HomeMy Public PortalAboutSanitary Sewer Cleaning and Video Inspection Basins C1, C2, C3, C4, E1r
CONTRACT BOOK
' SANITARY SEWER CLEANING AND VIDEO INSPECTION
' BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
To be used in conjunction with
APWA-AGC Standard Specifications
' for Public Works Construction
.` -4 2009 Edition --- z
w", .
I
1
I
1
I
I
I
I
I
MAY 2010
CITY OF SAN MATEO
Public Works Department
330 West 20th Avenue
San Mateo, CA 94403
650/522-7300
650/522-7301 (fax)
I
1
1
11
1
I
I
CONTRACT BOOK
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
CITY OF SAN MATEO, CALIFORNIA
CITY COUNCIL AWARD
TIME OF COMPLETION: 120 Working Days
*****
CONTENTS
NOTICE INVITING SEALED PROPOSALS
PROPOSAL FORM
SCHEDULE OF BID ITEMS
SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS
BIDDER'S STATEMENT
NONCOLLUSION AFFIDAVIT
CERTIFICATION OF NON-DISCRIMINATION
CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE
CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION
SPECIAL PROVISIONS
PART I - GENERAL PROVISIONS
PART II - SANITARY SEWER LINE CLEANING AND VIDEO INSPECTION
APPENDIX I
APPENDIX II
AGREEMENT FOR PUBLIC IMPROVEMENT
SANITARY SEWER CLEANING AND VIDEO
INSPECTION BASINS Cl, C2, C3, C4, El LIST
APPENDIX III CONSTRUCTION ADVANCE NOTICES
1- 72 HOUR PUBLIC UTILITY EASEMENT ACCESS NOTICE
2- WORK COMPLETION NOTICE
3- PUBLIC UTILITY ACCESS, SECOND NOTICE
alpWywengV conbac',QSnlpfsmdury sewerci<ming and video inspectim bas iv<I.c1. C, <4.. a lkncuxl 2009-4)rn u <cry (x).arc
5/20/2010
I
I
t
I
1
1
i
1
1
1
1
APPENDIX IV CLOSED CIRCUIT TELEVISION INSPECTION
MANUAL
PLAN SHEETS:
DRAWING NUMBER 3-7-48 (23 sheets including title sheet), SANITARY SEWER
CLEANING AND VIDEO INSPECTION BASINS Cl, C2, C3, C4, El
NOTICE INVITING SEALED PROPOSALS
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
CITY OF SAN MATEO, CALIFORNIA
1. Sealed bids will be received by the City Clerk of the City of San Mateo, California, for
SANITARY SEWER CLEANING AND VIDEO INSPECTION BASINS Cl, C2, C3,
C4, El, and other work as described and shown in this Contract Book and Drawing
Number 3-7-48, respectively and the Public Works Standards, Inc., "Greenbook"
Standard Specifications for Public Works Construction, 2009 Edition. The work
described requires that the bidder be licensed by the State of California as a Class A
Contractor.
2. The Contract Book, plans and proposal forms are available at the Public Works
Department, City Hall, 330 West 20th Avenue, San Mateo, California. A non-refundable
fee of $35.00 per set is required if picked up or $45.00 for each set if mailed. The
Contract Book, plans and proposal forms are also available as a free download at
http://www.cityofsanmateo.org/bids.aspx. Contractors who download the documents will
not be added to the plan holder list or notified of any addenda. Addenda will be available
as a download at the same web location. Any questions regarding the contract documents
should be directed to Patty McHugh, Project Manager, at (650) 522-7328, or in writing at
the above address.
3. The estimated cost of this project is $359,000. This estimate is not based on a
"contractor's cost take off' of the project, but is derived from an averaging of costs for
work on similar projects in the area of which the City is aware. This figure is given to
indicate the relative order of magnitude of this project and is not intended to influence or
affect in any way the amount bid for this project.
4. All bids shall be accompanied by a bid bond, cashier's check, or certified check made
payable to the City of San Mateo in an amount not less than ten percent (10%) of the
aggregate amount of the bid.
5. Contractor is notified that they shall comply with the requirements for Non -
Discrimination as set forth in Special Provisions SP -7-2.3 through SP -7-2.3.3.
6. Addenda issued during the time of bidding shall become a part of the documents
furnished bidders for the preparation of bids, shall be covered in the bids, and shall be
made a part of the Contract. Each bid shall include specific acknowledgement in the
space provided of receipt of all Addenda issued during the bidding period. Failure to so
acknowledge may result in the bid being rejected as not responsive. Failure of any bidder
to receive such Addenda shall not be grounds for non-compliance with the terms of the
instructions. It is the responsibility of the contractor to contact the City to determine the
existence of any and all addenda.
7. The time of completion for this contract shall be one hundred twenty (120) working days,
beginning from the date specified in the Notice to Proceed.
8. The right is reserved, as the interest of the City may require, to reject any or all bids, to
waive any informality in bids, and to accept, modify, or reject any items of the bid, or in
the case of a single bid being received to extend the acceptance date by up to thirty (30)
days with notice. The City of San Mateo is a charter City and any contract entered into is
subject to the provisions of the City of San Mateo Charter, which may supersede certaiff
provisions of the Public Contract Code and other provision of state law.
9. In general, the prevailing wage scale, as determined by the Director of Industrial
Relations of the State of California, in force on the day this bid was announced, will be
the minimum paid to all craftsmen and laborers working on this project. In some cases,
prevailing wage determinations have either a single asterisk (*) or double asterisks (**)
after the expiration date in effect on the date of advertisement for bids.
In cases where the prevailing wage determinations have a single asterisk (*) after the
expiration date which are in effect on the date of advertisement for bids, such
determinations remain in effect for the life of the project. Prevailing wage determinations
which have double asterisks (**) after the expiration date indicate that the basic hourly
wage rate, overtime, and holiday pay rates, and employer payments to be paid for work
performed after this date have been predetermined. If work is extended past this date, the
new rate must be paid and should be incorporated in contracts the Contractor enters into.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the
county, or counties, in which the work is to be done have been determined by the
Director of the California Department of Industrial Relations. These wages as set forth in
the General Prevailing Wage Rates for this project will be posted at the job site. It is
understood that it is the responsibility of the bidder to determine the correct scale. The
City will keep a copy of the wage scale in the City Clerk's office for the convenience of
bidders. The State Prevailing Wage Rates may also be obtained from the California
Department of Industrial Relations internet web site at http://www.dir.ca.gov. Any errors
or defects in the materials in the City Clerk's office will not excuse a bidder's failure to
comply with the actual scale then in force.
10. All questions prior to deadline shall be directed to Patty McHugh, Project Manager, via
fax at (650) 522-7301, or in writing at the above address. The deadline for submission of
questions and clarifications concerning the Contract Documents is Monday, May 31
2010. Responses to all submissions will be posted to the website and sent to each plan
holder on or before Friday, June 4, 2010 via the fax number provided upon purchasing
the Contract Documents. Bidders will be added to the plan holder list upon purchase of
the Contract Documents from the City. Bidders will not be added to the plan holder list if
they download the documents from the City's website. If no fax number is provided, the
Contractor is responsible for obtaining a copy of clarifications before submitting a
proposal. Only Contractors listed on the plan holders list shall receive responses to
bidder questions. Only signed addenda issued by the Department of Public Works are
binding.
11. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th
Avenue, San Mateo, California 94403, at or before 2:00 p.m., Tuesday, June 15, 2010
and they shall be opened and read by a City Representative at said date and time at a
public meeting called by him/her.
