations identified in this Section in the vicinity of the construction site for noise levels. These locations may change during the Contract and shall be updated as required by Metro. 2. Prepare and submit a scaled plan indicating monitoring locations, including measure- ments to be taken at construction site boundaries and at nearby residential, commer- cial and industrial property lines. 3. The adjacent noise and vibration sensitive buildings include, but are not limited to, the following:

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 13 ISSUED FOR BID 06/14/13

a. Walt Disney Concert Hall

b. REDCAT c. Colburn School of Music d. Eli Broad Museum e. Hikari Lofts f. Offices in Japanese Village Plaza g. Nakamura Tetsujiro Building

C. Provide Metro with one Type 1 (precision sound level meter that meets the requirements outlined in this Section.

D. Measurement Equipment: 1. Perform noise measurements with an instrument that is in compliance with the criteria for a Type 1 (Precision) or Type 2 (General Purpose) Sound Level Meter as defined in the current revision of ANSI S1.4. 2. Provide sound level meters capable of measuring the Lmax and one-hour Leq on both the A-Weighted and C-Weighted scales required by regulatory criteria and Noise Level Limits. 3. Calibrate sound level meters, microphones, and calibrators for certified laboratory conformance at least once a year. Submit a current certificate of conformance to Metro or its designee prior to using the sound level meter and submit updated certificates following subsequent calibrations on a yearly basis for the duration of this Contract or upon the completion of repairs to the instrument.

E. Measurement Procedure: 1. Field calibrate the sound level meter using an acoustic calibrator, according to the manufacturer’s specifications, prior to each measurement. 2. Except as otherwise indicated, perform measurements using the A weighting network and the SLOW response of the sound level meter. 3. Measure impulsive or impact noises using the C-Weighting network and the FAST response of the sound level meter. 4. Fit the measurement microphone with an appropriate windscreen at the location of the sensitive receptor at least four to six feet away from the nearest reflective surface. 5. Take noise measurements at noise sensitive locations within 150 feet of the construction site at least once each week and after a change in construction activity or construction location. Adjust recorded noise readings to measure dBA at 50 feet. Measurement Periods: Minimum of 20 minutes. 6. Construction noise measurements shall coincide with daytime and nighttime periods of maximum noise generating construction activity, and be taken during the construction phase or activity that has the greatest potential to create annoyance or to exceed applicable noise regulations and restrictions.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 14 ISSUED FOR BID 06/14/13

7. If, in the estimation of the person performing the measurements, outside noise sources contribute significantly to the measured noise level, repeat the measurements (with the same outside source contributions when construction is inactive to determine the background noise level. 8. Submit noise data to Metro or its designee on a weekly basis using the Noise Measurements Report Form provided in Figure 2. Note the type of measurement (e.g. baseline, on-going construction) on the form. 9. Clearly identify monitoring locations and sketch on the back of the Noise Measure- ments Report Form, Figure 2, along with the locations of and distances from any noise sensitive location. 10. Identify construction equipment operating during the monitoring period and the locations sketched on the back of the Noise Measurements Report Form, along with the locations and distances to any noise sensitive location.

3.4 EQUIPMENT NOISE CERTIFICATION

A. Requirements for Construction Equipment: 1. Ensure that Contractor and Subcontractor equipment, of the categories listed in Table 3 to be used (during nighttime hours at the surface of the construction site) for a total duration greater than five days, shall be tested for compliance with the stated noise emission limits by the Acoustical Engineer during the first day of use on the construction site or at an alternative site acceptable to Metro or its designee. 2. Retest equipment as described above at six month intervals while in use on-site, and certify new equipment before being placed into service at the site. 3. For each piece of equipment tested, submit a noise report to Metro or its designee by completing the Application for Certificate of Equipment Noise Compliance provided in Figure 3. Ensure that the equipment identification number used for the Certificates is consistent with the identification number used in the Noise Control Plan. 4. Do not use equipment of the categories listed in Table 3, as described above on-site without valid certificates of noise compliance submitted as required.

B. Test Procedures for Construction Equipment: 1. Operate engine powered equipment by the Contractor or Contractor's representative at maximum governed rpm under full load conditions during the tests under the supervision of the Acoustical Engineer. 2. Test portable and mounted impact hammers, such as hoe rams and jackhammers to be used for concrete breaking, by the Acoustical Engineer during the first day of actual operation at the construction site under maximum load conditions as rated by the equipment manufacturer. 3. Noise certification measurements: As specified in Paragraph 3.3 F. of this Section. Use an acoustic calibrator of the type recommended by the sound level meter manufacturer prior to measurements. 4. If possible, make measurements at two locations: a. Two feet outside the right side of the equipment casing, at a distance of 50 feet

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 15 ISSUED FOR BID 06/14/13

and height of five feet above ground level, and;

b. Two feet outside the left side of the equipment casing, at a distance of 50 feet and a height of five feet above ground level, with the equipment operating as indicated in items 3.4.B.1, 2, or 3 above for a minimum period of one minute. Reduce measurements made at less than 50 feet, because of space limitations at the test site, by the values given in Table 6 to estimate the 50-foot sound level.

C. Compliance: 1. Submit a noise report to Metro or its designee for each item of equipment used on the surface of the construction site during nighttime hours of the categories listed in Table 3. Submit the report on the form shown in Figure 3 with certification by the Acoustical Engineer that equipment noise emissions do not exceed those prescribed in Table 3. 2. If the noise levels obtained during the tests exceed those specified in Table 3, remove such equipment from nighttime use until such equipment is modified and retested, or substitute other equipment to meet the noise level requirements. 3. Upon compliance Metro or its designee will mark the noise report indicating Metro or its designee's concurrence, including the certification date and equipment identification number, for verification by Resident Engineer. Keep the noise reports readily available on file in the construction field office for inspection by Metro or its designee upon request. 4. The Certificate of Noise Compliance will remain valid for a period of six months only. Delays caused by the certification refusal or by time lost in improving the rejected equipment or finding alternate acceptable equipment will not be a basis for monetary or time delay claims, or for avoidance of liquidated damages or withholding of payment. 5. Equipment shall be subject to spot noise level testing by Metro or its designee's discretion to determine that the equipment in use meets the requirements specified in Table 3. If such tests are requested by Metro or its designee, locate and operate the equipment as directed by Metro or its designee at the designated site so as to facilitate the measurements. a. Provide Metro or its designee with a copy of the results of the measurements. If such tests demonstrate that any equipment does not comply with this part, Metro or its designee will revoke the certificate of Noise Compliance and the Contractor will take the equipment out of use according to requirements of this Section until compliance is achieved. A new Certificate of Noise Compliance will be issued upon proof of compliance.

3.5 VIBRATION LEVEL LIMITS

A. Measures applied to limit noise levels may in some cases limit vibration levels also. Measures specified above for noise levels are applicable.

B. All Areas: Conduct Construction activities so that vibration levels at a distance of 50 feet from construction limits or at nearest affected building (whichever is closer) do not exceed root-mean-square (rms) unweighted vibration velocity levels in vertical direction

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 16 ISSUED FOR BID 06/14/13

over a frequency range of 1 to 100 Hz as listed in Table 6.

C. Historic and Cultural Resources Structures – The Contractor will be responsible for the protection of vibration sensitive historic buildings or cultural resource structures that are within 200 feet of any construction activity. These structures have been identified in the Final EIS/EIR. Vibration from construction activities shall not exceed the Category IV levels as indicated in Table 7 for any length of time. The Contractor shall perform periodic vibration monitoring at the closest structure to any construction activities using approved seismographs. If at any time the construction activity results in vibration levels that exceed those specified herein, that activity shall be halted immediately and work on that activity shall be suspended until such time as an alternative construction method can be used that will result in lower vibration levels.

D. The groundborne vibration levels within building structures due to any construction activities shall be no greater than the maximum root-mean-square (rms) unweighted vibration levels shown in Table 8. The Contractor shall perform periodic vibration monitoring at the closest occupied building structure to any construction activities using approved seismographs. If at any time the construction activity results in vibration levels that exceed those specified herein, that activity shall be halted immediately and work on that activity shall be suspended until such time as an alternative construction method can be used that will result in lower vibration levels.

E. Vibration levels at buildings affected by construction operations refer to vertical direction vibration on ground surface or building floor, or 50 feet from Construction Limits, whichever is closer.

F. Conduct daily measurements of vibration during peak vibration generating construction activities.

G. In order to reduce the predicted vibration levels during operations under FTA criteria, the identified minimum mitigation measures must be installed along the alignment during construction as described in Table 11 adjacent to the vibration sensitive locations.

3.6 VIBRATION CONTROL AND MONITORING PLAN

A. Requirements

1. Same as noted above for the Noise Control Plan (3.2.A) and Noise Monitoring Plan (3.3.A), applied to vibration, where applicable.

2. Vibration Calculations – In the absence of relevant vibration measurement data that can be applied to this Project, prepare calculations of maximum groundborne noise and vibration at representative buildings along the Project. Preliminary source vibration levels are indicated in Table 9. These source levels are preliminary in nature and it is up to the Contractor to verify and update information during construction (and, where possible, before construction). Provide the results on a form similar to Part B of the Noise Control Plan Form, with the calculations included below the results, and with the locations for the calculations indicated on the site sketch. The vibration calculation procedure shall be as follows:

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 17 ISSUED FOR BID 06/14/13

a. Damage Assessment – Calculate the vibration according to the method outlined below:

1.5 PPVequipment = PPVref x (25/D)

where:

PPVequipment is the peak particle velocity in units of in/sec of the equipment adjusted for distance.

PPVreference is the reference vibration level in units of in/sec at 25 ft (see Table 9).

D is the distance from the equipment to the receiver, in ft.

b. Annoyance Assessment – Calculate the vibration according to the method outlined below:

Lv(D) = Lv(25 ft) – 30 log10 (D/25) + correction

where:

Lv(D) is the rms vibration velocity in logarithmic units of VdB re 10-6 in/sec of the equipment, adjusted for distance.

Lv(25 ft) is the reference vibration level in logarithmic units of VdB re 10-6 in/sec at 25 ft (see Table 9).

D is the distance from the equipment to the receiver, in ft.

Correction is as noted in Table 10.

B. Vibration Abatement Measures – if the results of the vibration calculations or representative field data indicate that the vibration level limits listed in this Section will be exceeded, identify proposed vibration abatement measures, their anticipated vibration effects, and schedule for their implementation. Provide calculations demonstrating the effectiveness of the proposed abatement measures, and, if applicable, provide applicable drawings and sketches to indicate where such abatement measures will be placed.

C. Vibration Reduction Methods – See paragraph 3.2.C for methods which can reduce noise and vibration.

D. Vibration Measurement Locations

1. Measure vibration and groundborne noise at sensitive locations in the vicinity of the construction sites. These locations may change during the Contract and shall be updated as required by Metro.

2. Prepare and submit a scaled plan indicating monitoring locations.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 18 ISSUED FOR BID 06/14/13

E. Measurement Equipment

1. Use an Instantel Blastmate III, Minimate Plus, Minimate Series IV pro or approved equal to monitor vibration. See 3.3.E for groundborne noise equipment requirements.

2. Calibrate vibration equipment at a certified laboratory at least once a year. Provide calibration documentation to Metro prior to placing equipment in service.

F. Measurement Procedure – See 3.2.F for general guidelines applicable to spot check for vibration and groundborne noise.

3.7 CONSTRUCTION SITE NOISE CONTROL

A. Perimeter Noise Barrier Fence: 1. Maintain existing perimeter noise barrier fences along streets as indicated. The noise barrier fences may not provide sufficient noise reduction to meet the daytime or nighttime noise limits specified in this Section. It is the Contractor's responsibility to meet these limits by other methods such as installing additional fixed barrier fences or movable barriers, raising the height of the noise barrier fences, and providing additional noise control measures specified in this Section. 2. Construct gates and/or doors in the fence either hinged or rolling of the same or equally effective material as the noise barrier fence. Construct gates and doors in the fence to ensure that the edges overlap the fence to eliminate gaps. During nighttime hours maintain gates and doors in a closed position except for brief periods of time to allow access to the Construction Site. 3. Install noise barrier fences, gates, and doors in the fence within 30 days after the NTP.

B. Noise Barrier Fences:

1. Attached lagging to support posts designed to withstand 80 mph wind loads plus a 30 percent gust factor.

2. Provide flush mating surfaces of wall sides when walls are joined together or at corners. Close gaps between wall sections and between bottom edge of walls and grade with material that will completely close the gaps and be dense enough to attenuate noise.

3. Minimum height of noise barrier fence – as indicated.

4. Be responsible for the design, detailing, and adequacy of the framework and supports, posts, attachment methods and other appurtenances required for the proper erection of the noise control walls.

5. Prepare the design details for the noise control wall footing, steel posts, supports and framework and have them stamped using a Professional Engineer licensed in the State of California. Submit the design and detailed engineering to Metro.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 19 ISSUED FOR BID 06/14/13

C. During nighttime construction activities shield noise generating equipment to the extent that the line-of-sight is broken between the equipment's engine exhaust stack and/or engine casing and any residential building or structure where sleep activity occurs within 500 feet of that activity.

D. In no case expose public to construction noise levels exceeding 90 dBA (slow), or to impulsive noise levels with a peak sound pressure level exceeding 115 dBC maximum transient level as measured on general purpose sound level meter on C-weighting and fast meter response.

3.8 CONSTRUCTION METHODS – EQUIPMENT

A. Minimize the use of impact devices, such as jackhammers, pavement breakers, and hoe rams. Where possible, use concrete crushers or pavement saws rather than hoe rams for tasks such as concrete deck removal and retaining wall demolition.

B. Pneumatic impact tools and equipment used at the construction site shall have intake and exhaust mufflers recommended by the manufacturers thereof, to meet relevant noise ordinance limitations and Metro project criteria shown in this Section.

C. Equip noise producing equipment i.e. jackhammers and pavement breakers with acoustically attenuating shields or shrouds recommended by the manufacturers thereof, to meet relevant noise ordinance limitations.

D. Line or cover hoppers, conveyor transfer points, storage bins, and chutes with sound- deadening material.

E. Provide mufflers or shield paneling for other equipment, including internal combustion engines, recommended by manufacturers thereof.

F. Blasting and Impact Pile Driving is specifically prohibited from use.

G. As required to meet the noise limits specified in this Section, use alternative procedures of construction, and select proper combination of techniques that generate least overall noise and vibration. Such alternative procedures include the following: 1. Use electric welders powered from utility main lines instead of riveting or electric generators/welders. 2. Mix concrete off-site instead of on-site. 3. Employ prefabricated structures instead of assembling on-site. 4. Solar powered arrow boards. 5. VMS message signs.

H. Use construction equipment manufactured or modified to dampen noise and vibration emissions, such as: 1. Use electric instead of diesel powered equipment. 2. Use hydraulic tools instead of pneumatic impact tools.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 20 ISSUED FOR BID 06/14/13

3. Use electric instead of air or gasoline driven saws.

4. Whisper Jet diesel powered generators.

3.9 CONSTRUCTION METHODS – OPERATIONS

A. Operate equipment so as to minimize banging, clattering, buzzing, and other annoying types of noises, especially near residential areas during the nighttime hours.

B. To the extent feasible, configure the construction site in a manner that keeps noisier equipment and activities as far as possible from noise sensitive locations and nearby buildings.

C. Install equipment with back-up alarms operated by Contractor, vendors, suppliers, and subcontractors on the construction site, with either audible self-adjusting back-up alarms or manual adjustable alarms. The self-adjusting alarms shall automatically adjust to a minimum of five dBA and a maximum of 10 dBA over the surrounding background noise levels and have an operating range between 77-97 dBA. Set the manual adjustable alarms at the low setting, 87 dBA. Installation and use of alarms shall comply with CCR Title 8, Section 1592, Warning Methods.

D. In no case shall the above restrictions limit the Contractor's responsibility for compliance with applicable Federal, state and local safety ordinances and regulations and other Sections of these construction specifications.

E. Maximize physical separation, as far as practicable, between noise generators and noise receptors. Separation includes following measures: 1. Provide enclosures for stationary items of equipment and barriers around particularly noisy areas on site. 2. Locate stationary equipment to minimize noise and vibration impact on community, subject to acceptance of Metro or its designee.

F. Minimize noise-intrusive impacts during most noise sensitive hours. 1. Plan noisier operations during times of highest ambient noise levels. 2. Keep noise levels relatively uniform; avoid excessive and impulse noises. 3. Turn off idling equipment. 4. Phase in start-up and shut-down of site equipment.

G. Select truck routes for muck disposal so that noise from heavy-duty trucks will have minimal impact on sensitive land uses (e.g., residential). 1. Conduct truck loading, unloading and hauling operations so noise and vibration are kept to a minimum. 2. Route construction equipment and vehicles carrying soil, concrete or other materials over streets and routes that will cause least disturbance to residents in vicinity of Work. 3. Submit haul routes and staging areas to the City of Los Angeles, Bureau of

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 21 ISSUED FOR BID 06/14/13

Engineering and LADOT, 30 days before required date.

H. Minimize vibrations from operations and equipment where necessary. 1. Maintain smooth surfaces for construction equipment and vehicles to travel on (e.g., truck routes) to minimize vibration. 2. Maintain equipment to minimize unnecessary vibration.

3.10 CONSTRUCTION METHODS – MOVEABLE NOISE BARRIERS

A. Install moveable noise barriers in accordance with requirements of this Section for Moveable Noise Barriers, as required to comply with the Noise Control Plan and to meet the noise limits specified in this Section, to shield the public from construction noise during the course of the Contract.

B. Provide readily removable noise barriers so that they may be repositioned, as necessary, to provide noise abatement for non-stationary and stationary processes.

C. Installation, Maintenance, and Removal: 1. Install the barriers such that the sound-absorptive surfaces face the noise source. 2. Maintain the moveable noise barriers and repair damage that occurs, including, but not limited to, keeping barriers clean and free from graffiti, and maintaining structural integrity. Promptly repair or replace gaps, holes, and weaknesses in the barriers, and openings between, or under the units with new material.

D. The use of moveable noise barriers is a minimum noise control requirement that may not provide sufficient noise reduction to meet the daytime or nighttime noise limits specified in this Section. It is the Contractor’s responsibility to meet these limits by other methods such as installing additional moveable noise barriers, installing noise barrier fences, and providing additional noise control measures specified in this Section as indicated.

3.11 CONSTRUCTION METHODS – NOISE CONTROL CURTAIN

A. Install noise control curtains in accordance with requirements of this Section for Noise Control Curtains, as required to meet the noise limits specified in this Section, to shield public from construction noise during the course of the Contract.

B. The noise control curtains shall be readily moveable so that they may be repositioned, as necessary, to provide noise abatement for non-stationary and stationary processes.

C. Installation, Maintenance and Removal: 1. The noise control curtains shall be installed without any gaps such that the sound- absorptive side faces the construction activity to be shielded. 2. Maintain the noise control curtains and promptly repair any damage that may occur. Gaps, holes or weaknesses in the curtain, or openings between the curtain and the ground shall be promptly repaired by the Contractor.

PART 4 - MEASUREMENT AND PAYMENT

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 22 ISSUED FOR BID 06/14/13

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 23 ISSUED FOR BID 06/14/13

3. TABLE 1 – ALLOWABLE CONSTRUCTION SITE NOISE LEVELS

8-hour Leq (dBA) 24-hour Level (dBA) Land Use Daytime(1) Nighttime(2) – 30-day Average Residential 80 Ambient + 5 dB 75 (3) Commercial 85 Ambient + 5 dB 80 (4) Industrial 90 Ambient + 5 dB 85 (4) Notes: (1) Daytime hours based on LA Municipal Code: M-F 7 AM to 9 PM; Sat and Sun 8 AM to 6PM (2) Preliminary – the actual nighttime noise level will be determined by Metro based on the preconstruction ambient noise measurements. See 3.1.B (3) In urban areas with high ambient noise levels (e.g., Ldn > 65), the Ldn from construction operations should not exceed existing ambient +10 dB. (4). Limit represents 24-hour L­eq­, not Ldn

TABLE 2 – ALLOWABLE SOUND LEVELS OF SHORT TERM* CONSTRUCTION EQUIPMENT Allowable Groundborne Noise (dBA) Land Use Frequent Events (1) Occasional Events (2) Infrequent Events(3) Residences, hotels and buildings where people 35 38 43 normally sleep “Quiet office” settings or institutional land 40 43 48 uses with primarily daytime use

Walt Disney Concert 25 25 25 Hall – Main Auditorium Walt Disney Concert 30 38 38 Hall – Choral Hall

REDCAT Main Theater 35 43 43

Colburn School 25 25 25 Recording Facilities Colburn School 30 38 38 Auditorium Colburn School Other 35 43 43 Performance Facilities Notes: (1) Frequent events is defined as more than 70 vibration/groundborne noise events of the same source per day. (2: Occasional Events is defined as between 30 and 70 vibration/groundborne noise events of the same source per day. (3) Infrequent events is defined as fewer than 30 vibration/groundborne noise events of the same kind per day

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 24 ISSUED FOR BID 06/14/13

TABLE 3 – NOISE EMISSION LIMITS FOR CONSTRUCTION EQUIPMENT USED DURING NIGHTTIME HOURS; MEASURED AT 50 FEET FROM CONSTRUCTION EQUIPMENT(1)

Equipment Category Lmax Level (dBA) All other equipment > 5HP 81 Auger Drill Rig 81 Backhoe 75 Bar Bender 75 Boring Jack Power Unit 80 Chain Saw 81 Compactor 75 Compressor (2) 65 Compressor (other) 75 Concrete Mixer 71 Concrete Pump 77 Concrete Saw 81 Crane 81 Dozer 81 Dump Truck 81 Excavator 81 Flat Bed Truck 81 Front End Loader 75 Generator 77 Gradall 81 Grader 81 Horizontal Boring Hydraulic Jack 80 Jackhammer 81 Paver 81 Pickup Truck 55 Pneumatic Tools 81 Pumps 77 Rock Drill 81 Scraper 81 Soil Mix Drill Rig 80 Tractor 79 Vacuum Excavator (vac Truck) 81 Vacuum Street Sweeper 80 Welder 73 Notes: (1) Noise emission limits apply to equipment used at surface on the construction site during nighttime hours of 9 pm to 7 am. (2) Portable Air Compressor that is rated at 75 cfm or greater and that operates at greater than 50 psi

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 25 ISSUED FOR BID 06/14/13

TABLE 4 – NOISE SENSITIVE LOCATIONS – TBD

Number Location 1 Walt Disney Concert Hall, 111 S Grand Ave., Los Angeles 90012 2 REDCAT, 631 W 2nd Street, Los Angeles 90012 3 Colburn School of Music, 200 S Grand Ave., Los Angeles 90012 4 Eli Broad Museum, Grand Avenue, Los Angeles 90012 5 Hikari Lofts Building, 375 E 2nd St., Los Angeles 90012 6 Offices in Japanese Village Plaza 7 Nakamura Tetsujiro Building, 321 E 2nd Street, Los Angeles 90012

TABLE 5 – PRELIMINARY NOISE PROJECTIONS – TBD (Refer to drawing prepared according to requirements of this Section.)

Typical Expected Leq Levels at 50 ft from Activity Construction Equipment, with No Noise Control Measures (dBA) Site Preparation/Hauling/Demolition 84 Excavation/Shoring 94 Concrete 83

TABLE 6 – ADJUSTMENTS FOR CLOSE-IN EQUIPMENT NOISE MEASUREMENTS

Measurement Values to be Subtracted from Measured Sound Level to Estimate Distance (Feet) Sound Level at 50 Feet (dBA) 19-21 8 22-23 7 24-26 6 27-29 5 30-33 4 34-37 3 38-42 2 43-47 1 48-50 0

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 26 ISSUED FOR BID 06/14/13

TABLE 7 – CONSTRUCTION VIBRATION LIMITS

VIBRATION TYPE AND PERMISSIBLE AGGREGATE DURATION: LIMIT: Sustained (>1 hr/day) 0.01 in/sec (80 VdB re 10 -6 in/sec) Transient (<1 hr/day) 0.03 in/sec (90 VdB re 10 -6 in/sec) Transient (<10 min/day) 0.10 in/sec (100 VdB re 10 -6 in/sec)

Allowable Peak Allowable Peak Vibration (peak Building Category Vibration (VdB particle velocity re 10-6 in/sec) (PPV) in/sec) I. Reinforced-concrete, steel or 0.50 114 timber (no plaster) II. Engineered concrete and 0.30 110 masonry (no plaster) III. Non-engineered timber and 0.20 106 masonry buildings IV. Buildings extremely susceptible 0.12 101 to vibration damage

TABLE 8 – MAXIMUM ALLOWABLE INTERIOR GROUNDBORNE VIBRATION FROM CONSTRUCTION ACTIVITIES (RMS)

Allowable Groundborne Vibration (VdB re 10-6 in/sec) Land Use Frequent Events (1) Occasional Events (2) Infrequent Events (3)

Residences, hotels and buildings where 72 75 80 people normally sleep

“Quiet office” settings or institutional land 75 78 83 uses with primarily daytime use

Walt Disney Concert Hall – Main 65 65 65 Auditorium

Walt Disney Concert 72 80 80 Hall – Choral Hall

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 27 ISSUED FOR BID 06/14/13

REDCAT Main 72 80 80 Theater Colburn School 65 65 65 Recording Facilities Colburn School 72 80 80 Auditorium Colburn School Other Performance 72 80 80 Facilities Notes: (1) Frequent events is defined as more than 70 vibration events of the same source per day. (2) Occasional Events is defined as between 30 and 70 vibration events of the same source per day. (3) Infrequent events is defined as fewer than 30 vibration events of the same kind per day.

TABLE 9 – VIBRATION SOURCE LEVELS FOR CONSTRUCTION EQUIPMENT(1)

Peak Vibration at 25 Approximate RMS Equipment ft (peak particle Vibration at 25 ft velocity (PPV) in/sec) (VdB re 10-6 in/sec) Pile Driver (impact) 0.644 – 1.518 104 - 112 Pile Driver (sonic/vibratory) 0.170 – 0.734 93 - 105 Clam Shovel Drop (slurry wall) 0.202 94 Soil 0.008 66 Hydromill (slurry wall) Rock 0.017 75 Vibratory Roller Compactor 0.210 94 Hoe Ram 0.089 87 Large Bulldozer 0.089 87 Caisson Drilling 0.089 87 Loaded trucks 0.076 86 Jackhammer 0.035 79 Small Bulldozer 0.003 58

Notes: (1) This source data is preliminary in nature and it is up to the Contractor to verify and update information during construction (and, where possible, before construction).

TABLE 10 – CORRECTION FACTORS FOR VIBRATION CALCULATIONS

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 28 ISSUED FOR BID 06/14/13

Vibration Correction Factors (dB)

Vibration (VdB) to groundborne noise (dBA) -20dBA WDCH Main Auditorium: -20 dB WDCH Choral Hall: -10 dB WDCH Offices: -7 dB Building coupling and path to sensitive space REDCAT: -20 dB COLBURN: -10 dB 4-stories or greater: -7 dB

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 29 ISSUED FOR BID 06/14/13

FIGURE 1

QUARTERLY NOISE CONTROL PLAN FORM - PART B

QUARTERLY NOISE CONTROL PLAN (DUPLICATE AS NEEDED)

Contract No.: Contract Name:

Contractor: Site:

Date: Land Use:

Resubmit every 3 months.

PART B: RESIDENTIAL, COMMERCIAL AND INDUSTRIAL PROPERTY NOISE LEVELS

Calculated Noise Levels (dBA)* Calculated one hourLeq Calculated Lmax (dBA) (dBA)

Nighttime

NOISE ABATEMENT MEASURES ANTICIPATED EFFECTS

CALCULATIONS: Attach additional sheet(s) as needed.

Contract No(s): ______

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 30 ISSUED FOR BID 06/14/13

FIGURE 2. NOISE MEASUREMENTS REPORT FORM

Date: ______

Time:______

NOISE MEASUREMENTS REPORT FORM

Measured By: ______Of: ______(Company)

Monitoring Address: ______(Provide Sketch on Back)

Location No: ______Wind Speed: ______Km/Hr Direction: ______(MPH x 1.6) Location of Sound Level Meter: (No closer than 15 meters from equipment and 3 meters from building)

Monitoring was Conducted: ______Meters from Equipment ( ______) (Type(s): Leave Blank for Baseline) Land Use: Residential/Institutional Business/Recreational Industrial

Sound Level Meter: Make and Model: ______ A - Weighted Sound Level (Slow) C - Weighted Sound Level (Fast) Duration of Measurement:______(20 minutes to 1 hour)

Calibration Field Notes (example: 2200-2205 H, Airplane 90 dB)

one-hour Leq

L50

L10

L1.0

MAXL

Allowable Noise Limit

Check one of the following:

Ongoing Construction Post-Construction: ______ Baseline Conditions (Contract) (Complete all that apply below)

Active Contract(s): ______(List all contracts that contribute to measured noise)

Complaint Response: ______(Describe: Include Log-In Number)

Abatement Follow-up: ______(Describe)

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 31 ISSUED FOR BID 06/14/13

FIGURE 3

EQUIPMENT SOUND LEVEL DATA REPORTING FORM

APPLICATION FOR CERTIFICATE OF EQUIPMENT NOISE COMPLIANCE

Contractor Name: Contract Name & Number:

Equipment Type: Manufacturer & Model Number: Identification Number: Rated Power & Capacity: Operating Condition During Test:

Measured Sound Levels at 20 to 50 feet:

Measured Values and Distance: Right Side: dBA (SLOW), at feet Left Side: dBA (SLOW), at feet

Estimated Values at 50-Foot Distance: Right Side: dBA (SLOW). Left Side: dBA (SLOW).

Maximum Values Allowed for this Equipment: dBA (SLOW) at 50 feet.

If equipment sound level exceeds maximum value allowed, indicate action taken to achieve compliance:

Name, Address & Phone No. of Acoustical Engineer

Authorized Signature: Date: CONTRACTOR'S APPROVAL: Authorized Signature: Date: ENGINEER'S CONCURRENCE: Authorized Signature: Date:

Contract No. C0981R Construction Noise and Vibration Control Regional Connector Advanced Utility Relocations 01564 - 32 ISSUED FOR BID 06/14/13

FIGURE 4 QUARTERLY NOISE CONTROL PLAN FORM - PART A

QUARTERLY NOISE CONTROL PLAN - NIGHTTIME CONSTRUCTION ACTIVITIES AT THE SURFACE OF THE CONSTRUCTION SITE (DUPLICATE AS NEEDED)

Contract No.: Contract Name: Contractor:

Site: Date: Resubmit every three months

(ATTACH SITE SKETCH)

PART A: EQUIPMENT INVENTORY

Code Equipment Noise Estimated Date Date letter Limit Noise at Begin End (a) (f)* 50'* (g) (h) (i) Category Model ID# HP (b) (c) (d) (e)

END OF SECTION 01564

Construction Noise and Vibration Control 01564 - 33 Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01566

POLLUTION CONTROLS

PART 1 - GENERAL

1.1 DESCRIPTION

A. The Work specified in this Section consists of eliminating or minimizing air and water pollution generated by construction activities and of complying with all legal requirements applicable to any construction generated hazardous wastes including preparation and implementation of a Contractor generated waste management plan. B. Metro or its designee will monitor Contractor's performance of tasks specified, and will inspect necessary records, reports and procedures. C. Delegate environmental control, pollution monitoring and record keeping requirements to Contractor's Safety Engineer. D. Designate staff member as Pollution Control Representative.

1.2 QUALITY CONTROL - Comply with the following:

A. California Air Resources Board (CARB).

B. California Code of Regulations (CCR).

C. California Health and Safety Code (CHSC).

D. California State Water Resource Control Board (WRCB).

E. City of Los Angeles Building code, Chapter XI, Los Angeles Noise Ordinance. Code of Federal Regulations (CFR).

F. Environmental Protection Agency (EPA), State and local authorities.

G. Federal Occupational Safety and Health Act (OSHA) and California Occupational Safety and Health Act (CAL/OSHA).

H. National Pollutant Discharge Elimination system (NPDES).

I. South Coast Air Quality Management District (SCAQMD).

J. County of Los Angeles pollution control ordinances and requirements.

K. Storm Water Pollution Presentation Plan (SWPPP), see Appendix “A”.

1.3 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. Certificate that materials provided comply to:

1. Standard Specification for Public Works Construction

Pollution Controls Contract No. C0981R 01566-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

2. Supplements

3. Latest edition of the City of Los Angeles, Bureau of Engineering Brown Book.

B. Contractor-Generated Waste Management Plan - Required within 30 days after effective date of Notice to Proceed (NTP) with required documents.

C. Contractor-Generated Hazardous Waste Management Plan - Required within 30 days after effective date of Notice to Proceed (NTP) with required documents.

D. All the submittal requirements per the Stormwater Pollution Prevention Plan (SWPPP) and under the Clean Water Act and related federal and state laws and regulations: required within 30 days of effective date of NTP.

E. Wastewater Management Plan - Required within 30 days of effective date of NTP. Submit monthly reports of daily monitoring wastewater discharges as required.

PART 2 - PRODUCTS

2.1 Provide products required for Work in accordance with Standard Specifications for Public Works Construction (SSPWC) and supplements adopted by Board of Public Works of City of Los Angeles, as modified by corresponding latest edition of the City of Los Angeles, Bureau of Engineering Brown Book, and as indicated.

2.2 Provide products in compliance with the SWPPP. All cost for compliance with the SWPPP shall be paid for by the Contractor.

PART 3 - EXECUTION

3.1 AIR POLLUTION CONTROLS

A. Criteria for Fugitive Dust - Detailed descriptions and explanations of specific impact mitigation measures are contained in South Coast Air Quality Management District (SCAQMD) Rules and Regulations (Rule 403, Limitation on Fugitive Dust Emissions). Key features of mitigation options described are as follows:

1. Do not cause or allow emissions of fugitive dust from any transport, handling, construction or storage activity to remain visible in atmosphere beyond property line of the emission source.

2. Take precautions to minimize fugitive dust emissions from operations involving demolition, excavation, grading, clearing of land and disposal of solid waste. Utilizes at least one Reasonably Available Control Measure (RACM) for each potential source of fugitive dust.

3. Do not cause or allow particulate matter to exceed 50 mg/m3 when determined as difference between upwind and downwind samples collected on high volume particulate matter samplers or other EPA approved equivalent method for PM-10 monitoring at the property line for a five hour period during the time of active operations.

Pollution Controls Contract No. C0981R 01566-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 4. Take precautions to prevent visible particulate matter from being deposited upon public roadways as a direct result of their operations. Precautions include removal of particulate matter from equipment before movement to paved streets or prompt removal of material from paved streets onto which such material has been deposited.

B. As A Minimum - Use the following procedures and techniques:

1. Cover loads of materials, debris and soil transported from construction sites. Trim or remove loose material from loads before leaving Project.

2. Daily or more frequently, if necessary, water down and sweep adjacent streets and sidewalks that have heavy volumes of construction vehicles carrying debris and excavated materials.

3. Establish regular cycles and locations for cleaning trucks that haul soil from site.

4. Water down construction sites as required to suppress dust, during handling of excavation soil or debris or during demolition. Water or a stabilizing agent shall be applied to exposed surfaces in sufficient quantity to prevent generation of dust plumes.

5. If conveyors are used, cover all transfer points along conveyor system moving soil. Minimize drop height to the stockpile. Provide a sprinkler system that will apply water to soil before it drops to stockpile.

6. Any adapted measures developed by SCAQMD on Best Available Control Measures (BACM) for Fugitive Dust and Rule 403 shall be incorporated into the site operations for Fugitive Dust Control. South Coast Air Quality Management District Rule 403 Section d.5, to remove bulk materials from tires and vehicle undercarriages before vehicle exits the project site shall be strictly followed. 7. Track-out shall not extend 25-feet or more from an active operation and track-out shall be removed at the conclusion of each work day. 8. All haul trucks hauling soil, sand, and other loose materials shall maintain at least six inches of freeboard in accordance with California Vehicle Code Section 23114. 9. All haul trucks hauling soil, sand, and other loose materials shall be covered (e.g., with tarps, or other enclosures that reduce fugitive dust emissions.) 10. Traffic speeds on unpaved surfaces shall be limited to 15 mph. 11. Operations on unpaved surfaces shall be suspended when winds exceed 25 mph. 12. Heavy equipment operations shall be suspended during first and second stage smog alerts. 13. On-site stockpiles of debris or rusty materials shall be covered at all times when not being used. On-site stockpiles of dirt shall be watered at least two times per day or covered at all times when not being used. 14. Contractors shall maintain equipment and vehicle engines in good condition and in proper tune per manufacturer’s specifications. 15. Contractors shall utilize electricity from power poles, rather than temporary diesel or gasoline generators, as feasible.

Pollution Controls Contract No. C0981R 01566-3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 16. Heavy-duty trucks shall be prohibited from idling in excess of five minutes, both on-site and off-site.

17. Construction parking shall be configured to minimize traffic interference. 18. Construction activity that affects traffic flow on the arterial systems shall be limited to off-peak hours, as feasible. 19. Construction staging and vehicle parking, including workers’ vehicles shall be prohibited on all public roads. 20. Portable generators shall be low-emitting and use ultra low sulfur diesel (<15 parts per million) or gasoline. 21. Construction equipment shall use a combination of low sulfur diesel (<15 parts per million) and exhaust emissions controls. 22. Contractor shall use equipment having the minimum practical engine size (i.e., lowest appropriate horsepower rating for the intended job.) 23. Contractors shall not tamper with construction equipment to increase horsepower or defeat emission control devices. 24. Contractors shall be required to utilize at least one of the measures set forth in SCAQMD Rule 403 Section (d)(5) to remove bulk material from tires and vehicle undercarriages before vehicles exit the project site. C. Burning of wastes is prohibited. Remove scrap and waste material and dispose of in accordance with laws, codes, regulations, ordinances and permits.

D. Use construction equipment designed and equipped to prevent or control air pollution in conformance with Metro’s Green Construction Policy attached as part of this section, in addition to the most restrictive regulations of EPA, State and local authorities. Maintain evidence of such design and equipment and make available for inspection by Metro.

E. Establish and maintain records of routine maintenance program for internal combustion engine powered vehicles and equipment used on Project. Keep records available for inspection by Metro.

F. During excavation, gases may be released from soil and from underground reservoirs. Gases may contain methane, other more complex hydrocarbons or hydrogen sulfide and may present hazards due to flammability or toxicity. Safety during construction is covered by regulations of OSHA and CAL/OSHA. Although composition, quantity and concentration of gases that might be released are unknown, release of gases into atmosphere may be subject to control by SCAQMD and California Air Resources Board (ARB). Metro will coordinate issue with SCAQMD and CARB and will inform Contractor of further required actions.

G. Implement Fugitive Dust Measures listed in tables 1 and 2 of SCAQMD Rule 403 and perform record keeping in accordance with Sections (e)(1)(A)(iv) and (e)(1)(A)(v) of said rule. Make records available to Metro or its designee for inspection.

Pollution Controls Contract No. C0981R 01566-4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 3.2 WATER POLLUTION CONTROLS

A. Treat wastewater (except for ground water from dewatering), including storm runoff that is pumped from excavations and other water encountered during operations; remove suspended particles, pollutants and hydrocarbons through settling basins or hydrocarbon separators. Criteria for pollutants in water are set by State and local water agencies.

Specific criteria for storm drain discharge limitations are listed in 1993-1998 National Pollutant Discharge Elimination Systems (NPDES) permit 1. Submit fully detailed waste-water management plan for Project storm drain discharges for acceptance by Metro or its designee at least within 30 days of NTP. 2. Contractor shall comply with the Storm Water Pollution Prevention Plan prepared for this project as required by the General Construction Activity Storm Water Permit adopted by the California State Water Resources Control Board. 3. Contractor shall comply with the National Pollutant Discharge Elimination System (NPDES) general permit for storm water discharges associated with Construction and Disturbance Activities Order No. 2010-0014-DWQ NPDES No. AS000002. Contractor shall be responsible for ensuring full compliance with the Construction General Permit and implementation of all elements of the SWPPP including employing a full-time qualified SWPPP practitioner (QSP) and conducting non- storm water and storm water visual observations, sampling and analysis, and document submittals to State Water Board. The cost for employing a QSP and implementation of all elements of SWPPP shall be the responsibility of the Contractor. B. Monitor wastewater discharge to ensure it meets standards set by appropriate laws, codes, regulations, ordinances and permits. Retain records of measurements for inspection by Metro or its designee. Perform daily monitoring of wastewater discharges according to NPDES permit guidelines. Submit certified monthly reports not later than seven days after the end of the month. Provide Metro with a readily accessible sampling station down stream of treatment facilities and before discharge point. Dispose of wastewater in closed conduits so as not to damage public or private property; create a nuisance or health hazard.

C. Do not discharge pollutants such as chemicals, fuels, lubricants, bitumens, raw sewage and other harmful wastes into or alongside rivers, streams and impoundments, nor into channels leading thereto.

D. Control use of lubricating oils, hydraulic fluids, greases and other such products. Promptly clean up and properly dispose of materials contaminated by spillage or leakage of products. Comply with storage and containment requirements of these materials in accordance with California Stormwater Permit Regulations. E. During construction of the project, on-site Integrated Management Strategies to capture runoff and remove pollutions shall be implemented to the extent feasible and cost effective Green Infrastructure strategies include, but are not limited to a variety of physical, chemical, and biological processes that focus on conveying runoff to bioretention areas, swales, or vegetated open space.

Pollution Controls Contract No. C0981R 01566-5 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 3.3 SOLID AND HAZARDOUS WASTE CONTROLS - This Section applies to Contractor- Generated Hazardous Waste.

A. Contractor-generated Hazardous Waste Management Plan shall be submitted with 30 days of Notice to Proceed. Contractor-Generated Hazardous Waste Management Plan - Prepare and implement a Contractor-Generated Waste Management Plan to properly govern Contractor-Generated Hazardous Wastes in accordance with Title 22, Division 4.5, CCR, and all other applicable laws and regulations. Metro or its designee will have the right to review, modify and approve the Contractor-Generated Waste Management Plan, and to provide quality assurance/quality control monitoring on Contractor's implementation of said Plan. B. Waste Generation - Be responsible for, and indemnify, defend and hold Metro harmless against any costs (including attorney's fees and costs), demands, claims, damages, losses, delay costs ("Claims") arising from or associated with the management, abatement, removal, remediation, clean up, transport, reuse, recycling, storage and disposal of any Contractor-Generated Hazardous Waste; or any noncompliance with the Contractor-Generated Waste Management Plan. C. Waste Classification - In the event that Contractor or Metro reasonably suspects that Contractor has generated, released or discharged Contractor-Generated Hazardous Waste, Contractor to bear all costs of sampling and monitoring tests and other investigations to determine whether said waste is Solid Waste or Hazardous Waste in Accordance with all federal, state and local requirements, including without limitation, RCRA and Title 22, CCR Chapter 30, Article II (as amended, modified or replaced from time to time). Metro, reserves the right (but not the obligation) to perform its own physical and chemical analyses and tests on suspected Contractor- Generated Hazardous Waste. Contractor shall furnish samples, at Contractor's cost, as directed by Metro. D. Disposal Regulations - Be responsible for the management, abatement, removal, remediation, clean up, transport, reuse, recycling, storage and disposal of Contractor-Generated Hazardous Waste in accordance with laws, rules, regulations and orders, including without limitation, Title 22, Chapter 30 et seq California Code of Regulations, California Health and Safety Code Section 25100 et. seg, Titles 23 and 26, California Code of Regulations, and regulations of the waste disposal facility to be used. E. Haul Routes - Haul routes for transporting solid or hazardous wastes are subject to the approval of the City of Los Angeles, County of Los Angeles, and the City of Inglewood, and other municipalities being affected by the construction Haul Routes. Contractor shall apply for Haul Route Permits and post copies of the permits at the worksite. Haul Routes shall be coordinated with the local jurisdictions the City of Los Angeles and the County of Los Angeles.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Pollution Controls Contract No. C0981R 01566-6 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01568

HAZARDOUS WASTE OPERATIONS SAFETY AND HEALTH PROGRAM

PART 1 - GENERAL

1.1 DESCRIPTION

A. The Work specified in this Section consists of preparation and installation of Hazardous Waste Operations Safety and Health Program required under California Code of Regulations (CCR) Title 8, 5192 and cost of providing full time Site Safety and Health Supervisor and Certified Industrial Hygienist services specified below.

B. Definition - It is anticipated and considered as part of scope of Work that Contractor may perform Hazardous Waste Operations requiring personal protective equipment (PPE) including level C or D, except for Excluded Hazardous Waste Operations.

C. Contractor-Generated Hazardous Wastes are restricted, as specified in Section 01566, Pollution Controls.

1.2 QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

B. Reference Standards

1. California Code of Regulations (CCR).

CCR Title 8 Section 5192 et seq.

2. Code of Federal Regulations Title 29, CFR Section 1910 et seq. and 1926 et seq.

1.3 SUBMITTAL - Refer to Section 01300, Submittals, for submittal procedures.

A. Effectively written and coherent Site Specific Safety and Health Plan as defined in CCR Title 8, 5192(b)(1)(B), within 30 days of receiving Notice to Proceed.