4
I
I
1
I
I
I
I
M
1
r
1
I
I
r
I
I
12. Said City Representative shall report the results of the bidding to the City Council at a
later date, at which time the City Council may award the contract to the lowest
responsible bidder as so reported; or as City's interest may dictate. The City Council may
exercise its right to modify the award or to reject any or all bids. Any protests to the
award of contract shall follow the procedures outlined in City Council Resolution No. 61,
dated June 7, 2004.
13. To ensure performance, City reserves the right to retain ten percent (10%) of the contract
price for 35 days after it records the Notice of Completion. However, pursuant to the
Public Contracts Code Section 22300, Contractor may substitute securities for said ten
percent (10%) retention or request that City make payments of retentions earned directly
to an escrow agent at Contractor's expense. The provisions of the Public Contracts Code
Section 22300 are hereby expressly made a part of the contract.
Dated: May 27, 2010 /S/ JOHN LEE, MAYOR
PROPOSAL FORM
(Entire proposal to be submitted as sealed bid.)
I
I
I
1
I
1
I
I
U
I
M
t
I
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
TO THE HONORABLE CITY COUNCIL
CITY OF SAN MATEO, CALIFORNIA
DEAR COUNCIL MEMBERS:
FOR THE TOTAL SUM OF (use figures only) computed from the unit and/or lump
sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that
if this proposal is accepted they will contract with the City of San Mateo, California, to furnish all labor,
materials, tools, equipment, transportation, and all incidental work and services required to complete all
items of work shown in the contract documents. All work shall be done in accordance with this Contract
Book and the Public Works Standards, Inc., "Greenbook" Standard Specifications for Public Works
Construction, 2009 Edition.
The work for which this proposal is submitted is for work in conformance with the special
provisions (including the payment of not less than the State general prevailing wage rates) described
below, including the addenda thereto, the contract annexed hereto, Drawings 3-7-48, and also in
conformance with the Public Works Standards, Inc., "Greenbook" Standard Specifications for Public
Works Construction, 2009, and the Labor Surcharge and Equipment Rental rates in effect on the date the
work is accomplished.
This proposal is also subject to the terms and conditions of the attached List of Subcontractors and
Bidder's Statement.
ADDENDA — This proposal is submitted with respect to the changes to the contract included in the
addenda number/s
By my signature on this proposal I certify, under penalty of perjury under the laws of State of California
and United States of America, that the Non Collusion Affidavit required by Title 23 United States Code,
Section 112 and Public Contract Code Section 7106 is true and correct.
The work shall be paid for at the unit and/or lump sum prices shown on the attached Schedule of Bid
Items.
Contractor's Signature Date
Name of Company
Phone Number
( )
Fax Number
6
I
I
M
t
I
1
I
I
I
I
I
1
1
I
Bids are to be submitted for the entire work. The amount of the bid for comparison purposes
will be the total of all bid items.
The bidder shall set forth for each unit basis item of work a unit price and a total for the item,
and for each lump sum item a total for the item; all in clearly legible figures in the respective
spaces provided for that purpose. In the case of unit basis items, the amount set forth under the
"Item Total" column shall be the product of the unit price bid and the estimated quantity for the
item.
In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit
price shall prevail, except as provided in (a) or (b), as follows:
(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or
is the same as the amount as the entry in the item total column, then the amount set forth
in the item total column for the item shall prevail and shall be divided by the estimated
quantity for the item and the price thus obtained shall be the unit price;
(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is
exactly off by a factor of ten, one hundred, etc., or one -tenth, or one -hundredth, etc. from
the entered total, the discrepancy will be resolved by using the entered unit price or item
total, whichever most closely approximates percentagewise the unit price or item total in
the City of San Mateo 's Final Estimate of cost.
If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the
bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or
otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has
only a single item and a clear, readable total bid is provided.
Symbols such as commas and dollar signs will be ignored and have no mathematical significance
in establishing any unit price or item total or lump sums. Written unit prices, item totals and
lump sums will be interpreted according to the number of digits and, if applicable, decimal
placement. Cents symbols also have no significance in establishing any unit price or item total
since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids
on lump sum items shall be item totals only; if any unit price for a lump sum item is included in
a bid and it differs from the item total, the items total shall prevail.
The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive
as to cover every omission, inconsistency, error or other irregularity which may occur in a bid.
Any situation not specifically provided for will be determined in the discretion of the City of San
Mateo, and that discretion will be exercised in the manner deemed by the City of San Mateo to
best protect the public interest in the prompt and economical completion of the work. The
decision of the City of San Mateo respecting the amount of a bid, or the existence or treatment of
an irregularity in a bid, shallbe final.
7
1
1
1
1
1
1
1
1
1
I
1
1
1
i
1
1
1
1
1
If this proposal shall be accepted and the undersigned shall fail to enter into the contract and
furnish the 2 bonds in the sums required by the State Contract Act, with surety satisfactory to the
City of San Mateo, within 8 days, not including Saturdays, Sundays and legal holidays, after the
bidder has received notice from the City of San Mateo that the contract has been awarded, the
City of San Mateo may, at its option, determine that the bidder has abandoned the contract, and
thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of the
security accompanying this proposal shall operate and the same shall be the property of the City
of San Mateo.
By signature on this proposal bidder declares that the only persons or parties interested in this
proposal as principals are those named herein; that this proposal is made without collusion with
any other person, firm, or corporation; that they have carefully examined the location of the
proposed work, the annexed proposed form of contract, and the plans therein referred to; and
they propose, and agree if this proposal is accepted, that they will contract with the City of San
Mateo, in the form of the copy of the contract annexed hereto, to provide all necessary
machinery, tools, apparatus and other means of construction, and to do all the work and furnish
all the materials specified in the contract, in the manner and time therein prescribed, and
according to the requirements of the Engineer as therein set forth, and that they will take in full
payment therefor the following prices, as shown on the Schedule of Bid Items.
R
SCHEDULE OF BID ITEMS
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
I
1
1
1
1
I
1
1
I
Sewer Main Cleaning and Video Inspection Required Bid Items
ITEM
NO.
DESCRIPTION
OF WORK
EST.
QTY.
UNIT
UNIT
PRICE
TOTAL
COST
1.
Clean sewer main 12" or less in diameter
(In City Right of Way).
52,894
Linear
Foot (LF)
$
$
2.
Clean sewer main 12" or less in diameter
(In Public Easement on Private Property).
116,283
LF
$
$
3.
Clean sewer main 14" or greater in diameter
(In City Right of Way).
3,052
LF
$
$
4.
Clean sewer main 14" or greater in diameter
(In Public Easement on Private Property).
5,398
LF
$
$
5.
Additional Sanitary Sewer Cleaning.
100
Hour
(RR)
$
$
6.
Disposal of debris at the Keller Canyon Landfill
(includes all work related to dewatering, testing
and transfer to and from disposal site).
15
Cubic
Yard
(CY)
$
$
7.
Inspect sewer main 12" or less in diameter
(In City Right of Way).
52,894
LF
$
$
8.
Inspect sewer main 12" or less in diameter
(In Public Easement on Private Property).
116,283
LF
$
$
9.
Inspect sewer main 14" or greater in diameter
(In City Right of Way).
3,052
LF
$
$
10.
Inspect sewer main 14" or greater in diameter
(In Public Easement on Private Property).
5,398
LF
$
$
11.
Reverse Setup of Inspection Equipment.
150
Per Setup
$
$
12.
Traffic control.
1
LS
$
$
GRAND TOTAL BID
Enter this amount on page 1 of the Proposal Form
$
I
9
1
1
I
I
i
1
I
1
i
1
SUBCONTRACTING REQUIREMENTS
AND LIST OF SUBCONTRACTORS
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
Each bidder acknowledges it is aware and familiar with the requirements related to subletting
and subcontracting set forth in Section 2-3 of the Public Works Standards, Inc., "Greenbook"
Standard Specifications for Public Works Construction, 2009 Edition, and in the Subletting and
Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code
of the State of California. These requirements include a provision that the Contractor shall
perform, with its own organization, contract work amounting to at least 50 percent of the
contract price.
Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or
offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State
of California, set forth the following:
1. Name and address of the place of business of each subcontractor who will perform work
or labor or render service to the general contractor in or about the construction of the
work or the improvement in an amount in excess of one-half (1/2) of one percent (1%)
of the general contractor's total bid or $10,000, whichever is greater.
2. The specific work and dollar amount of work that will be done by each subcontractor.
3. If no portion of the work is to be subcontracted as provided in item 1, insert the word
"none" in the space provided and sign below.
NAME
ADDRESS
SPECIFIC
WORK
DOLLAR
AMOUNT
$
$
$
$
$
Contractor's Signature
In
1
1
1
1
I
1
BIDDER'S STATEMENT
SHEET 1 OF 3
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
The undersigned has carefully read the Public Works Standards, Inc., "Greenbook" Standard
Specifications for Public Works Construction, 2009 Edition, and realizes that any variation or
deviation from these specifications, requirements and conditions shall be sufficient grounds for
rejection of all or any part of the work performed. Such rejected work shall be replaced entirely
at the Contractor's expense, and failure to do so within a reasonable length of time shall be
sufficient reason for the withholding of payment for any part of or all of the work and forfeiture
of the Contractor's bond.
The undersigned further certifies that they are licensed by the State of California as a Class A
Contractor, that the license is now in force, and that the number is ' and the expiration
date is . Further the undersigned certifies that upon request they will provide
evidence of said license.
Pursuant to Business and Professions Code Section 7028.15 I, , declare under
penalty of perjury that the foregoing and the statements contained in the bid for the above titled
project are true and correct and that this declaration is made on this _ day of , 2010,
at , California.
The undersigned understands that they must meet the requirements of Section SP -7-2.3 NON-
DISCRIMINATION POLICY prior to award of contract and conform to those guidelines
throughout the duration of the contract.
It is understood that the quantities set forth herein are approximate only and are to be used only
for the comparison of bids and the guidance of the bidder.
If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as
Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements
for general and automobile liability insurance, and proof of a San Mateo Business License in the
office of the City Clerk within eight (8) calendar days, not including Saturdays, Sundays and
legal holidays, after the bidder has received notice from the City of San Mateo that the contract
has been awarded and to commence work within five (5) days of the date specified in the notice
to proceed, and to complete the work under said contract within the specified number of working
days beginning from the date specified in the notice to proceed. Further, the undersigned agrees
to insure that all subcontractors obtain a San Mateo Business License in accordance with Section
SP -2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all
subcontractors also agree to keep the Business License current for the entire term of the contract.
If the unit price and the total amount named by a bidder for any item do not agree, it will be
assumed that the error was made in computing the total amount and the unit price alone will be
considered as representing the bidder's intention.
Unit prices bid must not be unbalanced.
11
1
1
1
1
1
1
1
1
1
i
1
i
1
1
1
1
1
1
1
BIDDER'S STATEMENT
SHEET 2 OF 3
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and
understands that the City will not be responsible for any errors or omissions on the part of the
undersigned in making up this bid.
Enclosed find bond or certified check or cashier's check no, of the
Bank for . Not less than ten (10) percent of this bid payable to the City
of San Mateo, California, and which is given as a guarantee that the undersigned will enter into
the contract if awarded to the undersigned.
The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days
after the date set for the opening thereof.
NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST
OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A
PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR
PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please
attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL
SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE
CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS
ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID
CORPORATION.
12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
1
1
BIDDER'S STATEMENT
SHEET 3 OF 3
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
SIGNATURES FOR BIDDER:
If INDIVIDUAL, sign below:
Signature Date
Print name
Post Office Address
If PARTNERSHIP, sign below (show
names of non -signing partners):
Signature Date
Name of Partner
Post Office Address
Signature Date
Name of Partner
Post Office Address (if different)
If CORPORATION, sign below (show
names of non -signing officers):
a CORPORATION
Name of State Where Chartered
Signature Date
Print name of person signing bid
Title
List names of the following officers:
PRESIDENT
SECRETARY
TREASURER
Post Office Address
NONCOLLUSION AFFIDAVIT
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
State of California
) ss.
County of
, being first duly sworn, deposes and says that they are of
the party making the foregoing bid that the bid is not made in the interest
of, or on behalf of, or any undisclosed person, partnership, company, association, organization,
or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly
or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not
directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any
manner, directly or indirectly, sought by agreement, communication, or conference with anyone
to fix the bid price, or of that of any other bidder, or to secure contract; that all statements
contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted
his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or
data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion
thereof shall also constitute signature of this affidavit.
14
1
1
1
1
1
1
1
1
1
i
1
1
i
1
1
1
1
1
1
CERTIFICATION OF NON-DISCRIMINATION
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS CI, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
On behalf of the bidder making this proposal; the undersigned certifies that there will be no
discrimination in employment with regard to race, color, religion, sex, disability, or national
origin; that all federal, state, local directives, and executive orders regarding non-discrimination
in employment will be complied with; and that the principle of equal opportunity in employment
will be demonstrated positively and aggressively.
BIDDER
By:
(Name and title of person making certification)
Date
15
I
I
I
1
i
I
1
1
CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined
by the Director of Industrial Relations of the State of California, in force on the day this bid was
announced, will be the minimum paid to all craftsmen and laborers working on this project. In
some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks
(**) after the expiration date.
In cases where the prevailing wage determinations have a single asterisk (*) after the expiration
date which are in effect on the date of advertisement for bids, such determinations remain in
effect for the life of the project. Prevailing wage determinations which have double asterisks
(**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay
rates, and employer payments to be paid for work performed after this date have been
predetermined. If work is extended past this date, the new rate must be paid and should be
incorporated in contracts the Contractor enters into.
A copy of the correct determination will be posted at the job site. It is understood that it is the
responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage
scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the
materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual
scale then in force. The undersigned understands that weekly certified payrolls must be
submitted for verification.
BIDDER
By:
(Name and title of person making certification)
Date
Questions shall be addressed to:
Department of Labor Relations
Division of Labor Statistics and Research
Prevailing Wage Unit
45 Fremont Street, Suite 1160
P. O. Box 420603
San Francisco, CA 94142-0603
16
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1
1
1
1
CERTIFICATION OF REQUIREMENT TO PAY WORKERS'
COMPENSATION
(To be submitted with Proposal Form)
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
I am aware of the provisions of Section 3700 of the Labor Code which require every employer to
be insured against liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.
BIDDER
By:
(Name and title of person making certification)
Date
17
1
1
I
I
I
1
1
SPECIAL PROVISIONS
CITY OF SAN MATEO, CALIFORNIA
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
The work embraced herein shall be done according to the Public Works Standards, Inc.,
"Greenbook" Standard Specifications for Public Works Construction, 2009 Edition, (hereinafter
referred to as the Standard Specifications), and according to these Special Provisions. The
Standard Specifications are in all other respects incorporated into and are a part of the contract,
except where they conflict with these Special Provisions.