B. If Site is listed per Section 25356 of the California Health and Safety Code, Department of Health Services, or CERCLA National Priorities, provide proof of certification and license for Hazardous Substance Removal as required in California Business and Professions Code.

C. Within 30 days of NTP prepare and submit a Hazardous Waste Operations and Safety and Health Program for hazardous waste operations.

PART 2 - PRODUCTS

2.1 Materials - Personal Protective Equipment (PPE) and monitoring equipment to conform with requirements set forth by CAL/OSHA and Federal/OSHA

Contract No. C0981R Hazardous Waste Operations Safety and Health Program Regional Connector Advanced Utility Relocations 01568 -1 ISSUED FOR BID 06/14/13 PART 3 - EXECUTION

3.1 PREPARATION

A. Prepare Hazardous Waste Operations Safety and Health program for Hazardous Waste Operations, following Federal, State of California, and local requirements including CAL/OSHA, CCR Title 8, 5192 et seq., and Federal OSHA, 29 CFR 1910 et seq. and 1926 et seq. Conflicts in requirements are resolved by most stringent to apply. Hazardous Waste Operations Safety and Health Program - Bear certification of approval by Certified Industrial Hygienist licensed by American Board of Industrial Hygiene.

B. The Site Specific Health and Safety Plan required as part of Hazardous Waste Operations Safety and Health Program - Include detailed Personal Protective Equipment (PPE) level definition and contamination level limits on anticipated Hazardous Substances for PPE designation.

C. Train personnel to perform Hazardous Waste Operations.

D. Information currently available on site characterization is contained in the Geotechnical Data Report (GDR). Examine referenced environmental documentation in preparation and fulfillment of the Hazardous Waste Operations Safety and Health Program requirements.

3.2 PERFORMANCE

A. Provide, without delay to Work, PPE and other equipment and materials necessary for implementation of Hazardous Waste Operations Safety and Health Program.

B. Provide a full time Site Safety and Health Supervisor to implement and manage the Hazardous Waste Operations Safety and Health Program. Site Safety and Health Supervisor - Meet legal requirements for training set forth in CCR Title 8, 5192 (e) in addition to qualifications set forth in Section 01545 Worksite Safety Requirements. Provide qualified and properly trained personnel to monitor hazards to extent required of Contractor under this Section, assign PPE levels and evaluate empirical data provided Metro's designee, and perform other operations required under Hazardous Waste Operations Safety and Health Program. Coordinate activities associated with Hazardous Waste Operations Safety and Health Program with Metro or its designee.

C. Metro or its designee, at Metro's cost, will have sole right and responsibility to perform soil and groundwater sampling and monitoring to determine presence of Hazardous Substances, to extent required under Hazardous Waste Operations Safety and Health Program, including field testing and standard EPA/California method testing procedures to satisfy requirements of CCR Title 5192; however, have sole responsibility under this Section to perform sampling and monitoring tests on quality of air in Work environment and on physical condition of Workers, to extent required under Hazardous Waste Operations Safety and Health Program.

D. In event Contractor encounters or has reason to believe it has encountered Hazardous Substances requiring Hazardous Waste Operations on Project, promptly take measures required by laws, rules and regulations, and immediately notify Metro or its designee in writing. If Excluded Hazardous Waste Operations are required, continue Working in areas not affected thereby.

Contract No. C0981R Hazardous Waste Operations Safety and Health Program Regional Connector Advanced Utility Relocations 01568 -2 ISSUED FOR BID 06/14/13 E. For further information, see Special Provisions Article entitled Hazardous Substances; Section 01545, Worksite Safety Requirements; Section 01566, Pollution Controls; Section 02200, Earthwork; and Section 01105, Metro-Directed Stoppages.

3.3 EXCLUDED HAZARDOUS WASTE OPERATIONS AND CHANGE ORDER CONDITIONS

Following Work is defined as "Excluded Hazardous Waste Operations," and shall not be included in any unit or lump sum price item. If Metro so requests, in advance and in writing, that Contractor perform any of following operations, and if Contractor is qualified and licensed to perform such operations, then except as specified, perform such operations as Change Order Work governed under provisions of General Conditions Article, Changes:

A. Abatement, removal, excavation, transport or disposal of Asbestos, and to extent such Work would qualify as Asbestos-Related Work. Metro will arrange to have Asbestos- Related Work performed by separate contract with qualified contractors. Further information on procedures required upon encountering asbestos are specified in Section 02050, Demolition, and Section 01105, Metro-Directed Stoppages. B. Off-site transport or disposal of waste determined by Metro, prior to transport or disposal, to be hazardous under Federal Resource Conservation and Recovery Act (RCRA) of 1976 (42 U.S.C. Section 6901 et seq.), "RCRA-Hazardous Waste". Contractor will not be required to obtain licenses or certifications pertaining to transportation of RCRA-Hazardous Waste unless a Change Order pursuant to General Conditions Article, Changes, is issued to add off-site transportation of RCRA-Hazardous Waste to scope of Work. C. Closure, drainage, sealing, excavation, removal, transport or disposal of oil or gas wells or casings (Gas Casings) or Underground Storage Tanks (USTs), sumps or vaults subject to laws and regulations regarding closure, drainage, sealing, excavation, removal transport or disposal, for protection of health, safety and environment. Further information on procedures required upon encountering gas casings and USTs are specified in Section 01105, Metro-Directed Stoppages, and Section 01175, Hazardous Waste Operations Earthwork. D. Sampling and analytical laboratory Work required to demonstrate presence or absence of Hazardous Substances, except to extent required for Contractor-Generated Hazardous Waste in Section 01566, Pollution Controls. E. Treatment of Contaminated Groundwater by Metro as specified in Section 02140, Dewatering. F. Assessing and implementing remediation programs for Contaminated Soils, as specified in Section 01175, Hazardous Waste Operations Earthwork, to extent such remediation programs would require corrective measures beyond removal actions such as excavation, segregation, stockpiling, loading, and transporting to Metro designated sites.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Contract No. C0981R Hazardous Waste Operations Safety and Health Program Regional Connector Advanced Utility Relocations 01568 -3 ISSUED FOR BID 06/14/13

SECTION 01578

CONTROLLING TRAFFIC

PART 1 - GENERAL

1.1 DESCRIPTION

A. The work of this Section consists of furnishing, erecting, and maintaining temporary barricades, signs, flaggers, lights, road surfaces, pavement markings for detours, miscellaneous parking lot striping, and other safeguards necessary to protect life, health and safety of the public during the performance of Project Work for the duration of the Contract.

B. Job Coordination

1. Coordinate construction to offer the least possible obstruction and inconvenience to the public; do not have under construction a greater length or amount of work than can be properly performed with due regard to conveniences of public and public safety. Finish work as project progresses insofar as practicable. Comply with approved Traffic Management Plan. Construction mitigation plans shall be developed in coordination with the community to minimize disruption and limit construction activities during special events.

2. Permit public traffic to pass through work areas with as little inconvenience and delay as possible. Except as specified below, keep existing roads and streets adjacent to or within limits of project open and maintain in a good and safe condition for traffic. Remove deposits and debris from roadway and repair damage resulting from construction operations.

3. Maintain existing traffic controls (ATSAC cameras and vehicle loop detectors) and street lighting systems in operation for benefit of the public during progress of work.

4. Conduct construction operations in manner to cause as little inconvenience as possible to adjacent property owners. Maintain convenient access to driveways, houses, businesses, and buildings along line of Work. Provide advance notice of a minimum of seven (7) days of proposed work to adjacent property owners and occupants. Coordinate work schedules to avoid conflicts with special events whenever possible. Access to adjacent businesses shall be maintained via existing or temporary driveways at all times during business hours, and residences at all times.

5. Protect open trench excavations in accordance with applicable portions of Caltrans Standard Specifications, California Manual of Uniform Traffic Control Devices (MUTCD) and/or City of Los Angeles requirements, whichever is more stringent, at the end of each shift’s operations.

6. When allowing the public to pass over open excavations by covering the excavation with steel plates, the Contractor shall comply with the following:

Controlling Traffic Contract No. C0981R 01578-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 • Plates used shall be of sufficient strength to support anticipated loads as

calculated by a Civil Engineer registered in the state of California. • Existing asphalt shall be ground off to allow the plate to sit in a recessed manner with the top surface of the plate at existing roadway elevation. • Adjoining plates shall be welded together to prevent movement. • Plates used shall have a permanent friction or anti-skid surface such as welded rectangular pattern. Coatings are prohibited. Treatments which can wear off are prohibited. • Trench covers shall comply with the current approved edition of the Los Angeles Department of Public Works Brown Book.

7. Submit written proposal to Metro or its designee regarding the temporary removal or relocation of bus stops or shelters in conflict with Work and obtain prior acceptance of Metro or its designee and the respective local agencies before proceeding with such removal or relocation.

8. Traffic Signals

a. Provide temporary traffic signals as needed to convey traffic through Work. Design temporary traffic signals to minimize inconvenience to general public.

b. Submit proposed temporary traffic signal Shop Drawings to Metro or its designee for review and acceptance by local jurisdiction at least 30 days prior to installation or alteration of traffic signals.

9. Maintain access for fire, ambulance, and law enforcement emergency vehicles at all times. Access requirements may require Contractor to temporarily suspend its operations until emergency is over.

10. Perform operations in manner to cause minimum disruption in access to adjacent properties. Should denial or disruption of access to adjacent property be necessary to accomplish work, notify Metro or its designee in advance of denial or disruption and post a notice of denial in a conspicuous place on right-of- way line or temporary construction easement line on property. After acceptance by Metro or its designee, notify affected party in writing at least 48 hours in advance of actual denial or disruption. a. Posted sign - Minimum 18 inches by 36 inches with minimum 2 1/2 inches high lettering describing the closure dates. b. If construction is delayed, requiring dates of access disruption to be changed, revise dates on sign accordingly and notify Metro or its designee.

11 Provide advance notice of proposed work by placement of a Portable Changeable Message Sign (PCMS) seven (7) calendar days in advance of the start of traffic control at a location. The text displayed on the PCMS and their location shall be approved in advance by Metro and LADOT. 12 Contractor is responsible for all cost associated with preparation of Worksite Traffic Control Plans, regulatory and safety requirements.

13. Ensure that shuttle bus drop-off areas at City National Plaza are provided throughout construction.

Controlling Traffic Contract No. C0981R 01578-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 14. Maintain access to bus stops and provide adequate signage to guide bus users

to accessible stops.

15. As needed, temporarily relocate bus stops to nearby alternative locations based on the re-routing of bus service, and provide adequate signage and notices at strategic locations indicating the relocated bus stops.

16. Safe pedestrian detours with handrails, fences, k-rail, canopies, and walkways shall be provided as needed. When a crosswalk is closed due to construction activities, pedestrians shall be directed to nearby alternate crosswalks. Access shall be Americans with Disabilities Act (ADA) accessible at all times per existing Metro policy.

17. Pedestrian and bicycle circulation, and travel lanes temporarily impacted during construction shall be restored to their permanent configurations at the conclusion of the construction period and prior to operations.

1.2 QUALITY CONTROL

A. Comply with Section 01432 – Project Quality Program Requirements - Design/Bid/Build.

1.3 REFERENCE STANDARDS

1. Most recent version of the Manual On Uniform Traffic Control Devices

2. Most recent versions of the State of California Department of Transportation (Caltrans) Standard Specifications and the California Manual of Uniform Traffic Control Devices (CAMUTCD). 3. Standard Specifications for Public Works Construction (SSPWC). 4. Standards of each City directly affected by the Contractor's activities. 5. Work Area Traffic Control Handbook (WATCH). 6. Applicable portions of the California State Vehicle Code.

1.4 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. Worksite Traffic Control Plans (WTCP) for approvals by LADOT based on the Traffic Management Plan (TMP) before starting work. Submit an updated WTCP when necessary to modify traffic operation or undertake a construction activity which creates a different traffic pattern. The Contractor shall submit a professionally prepared WTCP in accordance with the "Brown Book" for approval to LADOT’s Public Infrastructure Design Review Division (213) 972-8685. All plans (both geometric and traffic signal) -shall be drawn to a 1:40 scale, showing the existing striping and pavement markings (indicating whether existing is paint or thermoplastic) and the proposed traffic control devices. Plans shall be signed and stamped by a civil engineer and a traffic engineer registered in the state of California, and shall be submitted in final draft form to LADOT at least 30 days prior to the start of initial construction or before each new stage of construction. Any deviations from the approved Worksite Traffic Control Plans shall be submitted in writing to Metro to obtain approval from LADOT.

Controlling Traffic Contract No. C0981R 01578-3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 B. Copies of approved WTCP from affected local jurisdictions in accordance with

Section 01300, Submittals. C. Haul route plan and an approved disposal, grading, excavation and erosion permit to Metro or its designee before starting work .

D. Notify individual owners of adjacent property in writing, before impairing access to public ways adjacent thereto or prohibiting stopping/parking of vehicles.

PART 2 - PRODUCTS

2.1 TRAFFIC CONTROL DEVICES - Conform to Section 12 of Caltrans Standard Specifica- tions, these Specifications, and local jurisdiction specifications. 2.2 CONSTRUCTION AREA SIGNS - Term "Construction Area Signs" includes temporary signs required for direction of public traffic through or around Work during construction. Such signs are shown in California Manual on Uniform Traffic Control Devices, Part 6, dated January 13, 2012. Deliver new signs or signs in like-new condition to Project. Sign panels - Product of commercial sign manufacturer. Do not use double-faced signs. 2.3 CHANNELIZING DEVICES - Use portable delineators or traffic cones, conforming to the provisions in Section 12-3.04 and Section 12-3.10, respectively, of the Caltrans Standard Specifications for channelizing devices used in delineating lane transitions. Use signs of flexible material with reflective bands for nighttime visibility as specified. 2.4 BARRICADES - Constructed of wood with metal connectors and fasteners suitable for the use intended. Paint with two coats of white enamel. Stripe rails with orange and white stripes as specified in Section 12-3.02 of the Caltrans Standard Specifications. For temporary barriers refer to Section 01530, Temporary Barriers. 2.5 TEMPORARY AND INTERIM TRAFFIC SIGNALS - Conform to the latest edition and supplements of the standard specifications for public works construction adopted by the board of public works of the City of Los Angeles as modified by the brown book, and the latest edition of the LADOT special provisions and standard drawings for the installation and modification of traffic signals (Red Book). 2.6 TEMPORARY STRIPING - Temporary striping and markings used during construction - existing, or when required, four-inch white or yellow tape accepted by Metro or its designee.

2.7 BARRIERS - Use Type K rail barriers to separate edge of traveled way from open excavations, as a vertical obstruction other than curb; to isolate construction Work areas as indicated on Contract Drawings; and as requested by Metro or its designee. Comply with provisions of Section 01530, Temporary Barriers.

2.8 CHANGEABLE MESSAGE SIGNS – Changeable Message signs shall conform to section 12 of the current Caltrans Standard Specifications.

PART 3 - EXECUTION

3.1 GENERAL A. Traffic Safety

Controlling Traffic Contract No. C0981R 01578-4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 1. Provide flaggers, signs, temporary pavement markings, and other devices, and

erect and maintain barricades, lights, guards, standard construction signs, warning signs and detour signs, as necessary to warn and protect public from injury and damage as a result of the Contractor's operations which may occur on streets affected by such operations. 2. Patrol traffic control area and reset disturbed signs and traffic control devices immediately. Remove or cover non-applicable signs during periods not needed. 3. Upon failure of Contractor to provide immediately such flaggers, or to provide, erect, maintain, or remove such barricades and lights, and erect, maintain or remove signs when ordered to do so by Metro or its designee, Metro or its designee shall be at liberty, without further notice to Contractor or its Surety, to provide necessary flaggers, to provide, erect, maintain, or remove barricades and lights, and to erect, maintain and remove signs, at Contractor's expense. 4. In event a traffic signal or beacon is made inoperative, due to Contractor's operations, provide uniformed flaggers or suitable traffic control devices for control and movement of traffic during time signal or beacon is inoperative at no additional cost to Metro. Types of traffic control devices used are subject to review and acceptance of Metro or its designee and respective local agencies. B. Temporary Traffic Controls 1. Provide temporary traffic controls at juncture of temporary access roads with public roads, including warning signs for public traffic, and "STOP" signs for construction road entrance onto public roads. Comply with requirements of local traffic authorities. 2. Maintenance - Maintain temporary access roads, and parking areas in a safe and useful condition during construction period. 3. Removal and restoration - Remove materials utilized for building of temporary roads and parking areas. Restore temporary access opening to original condition, such as curb and gutter, and driveway aprons. C. Street Closures & Lane Closures 1. Street closures may require 30 days advance notification; permit must be obtained prior to closure. Notify the Los Angeles Department of Transportation, Los Angeles Bureau of Engineering, Los Angeles Police Department and the Los Angeles Fire Department 30 days prior to street closures. 2. Maintain pedestrian access to adjacent buildings at all times. 3. At least 30 days prior to start of construction, submit to Metro or its designee and respective city, for review and acceptance, a detailed Worksite Traffic Control Plan and construction schedule for construction activity within each city.

4. Lane closures require approval from Los Angeles Bureau of Street Services. D. General Requirements

1. Night work is only permitted with the permission of the local agencies. The Contractor is responsible to initiate and complete the process of obtaining approvals. If approval for a certain location cannot be obtained, or is revoked, the Contractor is responsible to develop a work process and provide traffic control.

Controlling Traffic Contract No. C0981R 01578-5 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 2. Traffic shall not be diverted across the double yellow dividing line without

flagperson control, unless this diversion is specifically shown on a City approved site specific plan. 3. No Parking signs within the City of Los Angeles are posted by the City. The Contractor shall provide a minimum of five (5) days notice of the need to post no parking areas, and is responsible for all charges by the City for this service. The costs shall be included in the lump sum bid amount. 4. Metro will make the final determination on the proposed project schedule. 5. The Contractor is responsible for maintaining the traffic signals and street lights in continuous operation during the duration of the project. 6. The Contractor is responsible to repair any damage to traffic signals, including immediate repair of any damaged conduits, interconnect cables, and detection loops. In the event of damage to existing traffic signal equipment, conduit, or detector loops, the Contractor shall immediately notify the LADOT traffic signal superintendent and shall be responsible for repair or replacement at no cost to the city. Repaired or replaced equipment/conduit shall be inspected by the traffic signal inspector before signal circuits are energized. All work must be performed by a licensed contractor experienced in traffic signal construction. 7. The Contractor shall maintain all existing LADOT traffic signs. Contact the LADOT sign installation and striping foreman, at telephone (213) 485-6765 or the Public Works Tech Lab (213) 485-2211, three (3) working days prior to construction for removal or reinstallation of signs. Any signs lost or damaged by the Contractor shall be replaced at the Contractor's expense. 8. The Contractor must have licensed electricians and other workers on stand-by to make any required repairs, when traffic loops or other traffic related equipment’s, including street lights or signs are impacted. The Contractor is required to demonstrate the availability of these resources to the project engineer upon request. 9. Contractor is responsible for preparing Worksite Traffic Control Plans and obtaining approval from agencies.

E. Community Outreach / Notification

1. Contractor shall notify Metro Construction Relations at least ten (10) working days prior to the start of construction and/or prior to implementation of any directional or full street closure so that Metro Construction Relations may notify Film L.A., Incorporated of the potential need to coordinate Contractor’s work with filming closures.

2. Contractor shall notify Metro Construction Relations at least ten (10) working days prior to the start of construction and/or prior to implementation of any directional or full street closure so that Metro Construction Relations may notify other venues in the vicinity of the potential need to coordinate Contractor’s work with events/activities.

3. Contractor shall notify LADOT's Special Traffic Control Division, at (213) 485- 2298, at least five (5) working days prior to the start of construction for posting of temporary tow-away no stopping signs adjacent to the work area.

4. Contractor shall immediately repair any damaged traffic signal facilities including traffic signal standards, fiber optic cable and conduit. Any damaged vehicle

Controlling Traffic Contract No. C0981R 01578-6 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 detection loops shall be reinstalled within forty- eight hours of the final roadway

surface being re-installed and no later than one week after such damage. Contact LADOT at (213) 972- 5900 to arrange for LADOT signal inspection.

F. Requirements for Specific Locations

1. Flower St. (Wilshire Blvd. to 5th St.)

a. Water Relocations (between Wilshire Blvd. and 5th St.)

i. Work Proposed: Replace 24” water line and laterals. ii. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, while ensuring access to adjacent properties during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours.

b. Power Relocations (between 6th and 5th Sts.)

i. Work Proposed: Replace 5” & 4” electrical ducts & laterals and install new 9’ x 17’ vault. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours.

2. Flower St. (5th to 4th Sts.)

a. Water Relocations (at 4th St.)

i. Work Proposed: Replace 12” water line and laterals. ii. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, while ensuring access to adjacent properties during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours.

b. Power Relocations (between 5th and 4th Sts.)

Controlling Traffic Contract No. C0981R 01578-7 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 i. Work Proposed: Replace 5”, 4” & 3” electrical ducts & laterals and

install new 9’ x 17’ vault. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours.

3. Sixth St. (crossing Flower St.)

a. Work Proposed: Replace 12” water line and laterals. b. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, during working hours. c. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. d. Use steel plates or traffic decking to provide full traffic flows during non- working hours.

4. Fifth St. (Figueroa St. to Grand Ave.)

a. Water Relocations (crossing Flower St.)

i. Work Proposed: Replace 12” water line and laterals. ii. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours.

b. Power Relocations (between Figueroa St. and Grand Ave.)

i. Work Proposed: Replace 5” & 4” electrical ducts and install new 9’ x 17’ vault. ii. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, while ensuring access to adjacent properties during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours.

Controlling Traffic Contract No. C0981R 01578-8 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 5. Fourth St. (crossing Flower St.)

a. Work Proposed: Replace 5”, 4” & 3” electrical ducts. b. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, while ensuring access to adjacent properties during working hours. c. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. d. Use steel plates or traffic decking to provide full traffic flows during non- working hours.

6. Hope St. (2nd Pl./W. Gen. Thaddeus Kosciuszko Way to Flower St.)

a. Water Relocations (between 2nd Pl./W. Gen. Thaddeus Kosciuszko Way and 2nd St.)

i. Work Proposed: Replace 12” water line. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours.

b. Power Relocations (between 2nd Pl./W. Gen. Thaddeus Kosciuszko Way and Flower St.)

i. Work Proposed: Replace 5” & 4” electrical ducts and laterals. ii. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, and from 8AM to 6PM on Saturdays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours.