The Special Provisions shall govern in lieu of conflicting provisions of the Standard
Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications.
Whenever the letters SP are used as a prefix in section numbering (e.g., SP -200-2) the sections
so designated are in these Special Provisions and refer to modifications or additions to sections
in the Standard Specifications which have the same first numbers (e.g., 200-2).
PART I — GENERAL PROVISIONS
SP -2-1 AWARD OF CONTRACT. Special Provision 2-1 replaces section 2-1 of the Standard
Specifications.
The right is reserved to reject any and all proposals. The award of contract, if it be awarded, will
be to the lowest responsible bidder whose proposal complies with all the requirements prescribed
or has demonstrated, to the satisfaction of the City, adequate good faith efforts to do so. In
determining the award, careful consideration by City shall be given to each item of bid. All bids
will be compared on the basis of the Engineer's Estimate of the quantities of work to be done.
The City reserves the right to amend or reject any or all proposals and also to select, modify, or
reject any of the bid items as City see in its best interest. Such award, if made, will be made
within 45 days after the opening of the proposals. This period will be subject to extension for,
such further period as may be agreed upon in writing between the Department and the bidder
concerned. Any protests to award of contract shall follow the procedures outlined in City
Council Resolution No. 61, dated June 2, 2004.
SP -2-3.4 SUBCONTRACTS. Special Provision 2-3.4 is added to section 2-3 of the Standard
Specifications.
The Contractor is prohibited from employing any subcontractor that is ineligible under Labor
Code section 1777.1.
SP -2-4 CONTRACT BONDS. Special Provision 2-4 replaces section 2-4 of the Standard
Specifications.
Before execution of the contract by the City, the Contractor shall file with the City surety bonds
satisfactory to the City in the amounts and for the purposes noted below. Bonds shall be duly
executed by a responsible corporate Surety, authorized to issue such bonds in the State of
Is
I
1
1
1
1
1
I
r
i
I
I
I
I
California and secured through an authorized agent with an office in California. The Contractor
shall pay all bond premiums, costs, and incidentals.
Each bond shall be signed by both the Contractor and Surety and the signature of the authorized
agent of the Surety shall be notarized.
The Contractor shall provide two acceptable surety bonds; one for labor and materials and one
for performance.
The Payment Bond (Material and Labor Bond) shall be for not less than 100 percent of the
contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by
it on the work. The bond shall be maintained by the Contractor in full force and effect until the
completed work is accepted by the City, and until all claims for materials and labor are paid, and
shall otherwise comply with the Civil Code.
The Faithful Performance Bond shall be for 100 percent of the contract price to guarantee
faithful performance of all work, within the time prescribed, in a manner satisfactory to the City,
and that all materials and workmanship will be free from original or latent developed defects.
SP -2-4.1 GUARANTEE. Special Provision 2-4.1 is added to section 2-4 of the Standard
Specifications.
The Contractor warrants and guarantees that all material and equipment used or furnished and all
workmanship are of the type and quality specified herein. The. Contractor further guarantees that
any latent fault inconstruction or defective material discovered within one year after acceptance
of the work shall be remedied by him without cost to the City, upon written notice given to him.
Other subsequent latent defects shall be covered by responsibilities set forth in the law.
In the event of failure to comply with the above -mentioned conditions within a reasonable time
after notice, the City will have the defects repaired and made good at the expense of the
Contractor, who agrees to pay the costs and charges therefore immediately upon demand.
The signing of the agreement by the Contractor shall constitute execution of the above
guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee
period and will not be released until the expiration of such period.
SP -2-5.1.1 PLANS AND SPECIFICATIONS. Special Provision 2-5.1.1 is added to section 2-
5..1 of the Standard Specifications.
The plans for this project are as follows:
CONTRACT PLANS
Title
Drawing No.
SANITARY SEWER CLEANING AND VIDEO
INSPECTION BASINS Cl, C2, C3, C4, El
3-7-48
I
19
1
1
1
1
r
1
i
1
1
1
1
i
1
1
1
SP -2-5.3.2 (A) TABLE OF SHOP DRAWINGS AND SUBMITTALS Special Provision 2-5.3.2
(A) replaces Table 2-5.3.2 (A) of the Standard Specifications.
The Contractor is required to provide submittals for the following items listed.
ITE
M
SUBSECTION
NUMBER
TITLE
SUBJECT
SUBMITTALS
DUE
1.
SS -6-1.1
Construction
Schedule
Construction Schedule
At pre -construction
meeting.
2.
SP -7-2.4
Prevailing Wage
and Weekly
Certified Payroll
Certified Payroll
Weekly
3.
SP -7-8.6
Water Pollution
Control
Storm Water Pollution
Prevention Plan
At pre -construction
meeting.
4.
SP -7-9.1
Notifications
Notification Letter
At pre -construction
meeting
5
SP -7-10.1
Traffic and
Access
Traffic Control Plan
At pre -construction
meeting
6.
SS -7-10.4.4
Confined Spaces
Confined Space Entry
Plan
At pre -construction
meeting
7'
SP -9-3.2
Partial and Final
Payments
Monthly Progress
Payment Request
Monthly
8.
SP -500-1.1.2.1
Sanitary Sewer
Bypass Pumping
and Dewatering
Bypass/Dewatering Plan
At pre -construction
meeting
9'
SP -500-1.1.4.2
Cleaning
Equipment
Cleaning Equipment List
and Specifications
At pre -construction
meeting.
10.
SP -500-1.1.5.2
Television
Inspection
Equipment
Video Inspection
Equipment List and
Specifications
At pre -construction
meeting.
11.
SP -500-1.1.4.6
Disposal of
Materials
Material Testing Results
Within one week of
issuance from testing
lab
SP 2-5.3.2.1 SHOP DRAWINGS AND SUBMITTALS. Special Provision 2-5.3.2.1 is added to
section 2-5.3.2 of the Standard Specifications.
The Contractor is required to provide shop drawings and/or submittals for the items listed in
Table 2-5.3.2 (A).
1
20
Contractor's submittals shall be complete and responsive to the requirements of the
specifications. Incomplete submittals may delay the review process. The impact to the
construction schedule of such delays shall be the responsibility of the Contractor. No field work
shall be performed by the Contractor until shop drawings or submittals related to that field work
have been designated as "accepted" by the City. Allow a minimum of 10 working days for
review time.
SP -2-6 WORK TO BE DONE. Special Provision 2-6 replaces section 2-6 of the Standard
Specifications.
The Contractor shall perform all work necessary to complete the contract in a satisfactory
manner. Unless otherwise provided, the Contractor shall furnish and install all materials,
equipment, tools, labor, and incidentals necessary to complete the work. The work to be
performed under this contract shall include, but not be limited to, the following:
I. Clean and TV inspect approximately 177,627 linear feet of 4" to 21" in diameter sanitary
sewer mains under street pavement, along the City of San Mateo right-of-way, and along the
rear and side easements of private residential and commercial properties, as detailed in the
SANITARY SEWER CLEANING AND VIDEO INSPECTION BASINS Cl, C2, C3, C4,
El List contained in the Appendix of this document and shown in drawing number 3-7-48.
SP -2-6.1 EXAMINATION OF THE SITE. Special Provision 2-6.1 is added to section 2-6 of
the Standard Specifications.