7. Second St. (Hill St. to Main St.)

a. Water Relocations

i. Work Proposed: Replace 8” water line and laterals. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours.

Controlling Traffic Contract No. C0981R 01578-9 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 iii. Work is allowed for eight continuous hours on each weekday,

Monday through Friday, from 8AM to 11PM on Saturdays, and from 9AM to 9PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours .

b. Power Relocations

i. Work Proposed: Replace 6”, 5” & 4” electrical ducts and replace 5” ducts - and install two new 9’ x 17’ vaults. ii. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 11PM on Saturdays, and from 9AM to 9PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours . v. Temporary full or directional closures of Second St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

8. Broadway (1st to 3rd Sts.)

a. Water Relocations

i. Work Proposed: Replace 16” & 18” water lines and laterals. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 11PM on Saturdays, and from 9AM to 9PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours. v. Temporary full or directional closures of Second St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

b. Power Relocations

i. Work Proposed: Replace 6” & 4” electrical ducts and 5” ducts - and replace laterals and install three new 9’ x 17’ vaults. ii. Develop site specific Worksite Traffic Control Plans (WTCPs) to maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, during working hours.

Controlling Traffic Contract No. C0981R 01578-10 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 iii. Work is allowed for eight continuous hours on each weekday,

Monday through Friday, from 8AM to 11PM on Saturdays, and from 9AM to 9PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours . v. Temporary full or directional closures of Second St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

9. Spring St. (crossing 2nd St.)

a. Water Relocations

i. Work Proposed: Replace 12” water line and laterals. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 11PM on Saturdays, and from 9AM to 9PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours. v. Temporary full or directional closures of Second St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

b. Power Relocations

i. Work Proposed: Replace 2” and 5” electrical ducts. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 11PM on Saturdays, and from 9AM to 9PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours. v. Temporary full or directional closures of Second St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

10. First St. (Central Ave. to Alameda St.)

a. Water Relocations

i. Work Proposed: Replace 12” & 16” water lines and laterals.

Controlling Traffic Contract No. C0981R 01578-11 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 ii. Maintain traffic, per the City’s Traffic Lane Requirements as

shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 8PM on Saturdays, and from 11AM to 6PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours. v. Temporary full or directional closures of First St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

b. Sewer Relocations

i. Work Proposed: Replace 10” sewer line and laterals. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 8PM on Saturdays, and from 11AM to 6PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours. v. Temporary full or directional closures of First St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

11. Alameda St. (Temple St. to 2nd St.)

a. Water Relocations (across First St.)

i. Work Proposed: Replace a 6” and 8” water line and a 36” water line - and replace laterals. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 8PM on Saturdays, and from 11AM to 6PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours. v. Temporary full or directional closures of First St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

b. Power Relocations (between Temple St. and 2nd St.)

Controlling Traffic Contract No. C0981R 01578-12 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 i. Work Proposed: Replace 5” & 4” electrical ducts.

ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 8PM on Saturdays, and from 11AM to 6PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours. v. Temporary directional closures of Alameda St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

c. Sewer Relocations

i. Work Proposed: Replace 15” sewer line and laterals. ii. Maintain traffic, per the City’s Traffic Lane Requirements as shown in Table 1, using typical plans from WATCH or the CA MUTCD during working hours. iii. Work is allowed for eight continuous hours on each weekday, Monday through Friday, from 8AM to 8PM on Saturdays, and from 11AM to 6PM on Sundays. iv. Use steel plates or traffic decking to provide full traffic flows during non-working hours. v. Temporary directional closures of Alameda St. can be requested, which might be approved by the City of Los Angeles but would probably be restricted to weekends only.

Controlling Traffic Contract No. C0981R 01578-13 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

TABLE 1: TRAFFIC LANE REQUIREMENTS (TLR)

Weekdays Weekdays Weekdays Weekdays Saturdays & 6 AM-9AM 9 AM-3:30 3:30 PM-8 8 PM – 6 AM Sundays Street AM Peak PM PM Non-Peak 8AM – 6PM Hours Non-Peak PM Peak Hours Hours Hours Alameda St Two lanes One lane Two lanes One lane One lane each each each each each direction direction direction direction direction (14ft min) (14ft min) (14ft min) (14ft min) (14ft min) 1st Street between WB 2 lanes One lane WB 1 lane One lane One lane Dewap Rd and EB 2 lanes each EB 2 lanes each each Los Angeles St direction direction direction

1st Street between WB 1 lane One lane WB 1 lane One lane One lane Los Angeles St. EB 1 lane each EB 2 lanes each each and Rose St. direction direction direction

2nd Street One lane One lane One lane Full closure Full Closure each each each direction direction direction 5th Street Two lanes Two lanes Three lanes One lane One lane

6th Street Three lanes Two lanes Three lanes Two lanes One lane Caltrans ramp Mod required Spring Street Two lanes One lane Two lanes One lane Full closure

South Broadway One lane One lane One lane One lane Full closure each each each each direction direction direction direction Hope Street One lane One lane One lane One lane Full closure each each each each direction direction direction direction Flower Street SB 2 lanes SB 1 lane SB 2 lanes SB 2 lanes Full closure between 3rd St and NB 1 lane NB 1 lane NB 1 lane NB 1 lane 4th St Flower Street SB 2 lanes SB 2 lanes SB 2 lanes SB 1 lane Full closure between 4th St and SB RT 1 lane SR RT 1 lane SR RT 2 SB RT 1 5th St lanes lane Flower Street SB 2 lanes SB 2 lanes SB 2 lanes SB 1 lane Full closure between 5th St. SB LT 2 SB LT 1 lane SB LT 2 SB LT 1 lane and 6th St. lanes lanes

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately and will be measured as a lump sum.

Controlling Traffic Contract No. C0981R 01578-14 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum for all items.

A. If required, payment for Adjacent Property Owner Access Costs will be made from Schedule of Quantities and Prices Form, Schedule D, Item 3.

END OF SECTION

Controlling Traffic Contract No. C0981R 01578-15 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01580

TEMPORARY SIGNS

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this section consists of furnishing, installing, maintaining and removing one Metro field office sign and one safety sign as delineated, and receiving, installing, maintaining, removing and returning one general construction sign and one U.S. Department of Transportation (DOT) construction sign provided by Metro. Erect temporary signs no later than 20 calendar days after Notice to Proceed (NTP) date, or as directed by Metro or its designee.

1.2 QUALITY ASSURANCE

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

B. Reference Standards - American Plywood Association (APA).

PART 2 - PRODUCTS

2.1 SIGNS

A. Provide signs painted by a professional sign painter.

B. Panel - New, 3/4 inch, A-B exterior Grade, APA Douglas fir plywood with inset hardwood edges and mitered corners.

C. Frame and Cleats - New, Construction Grade Lumber.

D. Posts - Pressure preservative treated, New, Construction Grade Lumber.

2.2 HARDWARE - Brass, aluminum or galvanized steel, of sizes and types which will enable sign assemblies to resist a wind velocity of 50 mph.

2.3 SAFETY SIGN NUMBER TAGS - Removable aluminum or galvanized steel, with four inch high, blue numerals and steel tag hooks.

2.4 PAINT - Primer and exterior, semi-gloss, alkyd enamel.

2.5 LETTERING - Typeface size and spacing as indicated on attachments in this Section.

2.6 METRO FURNISHED SIGNS - Metro-furnished signs are approximately four foot by eight foot painted plywood.

Temporary Signs Contract No. C0981R 01580-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

PART 3 - EXECUTION

3.1 INSTALLATION OF POSTS - Set posts in ground, fill annular space with soil, and tamp to compact soil around posts and secure in plumb position. Locations - Established by Metro or its designee.

3.2 PAINT - Paint frame, cleats and panels with one coat primer and two coats enamel. Provide colors, arrangements, letters, and numbers as indicated.

3.3 MAINTENANCE - Maintain signs in a neat and clean condition. Repaint surfaces which exhibit deterioration as determined by Metro or its designee. Repair or remove and replace damaged signs with new signs. Update safety sign day counts by 9 AM each weekday (Monday through Friday).

3.4 REMOVE signs and posts when removal is ordered by Metro or its designee. Fill sign post holes with earth and tamp to original density. Return the Metro furnished signs to Metro.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

A. Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item 1, General Requirements – Lump Sum:

Temporary Signs Contract No. C0981R 01580-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

END OF SECTION

Temporary Signs Contract No. C0981R 01580-3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01620

STORAGE AND PROTECTION

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC), “Brown Book” from City of Los Angeles Department of Public Works, and any other requirements of the City of Los Angeles.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

A. Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item 1, General Requirements - Lump Sum.

END OF SECTION

Contract No. C0981R Storage and Protection Regional Connector Advanced Utility Relocations 01620-1 ISSUED FOR BID 06/14/13

SECTION 01710

CLEANING

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC), “Brown Book” from City of Los Angeles Department of Public Works, Los Angeles Department of Transportation and any other requirements of the City of Los Angeles.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section associated with utility removal will not be measured separately for payment.

B. Additional Metro-directed street vacuum sweeper with operator will be measured per hour.

4.2 PAYMENT

A. Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item 1, General Requirements - Lump Sum.

B. Payment for additional Metro-directed street vacuum sweeper with operator will be made under Schedule of Quantities and Prices Form, Schedule D, Item 13.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations Cleaning ISSUED FOR BID 06/14/13 01710-1

SECTION 01720

AS-BUILT DRAWINGS AND CURRENT STATUS DOCUMENTS

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work specified in this Section consists of maintaining, annotating and delivering the final As-Built Drawings, Specifications and indexes as defined below. For Shop and Working Drawings refer to Section 01300, Submittals. Work includes but is not limited to as-builts for Work done for all the utilities, trenches, other nearby utilities, curb and gutters, sidewalks, and streets.

B. Definitions

1. As-Built Documents Schedule - List of As-Built Documents including but not limited to Contract Drawings and Contractor Shop Drawings the Contractor is to submit at milestones and final close-out according to Paragraphs 1.3 C. and D.

2. Current Status Documents - A set of full size reproducible Contract and Shop/Working Drawings and a copy of the Specifications marked and maintained by Contractor to show current As-Built status of construction in progress and current design status. When submitted, these shall be referred to as milestone or final as-built documents as appropriate.

3. Contractor Furnished Drawings - Working Drawings and Shop Drawings produced by the Contractor which become a supplement to the Contract.

4. Project Record Drawings - Contract Record Drawings that reflect actual completed field conditions of Work items depicted on Contractor's latest Contract, Shop and Working Drawings.

5. Drawing Index - List of Contract Drawings and cross-referenced Contractor Shop Drawings, showing the latest drawing number, sheet number, revision number, title of Drawings, attachments, and if the Drawings are revised for final As-Built. Metro provides an index with Metro contract drawings. In addition to Metro provided index, the Contractor shall maintain and provide an index for the Contractor furnished drawings. The Contractor shall cross-reference on the Contract Drawing Index, Contractor Shop Drawings which are supplemental to the Contract Drawings.

1.2 QUALITY CONTROL

Contractor quality control personnel shall perform the following:

A. Print legibly and clearly relevant construction changes/data on current print of Current Status Documents to a high standard of quality. Have Work done by a qualified engineer, designer or drafter.

As-Built Drawings and Current Status Documents Contract No. C0981R 01720-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 B. Record additional construction information as requested by Metro on As-Built or

Current Status Documents.

C. Reference Standards

1. American National Standards Institute (ANSI)

ANSI 14.4M Pictorial Drawings

1.3 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. As-Built Documents Schedule - Within 10 days from acceptance of the Baseline Schedule, submit for acceptance a list of As-Built Contract Drawings to be submitted at completion of each Work milestone package.

1. The schedule of As-Built documents should reflect the Work scheduled on the accepted Baseline Schedule.

2. Identify As-Built documents listed in the schedule by drawing, sheet, detail numbers; description of drawing, and other related information that may be required by Metro.

B. Metro will review monthly As-Built with payment request. Current Status Documents showing as-built design and construction progress to be kept at Contractor's field office at all times (unless otherwise specified). In the event record documents are not maintained, Metro will defer monthly payment for this pay item.

C. Milestone As-Built Contract Drawings - Within 15 days of each milestone as noted in Work Completion Schedule referenced in the Prosecution and Completion of Work paragraph in the Special Provisions, Part C, submit one full-size copy of all related As-Built Drawings cross-referenced to Shop Drawings which have been marked to indicate final As-Built Condition of Work and the latest revision of Drawing and Contract Revision Index. Deliver with index and Contract Submittal Form attesting that documents are a true and complete record of the Contract along with acceptance stamp and signature on drawings concerning third party.

D. Final Close-out Documents - Upon requesting final inspection or within 10 days prior to acceptance, submit remaining As-Built Contract and Shop/Working Drawings, the latest revision of the Drawing Indexes and any previously submitted as-built documents that have been revised.

PART 2 - PRODUCT

2.1 DOCUMENTS

A. As-Built Drawings - One D-size (22 inches by 34 inches) set of the latest revisions of Contract Drawings marked in black ink original and one in PDF to show changes and deviations from the last revision of Drawings and Contractor Shop Drawings that represent As-Built condition submitted at milestone completions and final contract completion.

B. Drawing Index – Electronic List of Contract Drawings, cross-referenced to Contractor Shop Drawings, showing the latest drawing number, sheet number, revision number,

As-Built Drawings and Current Status Documents Contract No. C0981R 01720-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 title of Drawings, attachments, and if the Drawing is revised for final As-Built (indicate

AB if drawing was revised to show as-built condition). List of Contractor furnished (Shop) Drawings that are supplemental to the Contract Drawings.

C. As-Built Documents Schedule – Electronic List of As-Built Drawings including Contractor Shop Drawings that Contractor has scheduled to update monthly.

2.2 MEETINGS

A. Upon receipt of the As-Built Documents Schedule from the Contractor, Metro will call a meeting with Metro, others and the Contractor. Metro will decide with the contract team input, which Contract and Shop Drawings are to be:

1. As-built for project record.

2. Cross-referenced and indexed.

PART 3 - EXECUTION

3.1 SAFE KEEPING OF FIELD DOCUMENTS - During times when the contract documents are not being updated, store drawings and indexes in a fire resistant locked cabinet or provide off-site backup to prevent inadvertent destruction of documents.

3.2 MARKING CURRENT STATUS DOCUMENTS

A. Stamp each page of Drawings of the Current Status Documents "CURRENT STATUS." Lettering on stamp: 1/2 inch and 1/4 inch for Drawings and Specifications respectively.

B. Legibly record construction progress information on a weekly basis. Information to include reference of Change Order, Change Notice, RFI responses, Non- Conformance Reports, shop drawings and other related information. Attach to the current status Contract Drawing any markups or sketches received from Metro as a result of design modifications or RFIs. Pertinent information must be shown on the Contract Drawing. Do not cover up Work unless relevant information has been recorded.

C. Clearly identify Change Order revision by Change Order numbers. Where more than one change is made in an area of a drawing, clearly identify the changes graphically by marking a copy of the preceding changes. Insert these copies into set of Current Status Documents on top of preceding record in a manner to preclude losing or damaging document.

D. Mark changes. Mark in black ink and bubble the changes on reproducibles.

E. When a new revision of a document is issued, stamp the superseded document "SUPERSEDED" and keep in Current Status Document set for future reference of previous mark-ups and for use for production of As-Built Drawings. The Contractor need not transfer the data recorded on superseded drawings onto the new revision but shall list all revisions on the drawing index.

3.3 MARKING FOR FINAL AS-BUILT CONDITION

As-Built Drawings and Current Status Documents Contract No. C0981R 01720-3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 A. Mark and stamp "AS-BUILT" latest revisions of the Contract Drawings and

Specifications for the As-Built condition. Lettering on stamp: 1/2 inch and 1/4 inch high for Drawings and Specifications respectively. Clearly define revisions in minimum of 1/8 inch letter on a reproducible copy of Drawings and on photocopy of Specifications.

B. Use bubbles to define extent of the change.

C. Mark As-Built conditions to the extent they deviate from contract requirements on a reproducible of the latest revision of the Contract Drawings or Specifications. Specific information required on each category of Drawings is specified. If drawing does not facilitate such changes, furnish a Shop Drawing showing the details and cross- reference each drawing.

D. Mark Drawings not changed by As-Built conditions with the word "UNCHANGED" above the "AS-BUILT" label.

3.4 REQUIRED INFORMATION ON AS-BUILT DRAWINGS - Provide as-built measurements with reference to datums used for dimensioning on appropriate contract drawings. For underground utilities, measure and record exposed existing and installed lines and conduits. Locate by offset and elevation the centerline and the top elevation of the line at each grade break with surveying equipment. Locations of appurtenances of the line such as the valves, tees, bends etc. may be located in relation to offset lines and elevation. Accuracy shall be to within 0.5 feet horizontally and to within 0.1 feet vertically. Coordinate this Work to the satisfaction of utility owners.

3.5 CONTRACTOR FURNISHED DRAWINGS

A. Contractor Furnished Drawings - Drawings provided by Contractor and used for construction of permanent facilities. Prepare drawings to a high standard of quality, as specified, or other relevant lower tier standards defining equal drafting quality for microfilming. Contractor furnished drawings include as-built drawings. B. Produce drawings on D size (22 inches by 34 inches). Provide company logo on drawing and have drawing sealed by a Civil Engineer registered in the State of California complete with sealer's name, full signature and registration expiration date, where required by specifications. C. Drawing numbers will be distinct to avoid duplication with Contract Drawings. Do subsequent revisions to these drawings. Include bubbles, triangles and description of the revision in the revision block and if initiated by Contractor. D. Include these drawings in the Current Status Documents. Update for changes as specified in other parts of these Specifications. E. Revise these drawings to show the As-Built conditions as indicated. F. Upon completion of construction or as directed by Metro, submit updated Drawing Index and revised original reproducibles of these drawings (see Definitions).

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

As-Built Drawings and Current Status Documents Contract No. C0981R 01720-4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

END OF SECTION

As-Built Drawings and Current Status Documents Contract No. C0981R 01720-5 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 01730

OPERATION AND MAINTENANCE DATA

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this Section consists of preparing and submitting operation and maintenance data for mechanical, electrical and other specified equipment.

1.2 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. One electronic copy and three Completed Operation and Maintenance Data Manuals in final form (for review/comments) 60 calendar days before final acceptance tests.

B. Three (3) copies and one electronic copy of Operation and Maintenance manual 30 calendar days before final acceptance tests.

C. CONTINUOUS UPDATING PROGRAM - Furnish one electronic copy of letter indicating suppliers have been notified to provide updated operation and maintenance data, service bulletins and other information pertinent to equipment, as it becomes available.

PART 2 - PRODUCTS

2.1 SIZE: 8 1/2 inches by 11 inches.

2.2 PAPER - White bond, at least 20 pound weight.

2.3 TEXT - Printed, typewritten or word-processed.

2.4 PRINTED DATA - Manufacturer's catalog cuts, brochures, and operation and maintenance data. Clear reproductions will be acceptable.

2.5 DRAWINGS: 8 1/2 inches by 11 inches, preferably bound in with text. Larger drawings are acceptable, provided they are folded to fit into a pocket inside rear cover of manual. Reinforce edges of large drawings.

2.6 DRAWINGS - Black on white, sharp in detail and suitable for making reproductions.

2.7 FLYSHEETS - Separate each portion of the manual with colored, neatly prepared flysheets briefly describing contents of the ensuing portion.

Contract No. C0981R Operation and Maintenance Data Regional Connector Advanced Utility Relocations 01730-1 ISSUED FOR BID 06/14/13 2.8 COVERS: 40 to 50 mil thick, clear plastic, front and back covers for each manual.

2.9 BINDINGS - Conceal binding mechanism inside manual; three-ring binders will be acceptable. Binding is subject to approval by Metro or its designee.

PART 3 - EXECUTION

3.1 GENERAL - Assemble operation and maintenance manual using manufacturer's latest standard commercial data.

3.2 INCLUDE following information on cover and on inside cover sheet:

OPERATION AND MAINTENANCE INSTRUCTIONS

(OPERATION AND MAINTENANCE DATA OF STRUCTURE OR FACILITY)

(TITLE AND NUMBER OF CONTRACT)

(ADDRESS)

(City, State)

(General subjects of this Manual)

______Signed/Metro or its designee

______Acceptance Date

3.3 CONTENTS OF MANUAL - Include following: A. Index of volumes, in each volume of multiple volume systems. B. Index, in and for each volume. List and combine the literature, for each system, in sequence of operation. C. Names, addresses and telephone numbers of Contractor, suppliers and installers. D. Names, addresses and telephone numbers of manufacturers' nearest service representatives. E. Names, addresses and telephone numbers of local parts vendor and service agency. F. Anticipated date Metro assumes responsibility for maintenance. G. Description of system and component parts. H. Pre-operation check or inspection list.

I. Procedures for starting, operating and stopping equipment.

J. Post-operation check or shutdown list.

Contract No. C0981R Operation and Maintenance Data Regional Connector Advanced Utility Relocations 01730-2 ISSUED FOR BID 06/14/13 K. Inspection and adjustment procedures.

L. Emergency operating instructions.

M. Accepted test data.

N. Maintenance schedules and procedures.

O. One copy of each wiring diagram.

P. One copy of each piping diagram.

Q. One copy of each accepted Shop Drawing.

R. Manufacturers' parts list with catalog names, numbers and illustrations.

S. Exploded view of each piece of equipment with part designations.

T. List of manufacturers' recommended spare parts, prices and quantities for two years of operation.

U. List of special tools and test equipment required for the operation, maintenance, adjustment, testing and repair of the equipment, instruments and components. If certain special tools or equipment are known to be difficult to locate or acquire, include at least two suppliers for the product if possible.

V. Scale and corrosion control procedures.

W. Dismantling and reassembly instructions.

X. Troubleshooting and repair instructions.

Y. Calibration procedures.

Z. Ordering information.

AA. Transmittal memo and document Table of Contents clearly to identify if any warranties/guarantees and spare parts are included in the manual and the relevant page numbers on which they are noted.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

A. Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item 1, General Requirements - Lump Sum.

END OF SECTION

Contract No. C0981R Operation and Maintenance Data Regional Connector Advanced Utility Relocations 01730-3 ISSUED FOR BID 06/14/13

SECTION 01740

PRECONSTRUCTION SURVEY

PART 1— GENERAL

1.1. DESCRIPTION

A. Contractor shall be responsible for all damage that may be caused to existing facilities by his operations under this Contract.

B. Prepare preconstruction surveys required for documenting the existing conditions of the Worksite prior to commencement of construction, including surveys of all structures, streets, landscaping and other facilities which may be affected by the Contractor’s work.