In addition to the Standard Specifications, the bidder shall examine carefully the site of the work
contemplated, the plans and specifications, and the proposal and contract forms therefor. The
submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied
as to the conditions to be encountered, as to the character, quality and scope of work to be
performed, the quantity of materials to be furnished and as to the requirements of the proposal,
plans, specifications and contracts.
The bidder represents that he is fully qualified to perform this examination and review.
If the bidder determines that any portion of the site or the plans and specifications present any
interpretation problems of any kind, the bidder shall note such a determination upon this bid
form. Failure to note any such determination shall be conclusive evidence of acceptance by the
bidder of the sufficiency of the plans and specifications.
SP -2-12 ATTORNEY FEES. Special Provision 2-12 is added to section 2 of the Standard
Specifications.
Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not
exceeding $5,000, shall be recoverable as costs (that is, by the filing of a cost bill) by the
prevailing party in any action or actions to enforce the provisions of this contract. The above
$5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or
otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent
that neither party to this contract shall have to pay the other more than $5,000 for attorney fees
arising out of an action, or actions, to enforce the provisions of this contract. The parties expect
and hope there will be no litigation and that any differences will be resolved amicably.
21
1
I
I
I
I
1
I
I
I
I
I
M
r
I
I
I
SP -2-13 SAN MATEO BUSINESS LICENSE GUIDELINES. Special Provision 2-13 is added
to section 2 of the Standard Specifications.
A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5.
Section 5.24.090 of said Chapter 5 provides that "Every person conducting the business of
contractor shall pay an annual tax as follows: (1) General Contractor, $124.00; (2) all other
contractors, $49.00."
SP -3-1.3 NOTICE OF POTENTIAL CLAIM. Special Provision 3-1.3 is added to section 3.1 of
the Standard Specifications.
The Contractor shall not be entitled to the payment of any additional compensation for any
cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing
or occurrence, unless he or she shall have given the Engineer due written notice of potential
claim as hereinafter specified, provided, however, that compliance with this Section SP -3-1.3
shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7,
Time of Completion in the Standard Specifications, nor to any claim which is based on
differences in measurements or errors of computation as to contract quantities.
The written notice of potential claim shall set forth the reasons for which the Contractor believes
additional compensation will or may be due, the nature of the costs involved, and, insofar as
possible, the amount of the potential claim. The said notice as above required must have been
given to the Engineer prior to the time that the Contractor shall have performed the work giving
rise to the potential claim for additional compensation, if based on an act or failure to act by the
Engineer, or in all other cases within 15 days after the happening of the event, thing or
occurrence giving rise to the potential claim.
It is the intention of this Section that differences between the parties arising under and by virtue
of the contract be brought to the attention of the Engineer at the earliest possible time in order
that such matters may be settled, if possible, or other appropriate action promptly taken. The
Contractor hereby agrees that he or she shall have no right to additional compensation for any
claim that may be based on any such act, failure to act, event, thing or occurrence for which no
written notice of potential claim as herein required was filed.
SP -3-2,1 CHANGES INITIATED BY THE AGENCY. Special Provision 3-2.1 replaces section
3-2.1 of the Standard Specifications.
The City of San Mateo reserves the right to change the scope of this contract in order to align the
contract price to the monies available. Presently there is approximately $400,000 available for
this project. The City shall have full authority and discretion to determine the decrease or
increase in quantities required as well as the sub -projects that will be altered, added or deleted.
The Contractor shall not be entitled to any additional compensation or adjustment in the unit
prices bid because of the above -stated alteration of this project.
SP -3-3.2.2.1 LABOR SURCHARGE. Special Provision 3-3.2.2.1 is added to Section 3-3.2.2 (a)
of the Standard Specifications.
To the actual wages as defined in Section 3-3.2.2 (a) of the Standard Specifications for Public
Works Construction, will be added a labor surcharge.
22
I
1
1
I
I
1
I
1
i
t
I
r
I
I
I
I
The labor surcharge compensates the contractor for statutory payroll items stipulated by various
governmental agencies. The six items included are Workers Compensation, Social Security,
Medicare, Federal Unemployment, State Unemployment and State Training Taxes. The labor
surcharge calculation for overtime work does not include workers compensation on the premium
portion of, overtime, as provided by workers compensation regulations.
The surcharge percentage to be applied to the actual wages paid as provided in Section 3.3.2.2
(a) of the Standard Specifications for Public Works construction will be 16 percent for regular
time (RT) and 14 percent for over time (OT) and will be paid per section SP -3-3.2.3, Mark-up.
SP -3-3.2.3 MARK-UP. Special Provision 3-3.2.3 replaces section 3-3.2.3 of the Standard
Specifications.
A. Work by Contractor
The following percentages shall be added to the Contractor's cost and shall constitute the
mark-up for all overhead and profits:
1. Labor Surcharge (RT) 16%
2. Labor Surcharge (OT) 14%
3. Labor 25%
4. Materials 15%
5. Equipment Rental 15%
6. Other Items and Expenditures 15%
To the sum of the costs and mark-ups provided for in this subsection, one percent (1%)
shall be added as compensation for bonding.
B. Work by Subcontractor
When subcontractor performs all or any part of the extra work, the markup established in
SP -3-3.2.3 (a) shall be applied to subcontractor's cost as determined under 3-3.2.2. In
addition, a markup of 10 percent on first $5,000 of subcontracted portion of extra work
and 5% on the work added in excess of $5,000 of subcontracted portion of extra work
may be added by the contractor for overhead and profit.
SP -5-1 LOCATION OF UTILITIES. Special Provision 5-1.1 is added to section 5-1 of the
Standard Specifications.
The Contractor's attention is directed to Section 5-1 of the specifications for Public Works
Construction regarding the Contractor's responsibility for requesting utility companies'
representatives to mark or otherwise indicate the location of their respective underground
installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall
notify Underground Service Alert (USA) so that the various utility companies may field -mark
said installations. Once the field marks are in place, the Contractor shall be responsible for all
marked utilities damaged during construction or claims resulting from said damage. In addition,
the City shall not be responsible for any unmarked utility damaged during construction or any
claims resulting from this damage, except for damage to City of San Mateo utilities that the City
has not marked within forty-eight (48) hours after receiving notice from USA to do so and which
were not marked at the time the damage occurred.
23
1
r
1
I
I
I
I
1
I
1
I
I
I
I
I
1
Attention is directed to the possible existence of underground utilities not indicated on the plans
and to the possibility that underground utilities may be in a location different from that which is
indicated on the plans. The Contractor shall ascertain the exact location of underground utilities
whose presence is indicated on the plans, the location of their service laterals or other
appurtenances, and for existing service lateral or appurtenances of any other underground
facilities which can be inferred from the presence of visible facilities such as buildings, meters
and junction boxes prior to doing work that may damage any such facilities or interfere with their
service.
SP -6-1.1 PRE -CONSTRUCTION CONFERENCE. Special Provision 6-1.1 is added to section
6-1 of the Standard Specifications.
A pre -construction conference will be held at a location selected by the City for the purposes of
review and approval of the construction schedule and to discuss construction procedures and
payment schedule. The Contractor shall be represented by his superintendent of work. The City
will be represented by members of the organization having direct control of supervision of the
project.
SP -6-2.1 ORDER OF WORK. Special Provision 6-2.1 is added to section 6-2 of the Standard
Specifications.
The Contractor shall limit performance of cleaning work to one cleaning area at a time. The
cleaning areas are shown on the drawings, for example Cla is a separate cleaning area from C4j.
The entire cleaning area will be cleaned before moving on to the next cleaning area. Cleaning
may begin in another cleaning area before the video inspection has been completed on the prior
cleaning area.
The Contractor will begin cleaning the areas in the northern portion of the project boundary and
work south. The Contractor will start in Shoreview (near 3d Ave, sub -basin Cl) and finish in
Los Prados (sub -basin C4). The El areas should be the last to be cleaned.
SP -6-6.5 DELAYS AND EXTENSIONS OF TIME. Special Provision 6-6.5 is added to section
6-6 of the Standard Specifications.
In the event that a disagreement shall arise between the City and the Contractor over Time of
Performance as extended by the City due to an allowed suspension of work, the Contractor may
request an extension from the City Council. Such requests shall be filed with the City Clerk,
addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of
Performance as modified. The ruling of the City Council shall be final and conclusive.
SP -6-7.1 TIME OF COMPLETION. Special Provision 6-7.1 replaces section 6-7.1 in the
Standard Specifications.
The Contractor shall prosecute the work to completion before the expiration of one hundred
twenty (120) working days, beginning from the date specified in the Notice to Proceed.
The City will furnish the Contractor a weekly statement of working days remaining on the
contract.
24
1
I
I
1
1
1
1
1
I
1
1
r
I
r
1
I
1
1
I
SP -6-9 LIQUIDATED DAMAGES. Special Provision 6-9 replaces section 6-9 in the Standard
Specifications.
Failure of the Contractor to complete the work within the time allowed will result in damages
being sustained by the City of San Mateo. Such damages will be determined on the following
basis. For each consecutive calendar day in excess of the time specified for completion of the
work (as adjusted in accordance with 6-6 of the Standard Specifications), the Contractor shall
pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount
necessary to cover any add-on costs or lost revenue and by cost plus an estimate of overhead
costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of
alternative services during delay, etc.
Execution of the contract under these specifications shall constitute agreement by the City of San
Mateo and Contractor that $250 per day is the minimum value of the costs and actual damage
caused by failure of the Contractor to complete the work within the allotted time, that liquidated
damages shall not be construed as a penalty, and that the amount calculated by the City may be
deducted from payments due the Contractor if such delay occurs.
SP -6-11 MEDIATION. Special Provision 6-11 is added to section 6 of the Standard
Specifications.
Should any dispute arise out of this Agreement, any party may request a meeting between the
parties to resolve the dispute. Only in the event the dispute is not resolved as a result of such a
meeting, or the opposing party refuses to attend such a meeting, any party may request that it be
submitted to mediation. The parties shall mediate the dispute within 30 days of such a request.
The mediator shall be agreed to by the mediating parties. In the absence of an agreement, the
parties shall each submit one name from the mediators listed by either the American Arbitration
Association, the California State Board of Mediation and Conciliation, or other agreed -upon
service. The mediator shall be selected by a blindfolded process.
The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the
prevailing party. No party shall be permitted to file a legal action without first meeting in
mediation and making a good faith attempt to reach a mediated settlement. The mediation
process, once commenced by a meeting with the mediator, shall last until agreement is reached
by the parties but not more than 60 days, unless the maximum time is extended by the parties.
25
I
I
1
I
I
I
I
I
1
I
R
I
I
I
I
i
I
I
I
SP -7-2.2.1 HOURS OF LABOR. Special Provision 7-2.2.1 is added to section 7-2.2 of the
Standard Specifications.
Construction operations beyond the eight -hour normal workday and on legal holidays may occur
on occasion if approved in advance by the City. The Contractor shall notify the City Engineer in
writing five (5) work days prior to any non -emergency type overtime operations or forfeit the
sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without
written consent of the City Engineer, said sum to be deducted from any monies due the
Contractor or paid directly to him. Normal working hours for this project shall be between 8:00
a.m. and 5:00 p.m., Monday to Friday, unless specifically modified in writing.
SP -7-2:3 NON-DISCRIMINATION POLICY. Special Provision 7-2.3 is added to section 7-2 of
the Standard Specifications.
It is the policy of the City of San Mateo that all qualified persons are to be afforded equal
opportunities of employment on any public works contract entered into with the City.
SP -7-2.3.1 LOWEST RESPONSIBLE BIDDER. Special Provision 7-2.3.1 is added to section
7-2 of the Standard Specifications.
In order to promote the policy declared above, contracts for public works will be awarded only to
such bidders as are determined to meet the following qualifications of lowest responsible bidder.
The lowest responsible bidder shall be the bidder who offers to perform the work involved
according to the plans and specifications therefore for the least amount of money; provided the
bidder has the ability, capacity and, when necessary the required State or other license.
In determining to whom the award is to be made, the awarding authority may consider, in
addition to the bid or quotation received, the experience of the bidder for the particular service
sought, the quality of work that the bidder has done, the quality of the product or materials
provided by the bidder, the ability of the bidder to complete the project in a timely manner, the
safety compliance record of the bidder, and the insurance carried by the bidder.
SP -7-2.3.2 STANDARDS OF NON-DISCRIMINATION. Special Provision 7-2.3.2 is added to
section 7-2 of the Standard Specifications.
A. The successful bidder and each subcontractor shall undertake action to ensure that
applicants and employees are treated fairly such that the principles of equal opportunity
in employment are demonstrated positively and aggressively during employment, without
regard to race, color, religion, sex, disability, or national origin.
B. In all advertisements for labor or other personnel or requests for employees of any nature,
the successful bidder and each subcontractor shall state that all qualified applicants will
receive consideration for employment without regard to race, color, religion, sex or
national origin.
26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SP -7-2.3.3 CERTIFICATION OF NON-DISCRIMINATION. Special Provision 7-2.3.3 is
added to section 7-2 of the Standard Specifications.
Each bidder on any public works contract shall sign the certification of nondiscrimination, which
is a part of the proposal form.
Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and
file with the City a certificate of nondiscrimination.
SP -7-2.4 PREVAILING WAGE. Special Provision 7-2.4 is added to section 7-2 of the Standard
Specifications.
In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the
State of California, in force on the day this bid was announced, will be the minimum paid to all
craftsmen and laborers working on this project. In some cases, prevailing wage determinations
have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the
date of advertisement for bids.
In cases where the prevailing wage determinations have a single asterisk (*) after the expiration
date which are in effect on the date of advertisement for bids, such determinations remain in
effect for the life of the project Prevailing wage determinations which have double asterisks
(**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay
rates, and employer payments to be paid for work performed after this date have been
predetermined. If work is extended past this date, the new,.rate must be paid and should be
incorporated in contracts the Contractor enters into.
A copy of the correct determination will be posted at the job site. It is understood that it is the
responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage
scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the
materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual
scale then in force.
The Contractor and subcontractor shall comply with the provisions of Labor Code Section 1776
and keep accurate payroll records, showing the name, address, social security number, work
classification, straight time and overtime hours worked each day and week, and the actual per
diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or
her in connection with the public work.
SP -7-2.5 EMPLOYMENT OF APPRENTICES. Special Provision 7-2.5 is added to section 7-2
of the Standard Specifications.
Contractor shall be responsible for compliance with California Labor Code Section 1777.5
relating to employment of apprentices for all apprenticeable occupations when the contract
amount exceeds $30,000 or 20 working days or both.