C. Perform preconstruction surveys before beginning any Work on the Worksite that could alter the existing conditions. The results of the survey shall be documented in an organized, formal, bound, Preconstruction Survey Report.

D. Perform post construction survey after all Work is completed. The results of the survey shall be documented in an organized, formal, bound, Postconstruction Survey Report.

1.2. QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

1.3. SUBMITTALS - Refer to Sections 01300, Submittals, for submittal procedures.

A. Preconstruction Survey Report.

B. Postconstruction Survey Report.

1.4. REQUIREMENTS

A. Zone of Influence is defined as 2.5 times the excavation depth horizontally from face of excavation.

B. Conduct preconstruction and post-construction pavement surveys within the larger of the Zone of Influence or Contractor’s operation areas. Pavement shall be photographed to document its condition. General pavement condition and defects shall be noted in the report. Make video recordings of the areas surveyed and submit to Metro in the report.

C. Perform preconstruction surveys of existing structures and facilities that are wholly within or intrude in part within the larger of the Zone of Influence or Contractor’s

PRECONSTRUCTION SURVEY 01740 - 1 Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

operation areas. Include photographs, maps, plans, written descriptions and survey as necessary to document preconstruction conditions.

D. All deficiencies in the structure and any special or unique features or construction methods shall be noted in the survey report. The scope of the survey shall include all levels from sub-street to the roof, and any structures above or on the roof.

E. The building or structure owners or authorized representatives are to be informed of the survey assessments. The survey information is obtained with the intention of maintaining it as confidential data and the building/structure owner shall have the right to obtain legal protection to prevent release of the information.

F. The postconstruction survey is to have an identical scope to the preconstruction survey scope to record the postconstruction condition of the same structures and all other facilities as originally surveyed.

PART 2 — PRODUCTS (Not Used)

PART 3 — EXECUTION (Not Used)

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements – Lump Sum.

END OF SECTION

PRECONSTRUCTION SURVEY 01740 - 2 Contract No. C0981R Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 02050

DEMOLITION

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this Section consists of surface and subsurface demolition as indicated including backfilling of excavations in accordance with approving agencies requirements.

A. Completely sawcut and remove pavement sections, substructures, except as otherwise indicated.

B. Prior to start of demolition of any utility lines or facilities, shut off, disconnect, cut and cap where required, overhead and underground utility services to facilities that are to be removed or demolished.

C. Demolish only to the extent indicated, or necessary to accomplish the work.

D. Prior to any Demolition for each phase of the work, Contractor shall submit a Construction Work Plan (CWP) to be reviewed and approved by Metro.

1.2 QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements- Design/Bid/Build.

B. Perform Work in compliance with requirements of governing authorities having jurisdiction, and as specified. Metro or its designee will provide written authorization to commence Work.

1.3 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. Demolition schedule of proposed methods and operations.

B. Demolition Plan

C. Permits and notices authorizing demolition including but not limited to, SCAQMD Rule 1403 - Asbestos, Emissions from Renovation/Demolition Activities.

D. Letter from each affected utility that they have been contacted, and that service(s) to the structure(s) have been cut off and removed, as applicable.

E. Proposed haul route(s) from the demolition Worksite to an authorized disposal site.

F. Permit for transport and disposal of debris.

G. Permit from Underground Service Alert.

Contract No. C0981R Demolition Regional Connector Advanced Utility Relocations 02050-1 ISSUED FOR BID 06/14/13 H. Letter documenting arrangements for disposing of waste and excess materials at a legally licensed landfill/disposal facility outside Worksite.

I. Written releases from the owners of private property upon which materials demolished and/or removed from the site will be stored, either temporarily or permanently, before final acceptance.

J. Written releases from the purchasers or receivers of materials demolished and/or removed from Worksite before final acceptance.

K. Upon completion of Work-Provide As-built Drawing(s) of locations and depths of disconnected utilities.

1.4 WORKSITE CONDITIONS

A. Protection of Persons and Property

1. Post warning lights at perimeters of open depressions and excavations occurring as part of Work; when accessible through adjacent property or through public access. Operate warning lights during hours from dusk to dawn each day and as otherwise required.

2. Protect utilities, pavements and facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by the demolition operations.

3. Excavation and embankment in vicinity of overhead and underground utilities and services - As specified in Section 02200, Earthwork.

B. Protection of Utilities - Protect active sewer, water, gas, power and other utilities; and drainage and irrigation lines indicated or, when not indicated, found or otherwise made known to the Contractor before or during demolition of Work. If damaged, during Work, immediately notify Metro or its designee and utility owner as specified in Section 02601, Maintenance and Support of Utilities. If existing active services encountered are not indicated or otherwise made known to Contractor and require protection or relocation, take whatever immediate steps necessary to ensure that service provided is not interrupted. If service is interrupted as a result of Contractor's operations, immediately notify Metro or its designee and utility owner as specified in Section 02601, Maintenance and Support of Utilities. If existing utilities are found to interfere with demolition immediately notify Metro or its designee in writing, requesting instructions on disposition. Do not proceed with Work until written instructions are received from Metro or its designee.

C. Unknown Conditions

1. Contract Drawings and indicated documents may not represent all surface conditions at Worksite. Known surface conditions are indicated; compare with actual conditions before commencing of work.

2. Existing utilities and drainage systems below grade are located from existing documents and from surface facilities such as maintenance hole, valve boxes, area drains, hydrants, poles and other such surface fixtures.

Contract No. C0981R Demolition Regional Connector Advanced Utility Relocations 02050-2 ISSUED FOR BID 06/14/13 3. Existing structures and utilities may contain asbestos. Asbestos-related Work is not included in the scope of the Work; it is part of Excluded Hazardous Waste Operations. Asbestos-related Work and other matters related to the discovery of asbestos and other hazardous substances will be handled as specified in Section 01105, Metro-Directed Stoppages and Section 01568, Hazardous Waste Operations Safety and Health Program.

4. Metro maintains right to alter structures condition before notice to proceed.

D. Dust Control

1. Use dust-proof partitions or other suitable means subject to review and acceptance by Metro or its designee, control dust on and near Work and adjoining areas if dust is caused by Contractor's operations during performance of Work, or if resulting from condition in which Contractor leaves Worksite.

2. Thoroughly moisten surfaces to prevent dust becoming a nuisance to public, neighbors, and to personnel performing other work on the worksite.

PART 2 - PRODUCTS

2.1 MATERIALS used for backfill - As specified in Section 02200, Earthwork. All excavated materials not intended for use as backfill shall be promptly removed and hauled off from the job site to landfills at the expense of the Contractor.

PART 3 - EXECUTION

3.1 DEMOLITION

A. Do not start demolition until submittals are reviewed and accepted. B. Exercise pollution controls as specified in Section 01566, Pollution Controls. C. Mark limits of excavation, and have subsurface utility owners mark their facilities' location, prior to commencement of excavation. If excavation is required within two feet of utilities, expose those facilities by hand, and protect them during excavation. D. Perform cleaning as specified in Section 01710, Cleaning. E. Demolish pavement sections and other structures as indicated, and remove from Worksite. Use methods as required to complete Work within limitations of regulations, and requirements of governing agencies and Metro or its designee. 1. Proceed with demolition work in a systematic manner in accordance with the approved CWP. 2. Demolish concrete and masonry in small sections. 3. Break up and remove concrete slabs on-grade, unless otherwise shown to remain. 4. Demolish and remove old foundations, footings and grade beams. 5. Remove poles, signs and fences, including footings. Remove lights before removal of poles. Existing fencing materials removed may be reused for construction fencing, subject to approval by Metro or its designee. 6. Where necessary, remove pavement, curbs and sidewalks to full depth, take care to avoid damage to adjacent remaining pavement or sidewalks. Make cuts in such a manner that a clean vertical joint remains.

Contract No. C0981R Demolition Regional Connector Advanced Utility Relocations 02050-3 ISSUED FOR BID 06/14/13 7. Disconnect electrical service and/or cut off and cap water and sewer services at the mains on the property or in the street as required by the responsible utility company, or local authority or relocate as shown on the drawings. Remove and cut off and plug or cap all utilities within the existing building areas, except those designated to remain. The Contractor shall coordinate the removal Work with the relocation and/or new Work being performed by other contractors. 8. Unless otherwise noted or specified to be relocated or stored, all materials removed become the property of the Contractor and are to be removed completely away from the site by him. Do not store or permit debris to accumulate on the Site. If the Contractor fails to remove excess debris promptly, Metro reserves the right to cause same to be removed at Contractor’s expense. F. Perform demolition and removal by means acceptable to Metro or its designee. Comply with conditions and restrictions of demolition permit obtained by Metro on behalf of the Contractor. G. Break up and remove asphalt and concrete pavement, curbs, walks, steps, retaining walls, slabs and aprons as indicated. H. Backfill and compact depressions including basement cavities caused by any excavations, demolition and removal, or as called out on the Contract Drawings, and as specified in Section 02200, EarthWork. I. Asbestos Related Work - Will be performed by Metro's Asbestos Abatement Contractor. Provide immediate and reasonable access to asbestos abatement contractor. 3.2 SALVAGE OR DISPOSAL OF MATERIALS

A. Remove materials indicated to be salvaged and store in a protected area and turn over to Metro or its designee at completion of Contract.

B. Other materials indicated to be removed or demolished become property of Contractor; remove from Worksite and dispose of at legal disposal sites. Arrange for and pay required fees.

C. Do not allow nonsalvageable material demolished or removed to accumulate at Worksite.

D. Burning of materials at the Worksite - Not allowed.

3.3 CLEANUP - Leave Worksite clean and orderly.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for demolition of subsurface electrical, water, and sewer underground utilities acceptably completed.

4.2 PAYMENT

A. Payment will be made under each utility relocated.

END OF SECTION

Contract No. C0981R Demolition Regional Connector Advanced Utility Relocations 02050-4 ISSUED FOR BID 06/14/13

SECTION 02140

DEWATERING

PART 1 - GENERAL

1.1 DESCRIPTION - In case groundwater is encountered, contact Metro for resolution.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT will be made under a Change Order.

END OF SECTION

Dewatering Contract No. C0981R 02140-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 02145

DEWATERING FLUID TREATMENT (DFT)

PART 1 - GENERAL

1.1 DESCRIPTION - In case groundwater is encountered, contact Metro for resolution.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT will be made under a Change Order.

END OF SECTION

Contract No. C0981R Dewatering Fluid Treatment (DFT) Regional Connector Advanced Utility Relocations 02145-1 ISSUED FOR BID 06/14/13

SECTION 02200

EARTHWORK

PART 1 - GENERAL

1.1 DESCRIPTION

A. The Work specified in this Section consists of performing operations to excavate materials, regardless of character and subsurface conditions, necessary for construction of structures and other facilities; to excavate trenches for utilities; to excavate selected material from site and to obtain borrow material on or off-site for use as specified; to construct embankments, including placing and compacting selected material in connection therewith as specified; to place and compact backfill for structures and other facilities; to backfill and compact trenches; to remove and replace unsuitable material; to excavate and grade roads, parking areas and driveways; to prepare base material for the placing of other material thereon; as indicated. If contaminated soils are encountered handle them in accordance with Section 01175, Hazardous Waste Operations Earthwork. Excluded Hazardous Waste operations are excluded from this contract.

1. All trench backfills shall be by the use of Controlled Low Strength Material (CLSM), per Section 03126, or Concrete Slurry Class 100-E-100 of the Greenbook as noted on the plans or herein. 2. All the excavated materials not intended for use on the job site shall be removed and hauled off from the job site promptly to landfills at the Contractor’s expense.

B. Earthwork may involve Hazardous Substances or materials containing Hazardous Substances, as entitled and disclosed in Special Provisions. Comply with provisions on Hazardous Waste Operations affecting Work required under Section 01175, Hazardous Waste Operations Earthwork, including Special Provisions Articles Hazardous Substances; Section 01105, Metro-Directed Stoppages; Section 01545, Worksite Safety Requirements; Section 01566, Pollution Controls; Section 01568, Hazardous Waste Operations Safety and Health Program and Section 02050, Demolition.

C. Scope of Work under this Section does not include Excluded Hazardous Waste Operations specified in Section 01568, Hazardous Waste Operations Safety and Health Program.

1.2 QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements- Design/Bid/Build.

B. Perform testing as specified on each type and source of material.

C. Before performing mechanical excavation, augering, drilling or boring, use hand excavation to expose below ground utilities and services in vicinity of proposed Work. Instruct employees and subcontractors of need to perform hand excavation.

Contract No. C0981R Earthwork Regional Connector Advanced Utility Relocations 02200-1 ISSUED FOR BID 06/14/13

D. Metro or its designee will provide contamination monitoring and testing as specified in Section 01568, Hazardous Waste Operations Safety and Health Program. Implement program required under Section 01568, Hazardous Waste Operations Safety and Health Program.

E. Comply with Los Angeles Bureau of Engineering Master Specifications, Section 02310, Earthwork. In the event of conflict between this LABOE Section 02310 and this section, LABOE Section 02310 shall have precedence.

F. Reference Standards

1. American Society for Testing and Materials (ASTM)

ASTM D422 Particle Size Analysis of Soils

ASTM D1556 Density and Unit Weight of Soil in Place by the Sand-Cone Method

ASTM D1557 Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft (2,700 kN-m/m))

ASTM D2419 Sand Equivalent Value of Soils and Fine Aggregate

ASTM D2922 Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth)

ASTM D4253 Maximum Index Density of Soils Using a Vibratory Table

ASTM D4254 Minimum Index Density of Soils and Calculation of Relative Density

ASTM D4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils.

2. Los Angeles Bureau of Engineering Master Specifications

Section 02310 Earthwork

1.3 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. Gradation

B. Results of backfill material qualification tests and field density tests for each category of products in Part 2.

C. Submittals specified in Section 01568, Hazardous Waste Operations Safety and Health Program.

D. Manufacturer's product data.

1.4 WORKSITE CONDITIONS

Contract No. C0981R Earthwork Regional Connector Advanced Utility Relocations 02200-2 ISSUED FOR BID 06/14/13

A. Indicated locations of existing facilities and systems are approximate. Investigate and determine exact location and nature of utilities, facilities and systems, and be solely responsible for damages caused by construction activities.

B. Excavation in areas that have or may have underground facilities:

1. Delineate with white paint, flags or other methods area to be excavated and contact Underground Service Alert as specified in Section 02601, Maintenance and Support of Utilities to request that facility owners mark the location of underground utilities.

2. Identify temporary survey markings using PINK colored markings in accordance with Underground Service alert requirements.

3. Facility owners will field mark approximate location and number of subsurface installations affected by excavation using following colors:

a. Safety RED - Electric power, distribution, and transmission installations, or municipal electric installations.

b. High Visibility Safety YELLOW - Gas distribution and transmission installations, oil distribution and transmission installations, or installations containing or transporting dangerous materials, products, or steam.

c. Safety Alert ORANGE - Telephone and telegraph installations, police and fire communication installations, and cable television installations.

d. Safety Precaution BLUE - Water installations and slurry pipelines.

e. Safety GREEN - Sewer installations.

f. Do not use above listed colors for Contractor's temporary markings such as survey points; use U.S.A. designated PINK color.

C. Prevent water from accumulating in excavation. Dewater as specified in Section 02140, Dewatering.

PART 2 - PRODUCTS

2.1 SOIL MATERIALS A. All Trench Backfills shall be by the use of Controlled Low Strength Materials (CLSM), per Section 03126, or Concrete Slurry Class 100-E-100 of the Greenbook as noted on the plans. Only use soil materials, where indicated. B. As indicated, suitable materials from excavations for use in fill and embankments shall be free from shale, sod, large clods or hard lumps of earth, roots, trash or other debris; that has a liquid limit of less than 30 and a plasticity index of less than 9; and is readily compatible to specified density. No rock, cobbles or broken concrete exceeding 2 inches in maximum dimension shall be placed in compacted fill without the specified approval of Metro or their designee. No rock, cobles or broken concrete exceeding 1 inch in maximum dimension shall be placed in compacted fill of the utility trench. C. Fill Material: Furnish imported earth material as necessary; if specified in the contract

Contract No. C0981R Earthwork Regional Connector Advanced Utility Relocations 02200-3 ISSUED FOR BID 06/14/13

requirements or if the amount of suitable earth materials obtained from the job-site excavations is not sufficient to properly construct the required fill, subject to the approval of Metro or their designee prior to use.

1 Obtain imported fill material from a source approved by Metro or their designee prior to importing to the job-site. 2 Imported fill material shall be free of foreign materials, vegetable growths, sod, rocks, expansive soils and all debris. 3 Lime for Treatment of Imported Fill Material: As here after specified in accordance with Section 301-5 - LIME-TREATED SOIL of SSPWC. 4 Where fill material exhibits a wide variation in consistency, Metro or their designee may require blending to stabilize and upgrade the material as directed by Metro or their designee. 5 In landscape (planting area), fill shall not be saline or contain anything that would prevent normal plant growth: See LANDSCAPING, Section 02900 of the Project Manual for verification of required or approved fill material. 6 Fill material is subject to the approval of Metro or their designee. D. Base Material: "Untreated-Crushed Aggregate Base", 3/4-inch maximum size aggregate, as specified in Section 200-2.2 -UNTREATED BASE MATERIAL of SSPWC. E. Pipe Bedding and Trench Backfill Material: 1. All Pipe Bedding shall be installed per the drawings and Standard Specifications for Public Works Construction, 2009 Edition and per City of Los Angeles Standards. 2. Conforming to applicable Sections of the specifications and the plans for the pipe bedding widths and depths. F. Soil Cement: Use the soil-cement to form a dense, uniform mass conforming to the lines, grades and cross sections shown on the Contract Drawings The soil cement shall be mixed, placed and compacted at least 95% of the relative compaction, in accordance with Section 301-3 of SSPWC and the instructions of Metro. G. Structural Backfill: The structural backfill shall have a sand equivalent of not less than 20 in accordance with Section 300-3.5 -STRUCTURAL BACKFILL and Section 300-45 - PLACING MATERIALS FOR FILLS of SSPWC, and placed and compacted to 90% of relative compaction. H. Trench Backfill: Backfill for all utilities shall be Controlled Low-Strength Material per Section 03126, placed in accordance with Section 306-1.3.1., except for sewer utilities, which shall be concrete slurry, 100-E-100 per the Green Book.

Contract No. C0981R Earthwork Regional Connector Advanced Utility Relocations 02200-4 ISSUED FOR BID 06/14/13

PART 3 - EXECUTION

3.1 EXCAVATION - Remove material encountered within indicated limits. Subgrade - Lowest elevation of excavation required to accommodate indicated construction. Do not place anything on subgrade before inspection and acceptance of subgrade by Metro or its designee. If soils encountered at indicated subgrade are unacceptable, as determined by Metro or its designee, excavate until soils acceptable to Metro or its designee are encountered. Bearing capacity of subgrade in such wet materials may become unsuitable if subjected to excessive disturbance by construction equipment. If this occurrence cannot be avoided, and material does become unsuitable, over excavate to remove damaged materials to a depth acceptable to Metro or its designee. Remove surplus excavated materials and excavated materials from Worksite and dispose of materials in designated areas, in accordance with CAL/OSHA at the expense of the Contractor. When excavating within two feet of utility markings, California law requires hand excavation be used to expose utilities; inform employees and Subcontractors, who perform excavation, of requirements of the law. The law defines excavation as any operation that moves dirt (i.e. pile drilling; instrumentation borings; general; structural or utility excavation, etc.)

A. General Excavation - Excavating for construction of roadways, driveways and bus lanes, as indicated.

1. Subgrade preparation for at-grade roadways in excavation areas - Placing, compact- ing, shaping, and draining subgrade to satisfy specified requirements. See Testing, paragraph 3.5 B.

2. Generally form side slopes of rock cuts to typical section indicated. Remove loose rock on cut slopes immediately after having been loosened.

3. All excavated materials shall be removed and hauled off to the landfill at the expense of the Contractor.

B. Structure Excavation

1. Ensure subgrade is not disturbed. If subgrade material is disturbed, scarify to a depth of six inches and recompact loosened soil to compaction specified for structure, or remove and replace disturbed material with Portland cement concrete of same class as structure supported, at no additional cost to Metro.

2. Remove and replace over cut subgrade level rock, for structures indicated to be founded on rock, with Portland cement concrete of same class as structure supported, at no additional cost to Metro. For structures indicated to be founded on soil, remove over cut subgrade level rock and replace with fill material; compact fill material to at least 95 percent of maximum dry density.

3. Remove oily contaminated material in accordance with Federal, State and local requirements following classification by appropriate agencies.

4. Archaeological resources may be encountered; comply with requirements of Section 01171, Historic Treatment Procedures.

Contract No. C0981R Earthwork Regional Connector Advanced Utility Relocations 02200-5 ISSUED FOR BID 06/14/13

C. Trench Excavation - Consisting of open trenching for pipes and conduits; excavate for vaults, manholes and related facilities. Do not place excavated materials within three feet of edge of trench.

D. Should gas well casings, USTs or hazardous substances requiring Excluded Hazardous Waste Operations (events) be encountered during excavation operations, Metro or its designee may direct Contractor to cease excavation operations until events are removed and closed in accordance with requirements of governmental authorities having jurisdiction. Measurement and payment of delay time, labor, materials and equipment required to remove and dispose of events will be made as specified in Section 01568, Hazardous Waste Operations Safety and Health Program and Section 01105, Metro- Directed Stoppages.

3.2 All Trench Backfills shall be done using Controlled Low Strength Materials (CLSM) or Concrete Slurry Class 100-E-100 of the Greenbook as noted on the plans per Section 03126. All excavated materials not used shall be hauled off at the expense of the Contractor. Place fill materials where needed and as indicated. Use excavated materials meeting requirements of embankment fill. Deposit and spread in uniform, horizontal layers not thicker than eight inches before compaction; extend layers full width of cross-section, where practicable. Compact each layer of fill material to specified compaction. Do not place stone and rubble in areas where fence posts and utility poles will be installed, or under piled structures. Contact between stones or rubble, or nesting that will create voids - Not allowed. Compact fill with equipment other than heavy machinery where heavy machinery may damage facilities. "Jetting" method of compaction is specifically prohibited.

A. Backfilling around utilities not specified otherwise in other applicable sections of utility specifications and drawings.

1. Place bedding material under utility so that utility will be supported uniformly and continuously. Place bedding material for backfilling as indicated or to a depth of 12 inches above top of conduit. Compact material with light hand-operated equipment to at least 85 percent of maximum index density in accordance with ASTM D4253 and D4254; ensure proper support for conduit. Place additional structural backfill, as required, in eight inch lifts and compact to at least 90 percent of maximum dry density.

2. Place backfill material around utility structures; shield to protect structures and waterproofing or coating thereof, and prevent displacement and damage by soil placement. Do not proceed with backfilling on or against concrete utility structures until those structures have reached 67 percent of their 28 day compressive strength, except thrust blocks against which backfill may be placed not less than 24 hours after placement of concrete.

3. Remove or fill vaults, manholes and catch basins designated as abandoned or to be abandoned. Break bottoms of structures left in place to permit drainage.

4. Obtain utility owner's approval before backfilling on or round utility lines and facilities. Coordinate with Metro or its designee to obtain these approvals.

C. Ram and tamp backfill placed under a supported utility with special tools and equipment used in utility construction. "Jetting method of compaction is specifically prohibited. When backfill cannot be adequately compacted, place lean concrete between compacted

Contract No. C0981R Earthwork Regional Connector Advanced Utility Relocations 02200-6 ISSUED FOR BID 06/14/13

backfill and underside of utility lines. Place construction paper between lean concrete and bottom of utility.

3.3 ABANDONMENT OF OLD OIL WELLS - If an abandoned oil well is encountered during excavation, notify Metro or its designee, CAL/OSHA representatives, and California Division of Oil and Gas (CAL/DOG). Define location and condition of well, control materials from well, and re-abandon well in accordance with requirements of CAL/OSHA and CAL/DOG.

3.4 TESTING

A. For each material used as backfill, perform following test for each 1,000 cubic yards of fraction thereof; ASTM D422, ASTM D1557, ASTM D4318.

B. Test each 100 linear feet or 500 square feet or fraction thereof for backfill in accordance with ASTM D1556 or ASTM D2922. Tested area - Acceptable when test results indicate compacted density is a minimum of the values specified in Paragraphs and 3.2 of maximum dry density and +/- two percent of optimum moisture content as determined by ASTM D1557 for that specific lot.

C. Place structural backfill material in uniform layers and bring up uniformly on all sides of the structure or facility. Do not exceed thickness of eight inches, before compacting each layer.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. Excavation – Excavation will not be separately measured.

4.2 PAYMENT

A. Payment will be made under each relocated utility.

END OF SECTION

Contract No. C0981R Earthwork Regional Connector Advanced Utility Relocations 02200-7 ISSUED FOR BID 06/14/13

SECTION 02232

CRUSHED AGGREGATE BASE

PART 1 - GENERAL

1.1. DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

Crushed aggregate base will not be measured separately.

4.2 PAYMENT

A. Payment will be made under the utility relocated.

END OF SECTION

Crushed Aggregate Base Contract No. C0981R 02232-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 02512

ASPHALT CONCRETE PAVEMENT

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately and will be included in the work for each associated utility relocation.

B. Additional grind and overlay shall be measured per square yard.

4.2 PAYMENT

A. The Work of this Section associated with relocated utilities will be paid for as part of the Contract unit price for the individual utility items included in the Contract.

B. Additional grind and overlay will be paid under Schedule of Quantities and Prices Form, Schedule D, Item 9.

END OF SECTION

Contract No. C0981R Asphalt Concrete Pavement Regional Connector Advanced Utility Relocations 02512-1 ISSUED FOR BID 06/14/13

SECTION 02514

PORTLAND CEMENT CONCRETE PAVEMENT

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. Concrete pavement and bus pads will not be measured separately.

B. Additional concrete pavement will be measured by the square yard.

C. Additional bus pads will be measured as each.

4.2 PAYMENT

A. Payment for concrete pavement and bus pads will be made under the relocated utility associated with the pavement.

B. Payment for additional concrete pavement will be made under Schedule of Quantities and Prices Form, Schedule D, Item 10.

C. Payment for additional bus pads will be made under Schedule of Quantities and Prices Form, Schedule D, Item 12.

END OF SECTION

Contract No. C0981R Portland Cement Concrete Pavement Regional Connector Advanced Utility Relocations 02514-1 ISSUED FOR BID 06/14/13

SECTION 02525

SANITARY SEWER SYSTEM TESTING

PART 1 - GENERAL

1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This Section covers the performance of all pipeline flushing and testing, complete, for sanitary sewer system piping as specified herein and in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02585 Maintenance Hole and Precast Vault Construction. 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. The CONTRACTOR shall submit in writing all proposed plans for testing, and for water conveyance, control and disposal. The CONTRACTOR shall also submit written notice 48 hours in advance of the proposed testing schedule for review and concurrence of Metro. 1.5 QUALITY ASSURANCE

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

PART 2 - PRODUCTS

2.1 GENERAL

A. Temporary valves, plugs, bulkheads, and other air pressure testing and water control equipment and materials shall be provided by the CONTRACTOR subject to Metro’s review. No materials shall be used which will be injurious to pipeline structure and future function. Air test gages shall be laboratory-calibrated annually test gages and shall be recalibrated by a certified laboratory at the CONTRACTOR's expense prior to the leakage test, only if required by Metro. PART 3 - EXECUTION

3.1 GENERAL

Contract No. C0981R Sanitary Sewer System Testing Regional Connector Advanced Utility Relocations 02525-1 ISSUED FOR BID 06/14/13

A. Unless otherwise specified, water for testing will be furnished by the CONTRACTOR. The CONTRACTOR shall make all necessary provisions for conveying the water from the CITY-designated source to the points of use.

B. Release of water from pipelines, after testing has been completed, shall be performed as reviewed by the CONTRACTOR.

C. All testing operations shall be performed in the presence of the INSPECTOR.

3.2 TESTING OF PIPELINE

A. General: All gravity sewer pipes and service laterals shall be tested for exfiltration and/or infiltration and deflection, as specified. All maintenance holes shall be tested for leakage, as specified. Maintenance holes shall be tested prior to backfill placement, whereas all pipe shall be backfilled prior to testing. All leakage tests of sanitary sewer systems shall be in conformance with SSPWC Section 306-1.4.1. For pressure sewers (force main) tests), the water pressure shall be measured at the lowest point of the pipeline section being tested. B. Water Exfiltration Test shall be in conformance with SSPWC Section 306-1.4.2. C. Water Infiltration Test shall be in conformance with SSPWC Section 306-1.4.3. Unless otherwise specified, infiltration will be measured by the CONTRACTOR using measuring devices approved by Metro. D. Air Pressure Test shall be in conformance with SSPWC Section 306-1.4.4. E. At the CONTRACTOR's option, joints may be air tested individually, joint by joint, with the use of specialized equipment. The CONTRACTOR shall submit its joint testing procedure for Metro's review and approval prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. The minimum allowable pressure drop shall be 1.0 psi over a 30-second test period. F. Water Pressure Test shall be in conformance with SSPWC Section 306-1.4.5. G. Deflection Test: All flexible and semi-rigid main line pipe shall be tested in accordance with SSPWC Sections 306-1.2.12 and 306-1.2.13 for deflection, joint displacement, or any other obstruction by passing a rigid mandrel through the pipe by hand, not less than 30 days after completion of the trench backfill, but prior to permanent resurfacing. The mandrel shall be a full circle, solid cylinder, or a rigid, non-adjustable, odd- numbered leg (9 leg minimum) steel cylinder, accepted by Metro as to design and manufacture. The circular cross section of the mandrel shall have a diameter of at least 95 percent of the specified average inside diameter of the pipe and the minimum length of the circular portion of the mandrel shall be equal to the nominal diameter of the pipe. Obstructions encountered by the mandrel shall be corrected by the CONTRACTOR.

Contract No. C0981R Sanitary Sewer System Testing Regional Connector Advanced Utility Relocations 02525-2 ISSUED FOR BID 06/14/13

3.3 TESTING OF MAINTENANCE HOLES

A. All sewer maintenance holes shall be hydrostatically tested for leakage after installation, but prior to being backfilled. Prior to hydrostatic testing, all maintenance holes shall be visually inspected for leaks. All leaks or cracks shall be repaired by the CONTRACTOR, prior to hydrostatic testing, to the satisfaction of Metro and the INSPECTOR. All pipes entering the maintenance hole shall be sealed at a point outside the maintenance hole walls so as to include testing of the pipe/maintenance hole joints. The maintenance hole shall be filled with water to a level 2 inches below the top of the frame. Safety lines shall be secured to all plugs utilized. After a period of at least one hour to allow the water level to stabilize, the maintenance hole shall be refilled and the water level shall be checked. The water level shall again be checked after a period of 4 hours. If the water level is reduced by more than 1/4-inch, the leakage shall be considered excessive, and the CONTRACTOR shall be required to make all necessary repairs and retest the maintenance hole. The exterior of the maintenance hole shall be inspected during this period for visible evidence of leakage. Visible moisture, sweating, or beads of water on the exterior of the maintenance hole shall not be considered leakage, but any water running across the surface will be considered leakage and shall be repaired to the satisfaction of Metro and the INSPECTOR regardless of the volume of water lost.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

A. Payment for testing of a relocated sewer will be made under that sewer’s payment.

END OF SECTION

Contract No. C0981R Sanitary Sewer System Testing Regional Connector Advanced Utility Relocations 02525-3 ISSUED FOR BID 06/14/13

SECTION 02528

CONCRETE CURBS, GUTTERS AND SIDEWALKS

PART 1 - GENERAL

1.1. DESCRIPTION - The Work specified in this Section consists of furnishing and installing concrete curbs, gutters, channels and sidewalks, including wheelchair ramps, driveway ramps and alley intersections necessary for repair and replacement of the curbs, gutters, and sidewalks that have been damaged or removed. All work shall be performed in accordance with Standard Specification for Public Works Construction (SSPWC), Section 201 and Subsection 303-5, unless otherwise indicated.

1.2. QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

B. Ensure Work is supervised by qualified superintendent and performed by experienced finishers.

C. Allowable Tolerances:

1. Cross Sectional dimensions and alignment: +/- 1/8 inch.

2. Finish elevation: +/- 3/16 inch.

D. Steel Reinforcement - Comply with SSPWC subsection 201-2, as modified by City of Los Angeles Standard Plan for Public Works Construction, when applicable.

E. Referenced Standards

1. American Society for Testing and Materials (ASTM)

ASTM A36 Structural Steel

2. SSPWC, Section 201 and subsection 303-5 as modified by latest edition of the City of Los Angeles, Bureau of Engineering Brown Book.

1.3. SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures.

A. Concrete mix design and samples in accordance with SSPWC, subsection 201-1-1.1.3 and 201-1.1.4 and latest edition of the City of Los Angeles, Bureau of Engineering Brown Book.

B. Certificates of compliance of materials in accordance with SSPWC, subsection 201-1.2.1 and latest edition of the City of Los Angeles, Bureau of Engineering Brown Book, City of Los Angeles.

C. Material qualification data and concrete mix design for review and acceptance.

Concrete Curbs, Gutters and Sidewalks Contract No. C0981R 02528-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

1.4 WORKSITE CONDITIONS - Protection of Work

A. Furnish and maintain barricades not less than three days where new concrete may be exposed to damage. Place and maintain warning lights, from sunset to sunrise, until barricades are removed.

B. Cover concrete surfaces in areas subject to construction, pedestrian and equipment traffic; prevent defacement and damage of concrete.

PART 2 - PRODUCTS

2.1. CONCRETE conforming to SSPWC, subsection 201-1.

2.2. EXPANSION JOINT FILLER conforming to SSPWC, subsection 201-3.

2.3. REINFORCEMENT - As specified in Section 03200, Concrete Reinforcement and comply with SSPWC.

2.4. CHECKERED STEEL PLATE AND CHANNELS for sidewalk flumes conforming to ASTM A36.

2.5. VAPOR BARRIER - Six mil thick polyethylene sheeting.

PART 3 - EXECUTION

3.1. CONFORM to SSPWC, subsection 303-5.

PART 4 - MEASUREMENT AND PAYMENT

4.1. MEASUREMENT

A. Curbs, gutter and sidewalks will not be measured separately for payment.

B. Additional concrete curbs and gutters will be measured by the linear foot.

C. Additional sidewalk will be measured by the square foot.

4.2. PAYMENT

A. Payment for curbs, gutters, and sidewalks will be made under payment for the associated utility.

B. Payment for additional curbs shall be made under Schedule of Quantities and Prices Form, Schedule D as follows:

1. Item No. 7, - Type A, per linear foot.

2. Item No. 8, - Type C, per linear foot.

C. Payment for additional sidewalk will be made under Schedule of Quantities and Prices Form, Schedule D, Item 11, per square foot.

Concrete Curbs, Gutters and Sidewalks Contract No. C0981R 02528-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

END OF SECTION

Concrete Curbs, Gutters and Sidewalks Contract No. C0981R 02528-3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 02580

PAVEMENT STRIPING AND MARKING

PART 1 - GENERAL

1.1. DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The Work of this Section will not be measured separately for payment.

4.2 PAYMENT

A. Payment will be made under Schedule of Quantities and Prices Form, Schedule A. Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Contract No. C0981R Pavement Striping and Marking Regional Connector Advanced Utility Relocations 02580-1 ISSUED FOR BID 06/14/13 SECTION 02585

MAINTENANCE HOLE AND PRECAST VAULT CONSTRUCTION

PART 1 - GENERAL

1.1 DESCRIPTION - Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works and other City of Los Angeles requirements.

PART 2 - PRODUCTS

Not Used

PART 3 -- EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. The work of this section will not be measured separately.

B. The Work of this Section will be measured as a lump sum.

4.2 PAYMENT

A. Payment for all work will be made under each utility relocated.

END OF SECTION

Contract No. C0981R Regional Connector Advanced Utility Relocations Maintenance Hole and Precast Vault Construction ISSUED FOR BID 06/14/13 02585-1

SECTION 02600

PIPED UTILITIES

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC), “Brown Book” from City of Los Angeles Department of Public Works and Los Angeles Department of Water and Power – Water requirements.

A. The Work specified in this Section includes piping and specialties for potable water service and complete water distribution system as indicated on the drawings and specified in the Contract Documents. The work includes: re-routing furnishing and installing domestic water mains, corrosion control test facilities; cathodic protection system; making connections, to stations and structures for which water are required; and applying pipe coatings, and pipe lining.

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will be measured as lump sum for all sizes of installed pipe including demolition, excavation, bedding, procuring, installing, testing, disinfecting, backfilling, paving, and any other activity associated with the relocated utility. Laterals will be measured with the main utility lines.

4.2 PAYMENT

A. Payment will be made under Schedule of Quantities and Prices Form, Schedule A as follows:

1. Item No. 3 – Lump Sum. 2. Item No. 4 – Lump Sum. 3. Item No. 5 – Lump Sum. 4. Item No. 6 – Lump Sum. 5. Item No. 7 – Lump Sum. 6. Item No. 8 – Lump Sum. 7. Item No. 9 – Lump Sum.

END OF SECTION

Contract No. C0981R Piped Utilities Regional Connector Advanced Utility Relocations 02600-1 ISSUED FOR BID 06/14/13

SECTION 02601

MAINTENANCE AND SUPPORT OF UTILITIES

PART 1 - GENERAL

1.1 DESCRIPTION - Maintain and protect indicated or specified utilities encountered in Work in accordance with the requirements of the encountered utility owner, unless otherwise indicated or specified. If utilities are encountered which are neither indicated nor specified, cease operations in the immediate area of the encountered utility so as to cause no damage or further damage and contact Metro for resolution.

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Contract No. C0981R Maintenance and Support of Utilities Regional Connector Advanced Utility Relocations 02601-1 ISSUED FOR BID 06/14/13

SECTION 02661 CATHODIC PROTECTION SYSTEM

PART 1 - GENERAL

1.01 SUMMARY

A. Section Includes:

Comply with Standard Specification for Public Works Construction (SSPWC), “Brown Book” from City of Los Angeles Department of Public Works and Los Angeles Department of Water and Power – Water requirements.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 1 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT

A. Payment will be made under each utility relocated.

END OF SECTION

Contract No. C0981R Cathodic Protection System Regional Connector Advanced Utility Relocations 02661-1 ISSUED FOR BID 06/14/13

SECTION 02730

SANITARY SEWER SYSTEMS

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this Section consists of furnishing and installing sanitary sewer systems as indicated and in accordance with latest issue and supplements of Standard Plans for the City of Los Angeles, and Standard Specifications for Public Works Construction (SSPWC) as modified by latest edition of the City of Los Angeles, Bureau of Engineering Brown Book, as specified.

Sanitary Sewer System shall be constructed per the following standard plans:

STANDARD PLANS CITY OF LOS ANGELES S-110-1 HOUSE CONNECTION SEWER S-111-0 HOUSE CONNECTION REMODELING S-121-1 PLASTIC LINER PLATE DETAILS S-137-1 ADJUSTING SEWER MAINTENANCE HOLES TO GRADE S-139-2 GAS TRAP MAINTENANCE HOLE S-140-0 SEWER MANHOLES-GENERAL S-142-0 PRECAST CONCRETE SEWER MANHOLE S-148-1 DROP SEWER MANHOLE S-156-0 MANHOLE INNER COVER C S-160-0 CHIMNEYS S-251-1 PIPE LAYING IN TRENCHES S-253-0 SUPPORTS FOR STORM DRAIN AND SEWER PIPES ACROSS TRENCHES S-254-1 TUNNEL AND JACKED CASING DETAILS S-255-1 BLANKET PROTECTION FOR PIPES S-282-2 MANHOLE FRAME AND COVER-27 INCH S-286-2 MAINTENANCE HOLE FRAME AND COVER-36 INCH S-430-1 JOINTS IN CONCRETE PAVEMENT S-442-3 CURB RAMPS S-791-1 ADVANCE CONSTRUCTION NOTICE SIGNS

1.2 QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

B. Materials and Workmanship for sanitary sewers to be incorporated into City of Los Angeles sanitary sewer system - Comply with Standard Plans for City of Los Angeles Department of Public Works, Bureau of Engineering or appropriate public agency.

Contract No. C0981R Sanitary Sewer Systems Regional Connector Advanced Utility Relocations 02730-1 ISSUED FOR BID 06/14/13 1. Before beginning construction of a manhole reach, confirm that the entire Section of sanitary sewer can be constructed as indicated.

2. Immediately notify Metro or its designee, the City, or the County of active sanitary sewers encountered, but not indicated on plans or marked in field.

3. Notify City of Los Angeles, Bureau of Contract Administration, Telephone: (213) 485-3002, or appropriate public agency before 12:00 noon of Working day prior to start of Work.

C. Reference Standards

1. American Society for Testing and Materials (ASTM)

ASTM C541 Linings for Asbestos-Cement Pipe

ASTM D1248 Polyethylene Plastics Molding and Extrusion Materials

ASTM D1785 Polyvinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80, and 120

ASTM D2241 Polyvinyl Chloride (PVC) Pressure-Rated Pipe (SDR Series)

ASTM D2321 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications

ASTM D2467 Socket-Type Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80

ASTM D2855 Making Solvent-Cemented Joints with Poly(Vinyl Chloride) (PVC) Pipe and Fittings

2. American Water Works Association (AWWA)

AWWA C105 Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids

AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. Through 12 in. for Water Distribution

1.3 SUBMITTALS - Refer to Section 01300, Submittals, for submittal procedures. Submittal shall be in accordance with Section 2-5.3, “Submittals,” of the SSPWC

A. Manufacturers product data.

B. Shop Drawings for special and modified manholes and junction structures.

C. Test results.

D. Bypass and Spill Prevention Plans in conformance with Section 7-8.5 of the Brownbook.

E. Pre and Post installation CCTV (Closed-Circuit Television) report in conformance with section 500-1.3 of the Brownbook.

Contract No. C0981R Sanitary Sewer Systems Regional Connector Advanced Utility Relocations 02730-2 ISSUED FOR BID 06/14/13

1.4 WORKSITE CONDITIONS

A. Indicated locations of existing facilities and systems are approximate. Investigate and determine exact location and nature of utilities, facilities and systems; be solely responsible for damage caused by construction activities.

B. Excavations - Dry immediately before and after products are installed. Surfaces and structures to and on which products will be installed - capable of supporting products. Before products are installed, finish surfaces which will be concealed by products.

C. City of Los Angeles or appropriate public agency will inspect their facilities before encasement in concrete or backfilling.

PART 2 - PRODUCTS

2.1 MAINTENANCE HOLE FRAMES, COVERS, PIPE, FITTINGS, AND MISCELLANEOUS ITEMS - In accordance with the SSPWC, and Standard Plans of the City of Los Angeles, Bureau of Engineering, or appropriate governing agency standards.

2.2 CONCRETE REINFORCEMENT - As specified in Section 03200, Concrete Reinforcement.

2.3 CONCRETE - In accordance with SSPWC, Section 201-1.1.2.

2.4 PRECAST UNITS - Conform to SSPWC Section 201-1.1.2 and as applicable City of Los Angeles Standard Plans or appropriate public agency.

2.5 PRECAST CONCRETE RINGS - Conform to SSPWC, Section 201-1.1.2 and City of Los Angeles Standard Plan S-142-0.

2.6 EXISTING MAINTENANCE HOLE FRAMES AND COVERS - Remove and salvage existing manhole frames and covers; reuse salvaged materials as approved by Metro or its designee.

2.7 VITRIFIED CLAY PIPE (VCP) - In accordance with Section 207-8 of SSPWC latest edition, and as modified by latest edition of the City of Los Angeles, Bureau of Engineering Brown Book as last revised. All Vitrified Clay Pipe and fittings shall be extra strength.

2.8 MAINTENANCE HOLES - All Sanitary Sewer Maintenance Holes shall be lined with PVC T-Lock or PVC Duraplate 100 with Butyl Rubber Riser/Grade Ring joints, or a City of Los Angeles approved protective corrosion proof coating. Refer to Bureau of Engineering Special Order No. 003-0193 for details.

PART 3 - EXECUTION

3.1 SEWER PIPING

A. Piping, maintenance hole and junction structure excavation shall conform to SSPWC. Notify Underground Service Alert (USA) of Southern California at least three working days before start of excavation.

B. Install sanitary sewer system in accordance with Section 306, "Underground Conduit

Contract No. C0981R Sanitary Sewer Systems Regional Connector Advanced Utility Relocations 02730-3 ISSUED FOR BID 06/14/13 Construction," of the SSPWC unless otherwise indicated on the Approved Design Documents.

C. Construct maintenance holes and junction structures as indicated on the Approved Design Documents. Provide precast concrete as indicated on the Approved Design Documents. Coat interior surfaces of precast concrete maintenance holes with coating approved by City of Los Angeles Bureau of Engineering or appropriate public agency.

D. Perform backfilling in accordance with SSPWC, Section 306-1.3, "Backfill and Densification”, of the SSPWC. The jetting and/or flooding method of compaction Is specifically prohibited.