27
I
I
1
I
I
1
I1
I
I
I
I
I
I
1
I
I
I
SP -7-3 LIABILITY INSURANCE. The minimum insurance requirements set in Special
Provision 7-3 replace the minimum requirements in section 7-3 of the Standard Specifications.
The Contractor shall provide and maintain:
A. Commercial General Liability Insurance, occurrence form, with a limit of not less
than $1,000,000 each occurrence. If such insurance contains a general aggregate
limit, it shall apply separately to this Agreement or be no less than two (2) times
the occurrence limit.
B. Automobile Liability Insurance, occurrence form, with a limit of not less than
$1,000,000 each occurrence. Such insurance shall include coverage for owned,
hired, and non -owned automobiles.
C. Worker's Compensation insurance as required by the State of California and
Employer's Liability Insurance.
D. General Provisions for all insurance. All insurance shall:
1. Include the City of San Mateo, its elected and appointed officers,
employees, and volunteers as additional insureds with respect to this
Agreement and the performance of services in this Agreement. The
coverage shall contain no special limitations on the scope of its protection
to the above -designated insureds.
2. Be primary with respect to any insurance or self-insurance programs of
City, its officers, employees, and volunteers.
3. Be evidenced, prior to commencement of services, by properly executed
policy endorsements in addition to a certificate of insurance.
a. In addition to requiring that you provide an insurance certificate
showing the levels and types of coverage required for your project
or contract, the City of San Mateo also requires you to provide the
City with a copy of the actual endorsements to the commercial
general, automobile, and any excess liability insurance policies
that show that the City of San Mateo, its boards, commissions,
officers, agents, and employees have been named as additional
insureds by the insurers.
These endorsements are required because California Insurance
Code § 384 expressly provides that an insurance certificate is not
proof of what the underlying insurance policy actually contains. If
you look at an insurance certificate, you will notice that the
certificate actually says the same thing. Therefore, a certificate has
minimal legal value and the City cannot be reasonably certain that
it is covered under the policies shown on the certificate without
endorsements.
2R
An endorsement is a piece of paper that modifies the terms of the
underlying policy and is issued by the insurance company itself,
rather than a broker.
I
I
I
I
I
I
I
I
I
r
I
I
I
I
1
A copy of a sample endorsement for commercial general liability is
on the following page for your reference.
4. No changes in insurance may be made without the written approval of the
City Attorney's office.
5. NOTICE OF CANCELLATION: The City requires 30 days written notice
of cancellation. Additionally, the notice statement on the certificate should
not include the wording "endeavor to" or "But failure to mail such notice
shall impose no obligation or liability of any kind upon the company, its
agents or representatives".
29
I
I
I
I
I
U
I
I
I
1
I
I
I
I
1
SAMPLE ENDORSEMENT FORM FOR COMMERCIAL GENERAL LIABILITY
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — OWNERS, LESSEES
OR CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of person or organization:
(If no entry appears above, information required to complete this endorsement will be shown in
the Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule, but only with respect to liability arising out of "your work"
for that insured by or for you.
This insurance shall apply as primary insurance as respects any Person, Organization,
Partnership or Joint Venture named above, and any other insurance available to such Person,
Organization, Partnership or Joint Venture shall be excess and not contributory with the
insurance afforded by this policy.
30
I
I
I
I
I
1
I
I
I
I
I
I
I
1
I
I
SP -7-3.1 HOLD HARMLESS AND INDEMNITY PROVISION. Special Provision 7-3.1 is
added to section 7-3 of the Standard Specifications.
Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and
employees from and against any and all claims, loss, liability, damage, and expense arising from
performance of this contract, including claims, loss, liability, damage, and expense caused or
claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and
(2) to defend City of San Mateo, its officers or employees thereagainst; provided, however that
this provision does not apply to claims, loss, liability, damage or expense arising from (a) the
sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City
of San Mateo; further provided, that this provision shall not affect the validity of any insurance
contract, workers compensation or agreement issued by an admitted insurer as defined by the
Insurance Code.
SP -7-5 PERMITS. Special Provision 7-5.2 is added to section 7-5 of the Standard
Specifications:
SP -7-5.2 COMPLIANCE WITH NPDES PERMIT.
The City's sanitary sewer collection system is subject to the terms of a NPDES permit issued by
U.S. Environmental Protection Agency (U.S. EPA) and the California Regional Water Quality
Control Board. The NPDES permit specifies waste discharge requirements (WDR) and prohibits
the discharge of wastewater at a location or in a manner different from that described in permit.
Sanitary sewer overflows (SSO), including bypassing of untreated sewage to surface waters or
drainage courses, are a violation of the permit requirements. A copy of the NPDES permit is
available for review by the Contractor.
In scheduling and performing the work, the Contractor shall comply with all requirements of the
permit and shall not, directly or indirectly, cause a SSO or prevent the City from complying with
the requirements of the permit. Penalties imposed on the City as a result of any discharge
violation caused by the actions of the Contractor, or its employees, or subcontractors shall be
borne in full by the Contractor, including fines,legal fees, and other expenses to the City
resulting directly or indirectly from such discharge violations. The City may recover such sums
by deduction from the construction progress payments.
The Contractor shall take all necessary precautions to prevent SSOs and protect from damage all
components of the sanitary sewer collection system. In the event of an accidental SSO, the
Contractor shall immediately notify the City, and City shall immediately be entitled to utilize
other forces to implement the procedures specified in its Sanitary Sewer Collection System
Emergency Overflow Response Plan. All costs incurred by the City to respond to a SSO,
including any monetary penalties or fees, will be deducted from the Contractor's construction
progress payments.
SP -7-8.6 WATER POLLUTION CONTROL. Special Provision 7-8.6 replaces section 7-8.6 of
the Standard Specifications.
In compliance with the "City of San Mateo Storm Water Management and Discharge. Rules and
Regulations" ("Discharge Rules") the Contractor shall exercise every reasonable precaution to
prevent the discharge of any material which is not solely stormwater (i.e., rain) to the storm drain
system which includes, but is not limited to, catch basins, drainage channels, and creeks. Non -
31
I
I
1
1
I
I
I
I
I
I
I
I
I
1
1
I
I
I
i
allowable discharges include, but are not limited to, eroded soil from stockpiles or disturbed
earth on -site, concrete and concrete washout water, sawcut slurry, fuel, oil, and other vehicle
fluids, solid wastes, and construction chemicals.
Stormwater pollution control work is intended to provide prevention, control, and abatement of
such stormwater pollution, and shall consist of constructing those facilities which may be
contained in the Contractor's stormwater pollution control program, shown on the plans,
specified herein, or directed by the Engineer.
At the pre -construction conference the Contractor shall submit, for acceptance by the Engineer, a
program to control stormwater pollution effectively during the project. Such program shall show
the schedule for the erosion control work included in the contract, if applicable, and for all
stormwater pollution control measures which the Contractor proposes to take in connection with
the project. The Contractor shall include the following minimum actions as identified by the San
Francisco Bay Regional Water Quality Control Board (when applicable to project):
1. Stabilize site access points to avoid tracking materials off -site;
2. Stabilize denuded areas prior to the wet season (Oct. 15 through Apr. 15) or within 14
days of disturbance;
3. Protect adjacent properties;
4. Stabilize temporary conveyance channels and outlets;
5. Use sediment controls and filtration to remove sediment from water generated by
dewatering;
6. Use proper materials and waste storage, handling, and disposal practices;
7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices;
8. Control and prevent discharge of all potential construction -related pollutants;
12. Prepare a contingency plan in the event of unexpected rain or a control measure failure.
13. Protect storm drain inlets.
In addition, when applicable, during saw cutting the Contractor shall cover or barricade catch
basins using control measures such as filter fabric, fiber rolls, sand bags, or fine gravel dams to
keep slurry out of the storm drain system. When protecting an inlet, the Contractor shall ensure
that the entire opening is covered. The Contractor shall shovel, absorb, and/or vacuum saw cut
slurry and pick up all waste prior to moving to the next location or at the end of each working
day, whichever is sooner. If saw cut slurry enters a storm drain inlet, the Contractor shall
remove the slurry immediately.