E. Contractor to perform sewer leakage testing in accordance with Section 306-1.4, "Testing Pipelines,” of the SSPWC in the presence of the Contractor's Quality Control Manager or designee and City Inspector. Repair leaks and retest as needed.

F. Encasement in Concrete – Support and brace pipe indicated to be entirely or partially embedded in concrete; prevent movement or displacement of pipe during testing and during placement and consolidation of concrete. Provide concrete in accordance with SSPWC Section 201-1, “Portland Cement Concrete" unless otherwise indicated on the Approved Design Documents. Place concrete for pipe encasement around sides of pipe and against undisturbed walls of trench to height indicated on Approved Design Documents. Provide trench width per city of Los Angeles, Standard Plan S- 251-1 or approved public agency. All sewer pipes less than 4' deep shall require Case 5 bedding per Standard Plan S-251-1. House connections which are rearranged and require concrete encasement may be replaced with PVC piping and be placed inside schedule 80 PVC sleeves in lieu of the required concrete encasement. Contractor shall submit calculations and analysis to support using PVC sleeves without concrete encasement for the City to review, in lieu of required concrete encasement. All sewers to be abandoned shall be CCTV’ed for house connections (HCs). Reconnect all HCs and install a minimum of one(1) HC per lot.

3.2 CASINGS AND SEALS

A. Concrete Casings - Install concrete casing in accordance with the specified installation requirements for casing and sleeves in accordance to the plans, unless otherwise indicated.

B. Metallic Casings - Install casing insulators and casing end seals in accordance with the specified installation requirements for casing insulators and casing end seals in accordance to the plans and Standard Plans S-251-1, unless otherwise indicated.

3.3 THRUST BLOCKS - Install thrust blocks on unrestrained changes of direction on pressure pipe. Cover pipe with a loosely applied felt wrap secured to the pipe with pressure sensitive tape. Bear thrust blocks on undisturbed soil, and construct in accordance with (City of Los Angeles Standard Plan S-651.)

3.4 APPROVALS - Prepare and submit “As-Built” plans of completed projects prior for the City of Los Angeles, Bureau of Engineering to review and provide final approval and acceptance of the project as public infrastructure.

PART 4 - MEASUREMENT AND PAYMENT

Contract No. C0981R Sanitary Sewer Systems Regional Connector Advanced Utility Relocations 02730-4 ISSUED FOR BID 06/14/13 4.1 MEASUREMENT - The Work of this Section will be measured as lump sum for all sizes of installed sewer including demolition, excavation, bedding, procuring, installing, testing, backfilling, paving, and any other activity associated with the relocated utility. Laterals will be measured with the main utility lines.

4.2 PAYMENT

A. Payment will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 2, - Lump Sum.

END OF SECTION

Contract No. C0981R Sanitary Sewer Systems Regional Connector Advanced Utility Relocations 02730-5 ISSUED FOR BID 06/14/13

SECTION 03100

CONCRETE FORMWORK

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately for payment.

4.2 PAYMENT - The Work this Section will be paid for as part of the Contract unit price for the associated relocated utility Work.

END OF SECTION

Concrete Formwork Contract No. C0981R 03100-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 03126 CONTROLLED LOW-STRENGTH MATERIAL

PART 1 – GENERAL

1.1 This item shall consist of furnishing, transporting, and placing Controlled Low-Strength Material (CLSM) or otherwise referred to as “SLURRY” to be used as flowable backfill in trenches, abandoned pipes, and other locations as shown on the plans or as specified. CLSM shall not be placed at during any shift when any other cementitious material is being delivered to the jobsite by transit mix truck.

Comply with Standard Specification for Public Works Construction (SSPWC), “Brown Book” from City of Los Angeles Department of Public Works

PART 2 - PRODUCTS

Not Used

PART 3 – EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT - The Work of this Section will be paid for as part of the Contract unit price for the individual relocated utility items included in the Contract.

END OF SECTION

Controlled Low-Strength Material Contract No. C0981R 03126-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 03200

CONCRETE REINFORCEMENT

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. Reinforcing steel furnished and acceptably installed will not be separately measured for payment. It will be incidental to the concrete as part of that concrete furnished and acceptably installed.

4.2 PAYMENT

A. PAYMENT will be made under the individual relocated utility.

END OF SECTION

Concrete Reinforcement Contract No. C0981R 03200-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 03300

CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT

A. Payment will be made under each utility relocated.

END OF SECTION

Cast-In-Place Concrete Contract No. C0981R 03300-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 03301

PORTLAND CEMENT CONCRETE

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

3.1 MATERIAL PREPARATION - Mixing Concrete

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT

A. Portland cement concrete will not be measured separately for payment.

4.2 PAYMENT

A. Payment will be made under each concrete installation.

END OF SECTION

Portland Cement Concrete Contract No. C0981R 03301-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 03346

UNFORMED CONCRETE FINISHES

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT - The Work of this Section will be paid for as part of the Contract unit price for the individual items included in the Contract.

END OF SECTION

Unformed Concrete Finishes 03346-1 Contract No. C0981R

Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 03410

PRECAST CONCRETE

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT

A. Payment will be made under each utility relocated.

END OF SECTION

Precast Concrete Contract No. C0981R 03410-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 03600

GROUT

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT - The Work of this Section will be paid for as part of the Work to which it applies.

END OF SECTION

Grout Contract No. C0981R 03600-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 05040

GALVANIZING

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Galvanizing Work described in this Section will not be measured separately for payment.

4.2 PAYMENT - The Galvanizing Work described in this Section will be paid for as part of Contract unit price for the Work to which it applies.

END OF SECTION

Contract No. C0981R Galvanizing Regional Connector Advanced Utility Relocations 05040-1 ISSUED FOR BID 06/14/13

SECTION 05055

BASIC WELDING REQUIREMENTS

PART 1 - GENERAL

1.1 DESCRIPTION - The Work specified in this Section consists of basic welding requirements for structural and non-structural metal, piping and miscellaneous metal fabrications including weld performance and procedure qualification, base and filler metal requirements, preparation, technique, inspection, examination and related special processes.

A. "Off-The-Shelf" Products: Welded products identified by Metro or its designee as "off-the-shelf" are exempt from the requirements of this Section. "Off-the shelf" means an item produced and placed in stock by a Contractor, or stocked by a distributor, before receiving orders or contracts for its sale. The item must also be commercial. "Commercial" means an item described in commercial catalogs, drawings, or industrial standards.

B. Weldments or specific welds on weldments identified by Metro or its designee to be solely architectural and/or ornamental, and where their failure will not cause system loss or jeopardize public safety, are exempt from the requirements of this Section.

1.2 QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

B. Identification for structural steel and pressure retaining welds.

1. Welder identification - Assign unique identification to each qualified welder performing welding activities for use in tracking that welder's production. Indicate welder identification marks on welder's performance qualification record. Once assigned, do not assign unique identification to another welder. Maintain log to allow matching of identification mark at weld to specific welder's name.

2. Weld identification - Develop system of weld identification to track inspection activities. Use system that allows welds to be uniquely identified and traceable between inspection documents and drawings, to allow matching of weld location and inspection activity. Maintain inspection tracking documentation and referenced inspection reports as a permanent contract record, handle, and store as quality record for the contract duration. Forward rework non-destructive examination (NDE) records to the resident engineer to be maintained as a contract record.

3. NDE Documentation - Use unique identification system to document acceptance of each weld. Do not consider welds acceptable until required examination/test results are complete, acceptable and documented. Make entries in permanent ink only. Make corrections by drawing one line through error, and signing and dating correction.

Basic Welding Requirements Contract No. C0981R 05055-1 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 4. Marking on welds: Apply marks for identification of welds by dye stamp or paint marker. Dye stamps used on dynamically loaded members are limited to blunt- nosed continuous or blunt-nosed interrupted dot types. Marking groups of welds instead of each weld is permitted only with acceptance by Metro or its designee.

C. Reference Standards

1. American Society of Mechanical Engineers (ASME)

ASME/ANSI B31.1 Power Piping

ASME Section IX Welding and Brazing Qualification

2. American Society for Nondestructive Testing (ASNT)

ASNT SNT-TC-1A Recommended Practice

3. American Welding Society

AWS B2.1 Welding Procedure and Performance Qualification

AWS D1.1 Structural Welding Code - Steel

AWS D1.2 Structural welding Code - Aluminum

AWS D1.3 Structural Welding Code - Sheet Steel

AWS D1.4 Structural Welding Code - Reinforcing Steel

AWS QC 1 AWS Certification of Welding Inspections

AWS D9.1 Sheet Metal Welding Code

D. Nondestructive Examinations (NDE), except visual - Performed by personnel certified in accordance with ASNT SNT-TC-1A.

1.3 SUBMITTALS - Obtain review and acceptance in writing by Metro or its designee before commencement of related Work, and maintain as retrievable upon request for the duration of the Contract, unless as otherwise noted below.

A. Weld Procedures - Address and document all applicable variables as noted in the suggested weld procedure forms of applicable codes for both prequalified and qualified procedures. When prequalified procedures are permitted, prepare separate prequalified procedures within the limitation of variables noted for fully qualified procedures. Include, revision number and authorized signature on each procedure. Indicate on the procedure or by submittal attachment, the specific application of all procedures submitted for review.

B. Performance Qualification Records - Include on the documents, applicable code, process, position(s) tested, material thickness, tests conducted, test results, authorized signature and other documentation in accordance with the applicable code.

Basic Welding Requirements Contract No. C0981R 05055-2 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 C. Visual Inspector Certification - All welding inspectors shall be CWI certified. Provide documented evidence as a current Certified Welding Inspector (CWI) in accordance with AWS QC1 for each person engaged in visual weld inspection activities.

D. Level II Inspector Certification for Magnetic Particle, Ultrasonic, Dye Penetrant and/or Radiographic Methods - Documented evidence of current certification, in accordance with ASNT SNT-TC-1A and the NDE contractor's Written Practice.

E. Nondestructive Examination Procedures - Establish procedures in accordance with applicable codes and standards. Provide, with the document, the performing testing agency's letterhead and signature of a Level III inspector certified for the applicable practice and employed by, or acting as an "outside agency" to, the performing NDE contractor in accordance with ASNT SNT-TC-1A and the NDE contractor's Written Practice.

F. Written Practice - Establish a Written Practice for certification of inspection personnel in accordance with ASNT SNT-TC-1A. Provide with the document, the performing testing agency's letterhead and signature of a Level III inspector certified for the applicable practices and employed by, or acting as an "outside agency" to, the performing NDE contractor in accordance with ASNT SNT-TC-1A.

G. Inspection Agency QA/QC Manual - Provide for each agency to be subcontracted/intended for use.

H. Copy of nondestructive inspection reports, within 10 days of inspection activity, for information only.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION

3.1 PROCEDURE AND WELDER QUALIFICATION - Where not referenced in the specific specification Section, qualify weld procedures and welder qualification in accordance with the following:

A. Structural Steel (1/8" min) AWS D1.1 B. Structural Aluminum AWS D1.2 C. Structural Stainless Steel AWS B2.1 or ASME IX D. Sheet Metal Structural (10 gage max.) AWS D1.3 E. Sheet Metal (Non Structural; CS, SS&AL) AWS D1.9 F. Pressure Piping ASME IX G. Non Pressure, Non Structural Piping AWS D1.1 H. Reinforcing Steel AWS D1.4

3.2 MATERIALS AND EQUIPMENT

Basic Welding Requirements Contract No. C0981R 05055-3 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 A. Store, maintain and use equipment and materials in a manner consistent with manufacturer's recommendation and good Work practice.

B. Use constant voltage power supply for all semiautomatic wire feed processes.

C. Mark and Maintain equipment, including wire brushes and grinding wheels, used for Work with stainless steels; store and use for stainless steel only.

D. Secure gas bottles used for cutting and welding to prevent their damage or unintended movement. Replace caps on valves when not in use.

3.3 WORKMANSHIP/TECHNIQUE

A. Acceptable Welding Processes - Perform Workmanship and technique in accordance with codes or standards referenced by the specific product specification Section and the following:

1. Shielded metal arc welding (SMAW).

2. Gas tungsten arc welding (GTAW).

3. Gas metal arc welding (GMAW). GMAW in short circuiting mode is not authorized for material greater than 10 gage GMAW in globular mode is not authorized for material greater than 3/8".

4. Flux cored arc welding (FCAW).

5. Submerged Arc Welding (SAW).

6. Welds deposited by processes different from authorized processes may be subject to complete removal.

B. Filler Metal

1. Filler compatibility - Select filler metal so principal elements in deposited weld metal are of same nominal composition as base material being joined.

2. Dynamic Loading - Weld dynamically loaded structures with SMAW process using E7018 electrode.

3. FCAW Self-shielded Electrode - Document on weld procedures electrical parameters, including contact tube to Work distance, in accordance with the filler manufacturer's recommendation.

C. Weld Joint Preparation

1. Prepare weld joints by machining, grinding or thermal cutting. When thermal cutting is performed, mechanically prepare and clean joint surfaces to sound metal before welding.

2. Tee and corner joints prepared by thermal cutting - Grind smooth to facilitate alignment and proper fit.

Basic Welding Requirements Contract No. C0981R 05055-4 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13 3. Cleaning of joint surfaces- Clean free of slag, rust, scale, grease, paint, and foreign material detrimental to integrity of weld.

4. Stainless steel - Use grinding wheels and stainless steel wire brushes that have not been previously used on carbon steel. Do not perform grinding on carbon steel in the area of stainless steel fabrication.

5. Perform and Maintain end preparation, root openings and alignment tolerances as described in weld procedure and applicable code. Perform tack welds used for holding alignment and position to same requirements as the root pass. Incorporate tacks into the weld only after being deslagged, wire brushed and verified as crack free, otherwise remove the tack weld maintaining the weld joint preparation requirements.

D. Weld Repair

1. Make repairs to correct weld defects using welding procedure and welders in accordance with the same requirements utilized on the original weld.

2. Reexamine repair areas using same inspection procedures by which defect was originally detected.

3. Two repair attempts will be allowed on a defective area. Do not attempt further repairs without authorization of Metro or its designee.

E. Preheat and Interpass Temperature

1. Verify maintenance of preheat and interpass temperature, as required by applicable codes, standards and procedures, with temperature crayons or other calibrated temperature measuring instruments suitable for the material welded.

2. Maintain required material preheat and interpass temperature to three inches minimum in all directions from all surfaces being welded.

3.4 NONDESTRUCTIVE EXAMINATION (NDE)

A. Site and Fabrication Yard Welding - Assure weld NDE activities including visual, magnetic particle, ultrasonic, dye penetrant and radiographic methods are performed by an independent testing laboratory employed by the Contractor. Assure the independent test laboratory CWI is present during continuous welding operations and emphasizes in-process weld inspection in accordance with AWS D1.1, Inspection of Work and Records, Subsection 6.5, for the initial welds where changes are made with respect to welders, procedures, joint details, equipment, electrodes, and preheat.

B. Where individual specification Sections do not designate NDE requirements, perform NDE practice and acceptance criteria in accordance with following codes:

1. Structural Carbon and Stainless Steel (1/8" min. thickness) - AWS D1.1.

2. Structural Aluminum - AWS D1.2.

3. Structural Sheet metal (Carbon Steel and Stainless Steel, 10 gauge max.) - AWS D1.3.

Basic Welding Requirements Contract No. C0981R 05055-5 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

4. Non Structural Sheet Metal (Carbon Steel, Stainless Steel and Aluminum) - AWS D9.1.

5. Pressure Piping - ASME Section V and ASME B31.1.

6. Non Pressure, Non Structural Piping - AWS D1.1

7. Reinforcing Steel - AWS D1.4

C. Perform NDE frequency in accordance with specific product specification Sections and referenced code.

D. Where inspection frequency is specified 10 percent, if a reject occurs in the first 10 percent sample, select a second 10 percent sample and test. If no failure occurs in the second 10 percent sample, accept the represented welds.

E. Rework and retest the rejected welds in the first 10 percent sample. If a failure occurs in the second 10 percent sample, test 100 percent of the welds. Rework and retest all rejected welds.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately for payment, acceptably completed.

4.2 PAYMENT - The Accepted Work of this Section will be paid for as a part of Work to which it pertains.

END OF SECTION

Basic Welding Requirements Contract No. C0981R 05055-6 Regional Connector Advanced Utility Relocations ISSUED FOR BID 06/14/13

SECTION 0512 0

STRUCTURAL STEEL

PART 1 - GENERAL

1.1 DESCRIPTION

The Work of this Section consists of furnishing, fabricating and erecting structural steel for the 2nd Street power vault support and elsewhere as indicated. Structural steel to consist of those items defined in the AISC Code of Standard Practice for Steel Building and Bridges. The entire structural steel drawings fabrication and erection shall conform to AISC Code of Standard Practice.

1.2 QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

B. Comply with inspection requirements of Los Angeles City Building Code (LACBC) or applicable local jurisdiction.

C. Allowable deviations in accordance with AISC.

D. Identify structural steel by name and location of mill and heat number. Provide records of mill analysis. 1. If steel cannot be identified by heat number and manufacturer’s name, provide results of one tension and one chemical analysis for each 10 tons, or fraction thereof, from each supplier. 2. Test specimens – Provided by steel fabricator as required, under the direction of the testing laboratory.

E. Welding Operations – In accordance with AWS D1.1.

F. Shop and Field Tests and Inspections – Testing laboratory inspection and testing is required for shop and field fabrication and assembly of structural steel comply with requirements of Section 05055, Basic Welding Requirements.

1. Visual Inspection 100% Welds per AWS D1.1.

2. Magnetic Particle Inspection: 10 percent of welds per AWS D1.1.

3. Ultrasonic Inspection: 10 percent of full penetration welds at least 3/8 inch thick per AWS D1.1.

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 1 ISSUED FOR BID 06/14/13

4. If a failure occurs in the first 10 percent sample, select a second 10 percent sample and test. If no failure occurs in second 10 percent sample, represented welds will be acceptable, rework failed sample in initial 10 percent sample. If a failure occurs in second 10 percent sample, test 100 percent welds.

5. Testing High Strength Bolts – Test high strength bolt connections as required by AISC S335 for using ASTM A325 bolts.

G. Reference Standards

1. American Institute of Steel Construction, Inc. (AISC)

AISC M011 Manual of Steel Construction AISC S335 Specification for Structural Steel Buildings Allow- able Load Design and Plastic Design with Com- mentary

2. American National Standards Institute (ANSI)

ANSI B1.1 Unified Inch Screw Threads ANSI B18.2.1 Square and Hex Bolts and Screws Inch Series Including Hex Cap Screws and Lag Screws

3. American Society for Testing and Materials (ASTM)

ASTM A36 Structural Steel ASTM A108 Steel Bars, Carbon, Cold Finished, Standard Quality ASTM A283 Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A307 Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength ASTM A325 Structure Bolts, Steel, Heat-Treated, 120/105 ksi Minimum Tensile Strength ASTM A563 Carbon and Alloy Steel Nuts ASTM A572 High-Strength Low Alloy Columbium-Vanadium Steels of Structural Quality ASTM A992 Standard Specification for Structural Steel Shapes ASTM A1023 Stranded Carbon Steel Wire Ropes for General Purposes ASTM F436 Hardened Steel Washers ASTM F959 Compressible Washer-Type Direct Tension Indi- cators for use with Structural Fasteners ASTM F1554 Anchor Bolts, Steel, 36, 55, and 105

ASTM F 1582 “Twist Off” Tension Control Structural Bolts/Nut/Washer Assemblies, Steel, Heat Treated, 120/105 Ksi Minimum Tensile Strength

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 2 ISSUED FOR BID 06/14/13

4. American Welding Society, Inc. (AWS)

AWS D1.1 Structural Welding Code Steel

5. Federal Specifications (FS)

FS TT-P-641 Primer Coating, Zinc Dust – Zinc Oxide for Gal- vanized Surfaces FS QQ-F-461 Checkered Steel Floor Plate

6. Steel Structures Painting Council (SSPC)

SSPC SP 1 Solvent Cleaning SSPC SP 6 Commercial Blast SSPC SP 10 Near-White Blast Cleaning

1.3 SUBMITTALS – Refer to Section 01300, Submittals.

A. Shop and Erection Drawings – Submit detailed shop drawings of all structural steel works showing sizes, details of fabrication and construction, methods of assembly. Locations of hardware, anchors, and accessories, and erection sequence and details. Shop drawings shall include member identity, cuts, copes, gussets, connections, holes, fasteners, camber, fabrication and erection tolerances, weights of members and critical clearances. Indicate fabrication and assembly details and torquing order for each bolted assembly, direction and sequence for welding for each welded assembly and direction and magnitude of load transfer incumbent in these operations. Use AWS symbols for defining type, size and length of welds. Indicate which welds are to be performed in shop and which welds are to be performed in field.

B. Bill of materials, and producer’s or manufacturer’s specifications and installation instructions – Include laboratory test reports for following items: 1. Threaded fasteners. 2. Washers.

C. Certified copy of mill analysis for each heat of steel in each delivery. Mill analysis – Identify name and location of the manufacturer.

D. Laboratory report of results of one tension for each heat of steel in each delivery.

E. Welder certifications and qualified welding procedures for review and acceptance Metro.

F. Manufacturer’s product data.

1.4 PRODUCT DELIVERY, STORAGE AND HANDLING

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 3 ISSUED FOR BID 06/14/13

A. Load, transport, unload and store structural steel consistent with design of members, assemblies, packaging and order of need in erection procedure.

B. Mark each member with a number indicating its location in assembly sequence, its weight and its match marks to identify adjacent member and fit.

C. Store structural steel above grade. Protect steel from weather, damage and corrosion.

D. Provide setting drawings, templates and directions for installation of anchor bolts and other devices that are to be embedded in concrete or masonry in time for them to be installed before start of concrete or masonry operations.

E. Provide storage for welding electrodes in accordance with AWS D1.1.

F. Ship, handle, and store to prevent bending, twisting, and otherwise distorting the individual members; remove and repaint damaged primer coat to Metro’s satisfaction.

PART 2 - PRODUCTS

2.1 STRUCTURAL STEEL FOR STRUCTURES

A. Structural Steel Shapes – ASTM A992 or ASTM A572 Grade 50.

B. All Other Carbon Steel – ASTM A36, unless indicated otherwise.

C. Intermediate Tensile Strength Steel Plates, Shapes and Bars – ASTM A283, Grade C.

D. Checkered Plate – ASTM A283 and flat back, Class 2, Pattern 7 per FS QQ-F- 461, galvanized

E. Washers - Hardened Steel, Circular/Flat and Rectangular/Tapered – ASTM F436.

F. Steel Cables - Steel cables shall comply with ASTM A1023.

2.2 WELDING ELECTRODES – E7OXX.

2.3 PROTECTIVE COATINGS

A. Powercrete J Epoxy as manufactured by Berry Plastics Corporation for all steel in contact with soil or Metro approved equal.

B. For all steel not in contact with soil:

1. Prime Coat - Tnemec 90-97 Zinc Rich, 3.0 mils DFT Minimum, or Metro

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 4 ISSUED FOR BID 06/14/13

approved equal.

2. Intermediate Coat - Tnemec 69 Epoxy, 3.0 mils DFT Minimum, or Metro approved equal.

3. Top Coat - Tnemec Endura Shield Polyurethane, 3.0 mils DFT Minimum, or Metro approved equal.

2.4 UNFINISHED FASTENERS

A. Hex Head, ¼ Inch-through Four Inch-Diameter Bolts – ASTM A307, Grade A.

B. Hex Configuration Nuts for ASTM A307 Bolts – ASTM A563.

C. Anchor Bolt –Unless otherwise indicated anchor bolts shall be ASTM A36. Where indicated anchor bolts shall be ASTM A307 or F1554.

D. Hex configuration Nuts Anchor Bolts – ASTM A563.

2.5 GROUT – As specified in Section 03600, Grout.

2.6 WELDED STUD SHEAR CONNECTIONS

A. Threaded – ASTM A108, Grades 1010 through 1020 and Paragraph 4.26 of AWS D1.1.

B. Same as above, except body of stud in accordance with ANSI B18.2.1, and threads in accordance with ANSI B1.1

C. Hex configuration nuts for threaded stud shear connectors – ASTM A563.

2.7 FABRICATION - Prefabricate and preassemble steel members and metal fabrications in the shop/factory as far as possible. Shop fabricate structural steel assembly in conformance with AISC S335 in largest units consistent with handling and transportation of such prefabricated units. Weld shop connections prior to shipping. Bolts, for bolted field connectors – ASTM A325, unless indicated otherwise.

PART 3 - EXECUTION

3.1 DESIGN - Design falsework to resist dead and live loads during erection and indicate sequence of erection and removal of such falsework.

3.2 FABRICATION

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 5 ISSUED FOR BID 06/14/13

A. Perform shearing, flame cutting, and chipping carefully and accurately so as not to induce residual stresses in the metal being cut. Radii of re-entrant gas-cut fillets should be not less than ¾ inches. Flame cutting shall be performed in such a manner that the metal being cut is not carrying stress. For cut edges exposed in the finished work, machine cut, shear, or flame cut, and grind flush.

B. Gas Cutting: Do not use gas-cutting in the field for correcting fabrication errors on any major member. Use gas-cutting torch only on minor members, when the member is not under stress. Obtain approval from METRO prior to any gas cutting to correct fabrication errors.

3.3 WELDING – As specified in Section 05500, Basic Welding Requirements and AWS D1.1.

3.4 COATING

A. Apply coating to steel. Primer shall be compatible with the finish coating. Do not paint members or portions of member to be embedded in concrete or mortar, except for initial two inches of embedded areas of steel otherwise exposed.

B. Do not paint within six inches of surfaces to be welded or contact surfaces of high strength bolted connections.

3.5 INSPECTION – Examine areas and conditions under which Work is to be performed. Correct conditions detrimental to proper and timely completion of Work. Do not proceed until unsatisfactory conditions have been corrected.

3.6 ERECTION

A. Survey – Establish permanent bench marks necessary for erection of structural steel. Check elevations of concrete surfaces and locations of anchor bolts and similar items before erection proceeds.

B. Assembly 1. Clean bearing surfaces and other surfaces that will be in permanent contact before assembly. 2. Set structural frames accurately to lines and elevations indicated. Align and adjust various members forming part of complete frame or structure before fastening. Splice only where indicated. 3. Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. 4. Provide temporary guy lines to achieve alignment of structures as erection proceeds. 5. Level and plumb individual members of structure within AISC tolerances. 6. Perform adjustments to compensate for discrepancies in elevations and alignment. Immediately report any errors in fabrication and deformation

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 6 ISSUED FOR BID 06/14/13

resulting from handling or transportation that prevents proper erection and fitting of parts to METRO. 7. Establish required leveling and plumbing measurements at mean operating temperature of structure. Make allowances for difference between temperature at time of erection and mean temperature applicable to structure when completed and in service. 8. Comply with AISC S335 for bearing, adequacy of temporary connections and alignment. 9. Tighten anchor bolts after supporting members have been positioned and plumbed. Do not remove wedges or shims; if wedges or shims protrude, cut off flush with edge of base or bearing plate before grouting. Nuts on anchor bolts under base plates may be used instead of wedges or shims.

C. Except as modified herein, erect steel in accordance with AISC MO11. Where parts cannot be assembled or fitted properly as result of errors in fabrication, or deformation due to handling or transportation, report such condition immediately to Metro and obtain review and acceptance for methods of correction before proceeding with correction. Straighten plates, angles and other shapes by acceptable methods. Do not heat-treat parts for straightening. When calibrated wrenches are used for tightening of bolts, calibrate wrenches at least once each working day, using not less than three typical bolts of each diameter. Do not use impact torque wrenches to tighten anchor bolts set in concrete.

D. Connections – Provide anchor bolts and other connections between structural steel and foundations and properly build into connection work. Design connections, for details not indicated, in accordance with AISC MO11.

E. Base Plates and Bearing Plates – Provide column base plates for columns and bearing plates for beams, girders, and similar members. Provide base plates and bearing plates with full bearing after supported members have been plumbed and properly positioned. Dry pack area under plate solidly with non- shrinking grout mortar. Grouting – In accordance with printed instruction of grouting mortar manufacturer and as specified in Section 03600, Grout.

F. Tolerances – In accordance with Code of Standard Practice of AISC MO11.

G. Temporary Welds Run-Off Plates and Backing Strips – Need not be removed unless: 1. Weld is to remain exposed. 2. At beam-column flange complete penetration welds resisting seismic loads. Where run-off plates and backing strips are removed exposed weld shall be air-arced to sound material and reinforced with a minimum 5/16” fillet weld.

H. Tolerance Survey – Employ licensed Land Surveyor or Civil Engineer, registered in State of California to perform tolerance survey and monitor structural steel erection process for conformance. Prepare reproducible drawings indicating As-Built location of steel members. Drawings – Signed and sealed by licensed Land Surveyor or Civil Engineer registered in State of California; note conditions that exceed AISC S335 for tolerances. Show non-

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 7 ISSUED FOR BID 06/14/13

conforming conditions of plumbness, level, camber, sweep, alignment, and centerline displacement and immediately bring to Contractor’s attention for correction. Corrections that deviate from details on design drawings – Subject to review and acceptance by Metro.

3.7 THREADED FASTENERS

A. Assemble high strength bolted structural joints with finished fasteners. Tension of bolt in finished joint – As stated in Table 3, Fastener Tension, of AISC MO11 for ASTM A325 unless otherwise noted.

B. High Strength Bolts and Washers – Clean free of rust, and other foreign matter. Lubricate threads before installing.

C. Install hardened round washer and nut on threaded end of bolt. Observe Special washer requirements, such as those related to slotted and oversize holes.

D. Tighten nuts in each joint uniformly to bring connected members into moderate contact. Torque each nut in joint uniformly.

E. Tightening – Progress systematically from most rigid part of joint to free edges. Complete closure of gap is not required.

F. Assemble secondary joints with unfinished fasteners and lock washers. Torque in conformance with Table 1-A, Bolts and Rivets, Part 4, AISC MO11.

G. Remove temporary connections and members when permanent members are in place and final connections are made.

H. Bolt holes – Do not flame cut; no irregularities.

3.8 NON-SHRINK GROUT

A. Install forms for non-shrink grout about columns and spaces to be grouted. Set tops of forms one inch above surfaces to be grouted.

B. Mix pourable, non-metallic, non-shrink grout in conformance with manufacturer’s directions and per Section 03600, Grout.

C. Placement – Place grout in conformance with manufacturer’s instructions and per Section 03600, Grout. Pour grout from one side until grout rises at least one inch about plate on opposite side. Strapping may be used to encourage grout to flow under entire area. Do not vibrate grout. After initial set, cut grout back and rake flush with edge of base plate. Protect grout with cement-sand mortar or, if not cut back, protect with minimum ¾ inch mortar cover.

3.9 TOUCH-UP

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 8 ISSUED FOR BID 06/14/13

A. After erection, clean chips, skips and abrasions where coating has been removed, damaged or burned; clean field welds and coat as specified under Coating above.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately for payment.

4.2 PAYMENT - The Work of this Section will be paid under each relocated utility.

END OF SECTION

Contract No. C0981R Structural Steel Regional Connector Advanced Utility Relocations 05120 - 9 ISSUED FOR BID 06/14/13

SECTION 05500

METAL FABRICATIONS

PART 1 - GENERAL

1.1 DESCRIPTION – Comply with Standard Specification for Public Works Construction (SSPWC) and “Brown Book” from City of Los Angeles Department of Public Works.

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

Not Used

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT - The Work of this Section will be paid for as part of the Contract unit price for the individual items included in the Contract.

END OF SECTION

Contract No. C0981R Metal Fabrications Regional Connector Advanced Utility Relocations 05500-1 ISSUED FOR BID 06/14/13

SECTION 15142 OPEN TRENCH PIPE CASING, PIPE SLEEVES, SUPPORTS, GUIDES, AND ANCHORAGE

PART 1 - GENERAL

1.1 DESCRIPTION

The Work specified in this Section consists of furnishing and installing jacked pipe casing, open trench pipe casing, pipe sleeves, pipe supports, pipe hangers, pipe guides and anchorage devices for piping systems as indicated, including guidelines for selection and sizing items and preparation of fully dimensioned Shop Drawings showing locations.

1.2 QUALITY CONTROL

A. Comply with Section 01432, Project Quality Program Requirements - Design/Bid/Build.

B. Perform installation and testing of Work as specified, in accordance with instructions provided by equipment suppliers. Perform testing under supervision of Metro. Notify Metro at least three days in advance of tests.

C. This section includes materials for and installation of open trench pipe casings. Jacked casings or specially-installed pipe casings shall be installed as detailed in Specifications and the Drawings.

D. This section includes materials and installation of jacked pipe casings. Where the Contractor proposes to install pipelines using directional drilling or boring, a complete submittal of the methods and materials shall be made to Metro prior to the initiation of the work.

E. Criteria for Selection of Pipe Sleeves

1. Sleeves through interior walls, floors and ceilings - Galvanized steel pipe sleeves with welded steel plate anchors. 2. Sleeves through exterior below-grade walls, floors and ceilings with an exterior sealing membrane. a. Sleeves more than 15 feet below grade - Cast iron sleeves with compression seals. b. Sleeves 15 feet or less below grade - Steel sleeve with modular link seals. 3. Sleeves through exterior below-grade walls, floors and ceilings without any exterior sealing membrane - Steel sleeve with modular link seals. F Qualify welding procedures and welding operators in accordance with requirements specified in Section 05055, Basic Welding Requirements. Do not weld before review and approval of welding procedures and welding operator qualifications by Metro.

G Perform welding operations in accordance with requirements specified in Section 05055, Basic Welding Requirements.

1.3 REFERENCE STANDARDS

A. American National Standards Institute (ANSI)

ANSI B31.1 Power Piping

Contract No. C0981R Open Trench Pipe Casing, Regional Connector Advanced Utility Relocations Pipe Sleeves, Supports, Guides and Anchorage ISSUED FOR BID 06/14/13 15142-1

B. American Society for Testing and Materials (ASTM)

ASTM A36/A 36M Structural Steel

ASTM A53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless

ASTM A74 Cast Iron Soil Pipe and Fittings

ASTM A283/A, 283M, 568/A, 568M

C. Federal Specifications (FS)

FS FF-S-325 Shield, Expansion; Nail, Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry)

FS WW-H-171 Hangers and Supports, Pipe

1.4 SUBMITTALS

Refer to Section 01300, Submittals, for submittal procedures.

A. Shop Drawings showing exact locations of pipe sleeves and pipe support and anchorage devices.

B. Shop Drawings or manufacturer’s data of pipe sleeves and pipe support and anchorage devices. Show detailed dimensions and description of materials and parts on drawings or cuts.

C. Manufacturer’s product data.

D. Welder certifications and qualified welding procedures for review and approval, and records to Metro.

E. Certification and necessary documentation as required in Section 05055, Basic Welding Requirements.

1.5 WORKSITE CONDITIONS

Do not drill, cut, burn or weld structural members in connection with installation of pipe supports, bracing and anchorage devices, unless approved by a structural engineer licensed by State of California and reviewed and approved by Metro.

PART 2 - PRODUCTS

2.1 OPEN TRENCH PIPE CASING - Pipe casing materials shall be as indicated on the plans and shall be selected from the Approved Materials Listed.

A. Steel Pipe casings shall be as follows:

1. Steel pipe casings, shall be butt-welded sheets (spiral welding of pipe not allowed) conforming to ASTM A 36/A 36M, ASTM A 283/ A 283M, Grade D, or ASTM A 568/A 568M, Grade 33. Steel casings size shall be as shown on the submittal plans.

Contract No. C0981R Open Trench Pipe Casing, Regional Connector Advanced Utility Relocations Pipe Sleeves, Supports, Guides and Anchorage ISSUED FOR BID 06/14/13 15142-2

2. Steel pipe casings shall not be lined or coated with any material unless otherwise directed by the Engineer.

If required, steel pipe casing shall be lined and coated with liquid epoxy paint per AWWA C210. Liquid epoxy shall be applied in three coats to a minimum thickness of 0.012”. The final coat of the liquid epoxy shall be blue for potable water and purple for recycled water steel casing pipe.

3. Steel pipe casings shall include the installation of an anode in accordance with the Standard Drawings, unless otherwise directed by the Engineer.

B. Casing Spacers - Casing spacers shall be stainless steel, centered-position type with PVC liner and non-metallic anti-friction runners selected from the Approved Materials List.

C. Casing End Seals - Casing end seals, selected from the Approved Materials List, shall wrap around the casing and carrier pipe to provide a barrier to backfill material and seepage. The casing end seal shall be a minimum ¼” thick styrene butadiene rubber sheet attached to the carrier pipe and casing with 1” wide stainless steel bands. Zippered casing end seals with stainless steel bands may also be used.

2.2 PIPE SLEEVES - Use sealants, for sealing and packing materials and installation, except as otherwise indicated.

A. Sleeves Through Interior Walls, Floors and Ceilings 1. Sleeves - Provide pipe conforming to ASTM A53. Weld steel plate anchor conforming to ASTM A36 to pipe as indicated. Hot-dip galvanize assembly after fabrication. 2. Packing - Where pipes pass through fire-rated walls, floors or ceilings, provide firestop material to seal opening between pipe and sleeve. For other penetrations, provide sealing material. 3. Escutcheons - As specified for piping system penetrating sleeve. B. Sleeves Through Exterior Below-Grade Walls, Floors and Ceilings with an exterior sealing membrane.

1. Sleeves more than 15 feet below grade (Type H) - Cast iron, ASTM A74, pressure sealing with membrane clamp; cast iron body with external fins, internal steel compression rings and nitrile rubber grommets, and pressure clamp with 18-8 stainless steel bolts; nonconductive pipe sleeve between cast iron body sections; oversize steel sleeve with neoprene sealing rings and coating as indicated. Sealing members - Provide electrical isolation between carrier pipe and metallic components of sleeve including membrane and pressure clamps. 2. Sleeves 15 feet or less below grade (Type L) - Steel pipe sleeve, ASTM A53, pressure sealing with membrane clamp ring, gasket, waterstop ring, external rings, internal dielectric compression plates, nitrile rubber link seals and coating on metal parts as indicated. a. Seals - Modular mechanical type seals, consisting of interlocking nitrile rubber links shaped to continuously fill annular space between pipe and sleeve and electrically isolate carrier pipe from the steel sleeve. b. Sealing element - Nitrile rubber material compounded to resist aging, ozone, sunlight, hydrocarbon gases, water and chemical action.

Contract No. C0981R Open Trench Pipe Casing, Regional Connector Advanced Utility Relocations Pipe Sleeves, Supports, Guides and Anchorage ISSUED FOR BID 06/14/13 15142-3

c. Hardware - Type 18-8 stainless steel fasteners. Threads rolled to produce smooth uniform threads and unbroken flow lines.

d. Compression plates - Plastic, injection molded for high physical properties, dielectric strength and non-cold flow creep characteristics, with high resistance to acidic and alkaline soils. C. Sleeves Through Exterior Above-Grade Walls, Floors and Ceilings without an exterior sealing membrane.

1. Sleeves - Steel pipe sleeves, ASTM A53. 2. Seals - Modular mechanical type seals, consisting of interlocking synthetic rubber links shaped to continuously fill annular space between carrier pipe and metallic sleeve and electrically isolate carrier pipe from sleeve and glass reinforced nylon pressure plates. 2.3 PIPE HANGERS, SUPPORTS AND GUIDES

A. Provide pipe hangers, pipe supports and pipe guides as indicated, hot-dip galvanized unless otherwise indicated. Provide copper-plated hangers for uninsulated copper pipes.

B. Anchors for Pipe Hangers and Supports: 1 .Metal inserts cast into concrete at time of placing concrete. 2 .Anchor bolts placed in drilled holes and set in place with high strength cement grout. 3. Expansion bolts, FS FF-S-325, set in drilled holes. Follow manufacturer’s instructions.

2.4 FIRESTOPPING MATERIALS

A. As listed in UL Fire Resistance Directory for firestop systems, throughout –penetration and joint systems.

PART 3 - EXECUTION

3.1 GENERAL

A. Install pipe casing, pipe sleeves, pipe supports, guides and anchorage devices where indicated on reviewed and approved Shop Drawings.

B. Rigidly secure pipe sleeves, pipe supports, guides and anchorage devices against displacement by concrete placement operations.

3.2 PIPE CASING INSTALLATION - Installation of pipe casing and carrier pipe shall be as described below and in accordance with the Standard Drawings.

A. Pipe casing shall be installed in an open trench type excavation.

B. Pipe casings shall be lowered onto the bedding of the proper lines and grades called for on the Drawings.

C. Pipe casings shall have firm bearing along their full length.

D. Pipe casing sections shall be bell and spigot joint connection for PVC. PVC casing sections shall be restrained by mechanical means or by the use of splined gaskets. Steel casing sections shall be joined by full-circumference butt welding in the field. Steel casing shall have all areas of damaged coating repaired.

Contract No. C0981R Open Trench Pipe Casing, Regional Connector Advanced Utility Relocations Pipe Sleeves, Supports, Guides and Anchorage ISSUED FOR BID 06/14/13 15142-4

E. Carrier pipe shall be pushed into the casing incorporating the use of casing spacers as described below.

F. PVC or ductile-iron carrier pipe joints shall be restrained either by mechanical means or by use of splined gaskets.

G. Steel carrier pipe sections shall be lap joint welded.

H. Upstream and downstream elevations of the carrier pipe shall be verified prior to installing the end seals.

I. The portion of carrier pipes installed within casings shall have pressure, leakage, and infiltration testing completed prior to installation of the end seals.

J. The annular space between the carrier pipe and casing shall not be filled with any material unless otherwise noted on the Drawings.

3.3 CASING SPACERS - Casing spacers shall be used to prevent the carrier pipe bell from touching the casing and to maintain a uniform space between the carrier pipe and casing interior. A minimum of three casing spacers shall be installed, equally spaced, on each pipe section at intervals recommended by the manufacturer.

3.4 CASING END SEALS - Casing end seals shall be installed in accordance with the manufacturer's recommendations. Carrier pipe shall pass hydrostatic or leakage tests prior to the installation of casing end seals or backfilling operations.

3.5 TRACER WIRE - Tracer wire shall be installed on the carrier pipe in accordance with the Standard Drawings and Contract Documents.

3.6 WARNING/IDENTIFICATION TAPE - Warning/Identification tape shall be installed above the casing pipe in accordance with the Standards and the Drawings.

3.7 WELD INSPECTION AND TESTING - Perform inspection and non-destructive testing in accordance with Section 05055, Basic Welding Requirements and as follows; use services of a certified laboratory:

A. Visual Inspection: 100 percent welds per ANSI B31.1.

B. Magnetic Particle Inspection: 10 percent welds per ANSI B31.1.

C. If failure occurs in first 10 percent sample select second 10 percent sample, and test. If no failure occurs in second 10 percent sample, represented welds shall be acceptable (rework failed sample in initial 10 percent sample). If failure occurs in second 10 percent sample, test 100 percent of welds.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be separately measured for payment.

4.2 PAYMENT - The Work of this Section will be paid for as part of the Contract unit price for the individual piping items included in the Contract.

Contract No. C0981R Open Trench Pipe Casing, Regional Connector Advanced Utility Relocations Pipe Sleeves, Supports, Guides and Anchorage ISSUED FOR BID 06/14/13 15142-5

END OF SECTION

Contract No. C0981R Open Trench Pipe Casing, Regional Connector Advanced Utility Relocations Pipe Sleeves, Supports, Guides and Anchorage ISSUED FOR BID 06/14/13 15142-6

SECTION 16001

ELECTRICAL DEMOLITION

PART 1 - GENERAL

DESCRIPTION – Perform electrical demolition work in accordance with Section 01010, Summary of the Work.

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

Not Used.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will be measured as a unit, acceptably completed.

4.2 PAYMENT will be made under Schedule of Quantities and Prices Form, Schedule A, Item No. 1 - General Requirements - Lump Sum.

END OF SECTION

Contract No. C0981R Electrical Demolition Regional Connector Advanced Utility Relocations 16001-1 ISSUED FOR BID 06/14/13 SECTION 16119

UNDERGROUND DUCTS AND RACEWAYS

PART 1 - GENERAL

DESCRIPTION - Perform Work related to underground electric power cable ducts and raceways in accordance with Section 01010, Summary of the Work.

PART 2 - MATERIALS

Not Used.

PART 3 – EXECUTION

Not Used.

PART 1 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT

A. Payment will be made under each utility relocated.

END OF SECTION

Contract No. C0981R Underground Ducts and Raceways Regional Connector Advanced Utility Relocations 16119-1 ISSUED FOR BID 06/14/13

SECTION 16455

GROUNDING AND BONDING

PART 1 - GENERAL

DESCRIPTION - Perform grounding and bonding work in accordance with Section 01010, Summary of the Work.

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

Not Used.

PART 4 - MEASUREMENT AND PAYMENT

4.1 MEASUREMENT - The Work of this Section will not be measured separately.

4.2 PAYMENT

A. Payment will be made under each utility relocated.

END OF SECTION

Contract No. C0981R Grounding and Bonding Regional Connector Advanced Utility Relocations 16455-1 ISSUED FOR BID 06/14/13