The Contractor shall coordinate stormwater pollution control work with all other work done on
the contract. The Contractor shall not perform any clearing and grubbing or earthwork on the
project, other than that specifically authorized in writing by the Engineer, until the required
storm water pollution control program has been accepted. It shall be the Contractor's
responsibility to train all employees and subcontractors on the approved stormwater pollution
control measures.
The City will not be liable to the Contractor for failure to accept all or any portion of an
originally submitted or revised stormwater pollution control program, or for any delays to the
work due to the Contractor's failure to submit an acceptable stormwater pollution control
program.
32
I
1
1
I
1
i
I
I
I
1
i
1
I
During the project, if the stormwater pollution control measures being taken by the Contractor
prove inadequate to control stormwater pollution, the Engineer may direct the Contractor to
revise his operations and/or his stormwater pollution control program. If the Contractor fails to
adequately revise his operations after such direction, the Engineer may cause the stormwater
pollution control measures to be performed by others, the costs to be deducted from any monies
due or to become due the Contractor.
The complete cleanup of all material, which is discharged from the project in violation of the
Discharge Rules, shall be the responsibility of the Contractor. Should the Contractor fail to
respond promptly and effectively to the Engineer's request for cleanup of such discharges, the
Engineer may cause the cleanup to be performed by others, the costs to be deducted from any
monies due or to become due the Contractor.
Nothing in the terms of the contract nor in the provisions in this section shall relieve the
Contractor of the responsibility for compliance with Sections 5650 and 12015 of the Fish and
Game Code, or other applicable statutes relating to prevention or abatement of stormwater
pollution.
Full compensation for creating and implementing an acceptable storm water pollution control
program will be included in the various bid items and no separate compensation shall be made.
SP -7-9.1 NOTIFICATIONS. Special Provision 7-9.1 is added to section 7-9 of the Standard
Specifications.
Contractor shall provide a minimum of 72 hours written notice to residents/owners of private
property prior to accessing manholes in public utility easements. Contractor shall provide a
minimum of 72 hours written notice to all affected residents/owners prior to any night work.
Contractor shall submit for approval at the pre -construction meeting a copy of the notification
letter to be used.
A summary of notices with examples is located in Appendix III.
SP -7-10.1 TRAFFIC AND ACCESS. Special Provision 7-10.1 replaces section 7-10.1 of the
Standard Specifications.
The Contractor shall be responsible, during all phases of the work, to provide for public safety
and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as
described and specified in the Manual of Uniform Traffic Control Devices 2003 edition,
California Supplement, Part 6 Temporary Traffic Control. The provisions of this manual will
become a part of the requirements of the contract.
Project operations shall be conducted in such a manner as to cause as little inconvenience as
possible to the abutting property owners or motoring public. Convenient access to driveways,
houses, and buildings along the line of work shall be maintained unless otherwise approved by
the City in advance. Contractor shall request and obtain approval from City before any lane
closures are implemented. Open excavation and ditches across a roadwayshall be covered and
guardedin such a manner as to permit safe traffic flow during hours when no work is being
performed.
33
I
1
I
I
1
I
G
I
1
I
Open trenches in all public utility easements shall be covered and fenced off in such manner as
no small children or any person or pets would accidentally fall in when no work is being
performed.
Payment for the bid item "Traffic Control" shall include full compensation for preparation of the
traffic plan and traffic control, no additional compensation will be paid.
Contractor shall furnish the Project Engineer with a Traffic Control Plan at the Pre -Construction
Meeting. No work will be allowed to be performed until a Traffic Control plan is approved by
an Engineer.
SP -7-10.4.5 PERSONNEL PROTECTIVE EQUIPMENT. Special Provision 7-10.4.5 is added
to section 7-10.4 of the Standard Specifications.
Contractor's employees performing work within the sanitary sewer or storm drain collection
systems may be exposed to biohazards or other hazardous substances. The Contractor is
responsible for providing personnel protective equipment (PPE) necessary to protect workers
from hazards which may be encountered. The equipment used shall comply with all applicable
safety requirements. Payment for providing personal protective equipment shall be included in
the bid prices paid for items for work requiring the use thereof and no additional payment will be
made.
SP -9-3 PAYMENT
SP -9-3.1 GENERAL. Special Provision 9-3.1 is added to section 9-3.1 of the Standard
Specifications.
Except as directed otherwise in these specifications, full compensation for completing all of the
work indicated on the plans and directed herein is considered to be included in the contract unit
prices paid for the various items of work and no separate payment will be made therefore.
SP -9-3.1.1 TEN PERCENT (10%) RETENTION. Special Provision 9-3.1.1 is added to section
9-3.1 of the Standard Provisions.
To ensure performance, City is entitled to retain ten percent (10%) of the contract price for 35
days after it records the Notice of Completion. However, pursuant to the Public Contracts Code
Section 22300, the Contractor may substitute securities for said ten percent (10%) retention or
request that the City make payments of retentions earned directly to an escrow agent at the
Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby
expressly made a part of the contract.
SP -9-3.2 PARTIAL AND FINAL PAYMENTS. Special Provision 9-3.2 is added to section 9-
3.2 of the Standard Specifications.
Contractor shall submit each month a Monthly Progress Payment Request in accordance with the
schedule established at the preconstruction conference. Contractor shall use City's standard
form for such requests and submit one original plus two copies of each request.
34
SPECIAL PROVISIONS
CITY OF SAN MATEO, CALIFORNIA
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
1
I
I
I
1
1
PART II — SANITARY SEWER LINE CLEANING AND VIDEO INSPECTION
Sanitary sewer line cleaning and video inspection shall be performed in accordance with the
requirements of Standard Specifications, Section 500-1.1 Requirements, as modified and
supplemented by these special provisions, and in accordance with the City of San Mateo Closed
— Circuit Television Inspection Manual ("City CCTV Manual"), included as Appendix IV in the
contract documents. The information provided in the City CCTV Manual supplements the
requirements of these special provisions.
500-1.1.2.1 SANITARY SEWER BYPASS PUMPING AND DEWATERING Special
Provision 500-1.1.2.1 is added to section 500-1.1.2 of the Standard Specifications.
Prior to performing work, Contractor shall submit plans and procedures for sanitary sewer
plugging or bypass pumping or dewatering needed during cleaning and video inspection
operations in accordance with 2-5.3. Attention is directed to SP 7-5.2 regarding NPDES permit
requirements. Plugging, bypass pumping, or dewatering shall not cause sanitary sewer
overflows or other prohibited discharges.
SP -500-1.1.4 CLEANING — Delete Section 500-1.1.4 of the Standard Specifications and
replace with the following Special Provisions.
SP -500-1.1.4.1 GENERAL
Contractor shall furnish all labor, materials and equipment necessary to remove foreign materials
from the lines prior to video inspection.
SP -500-1.1.4.2 CLEANING EQUIPMENT
The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and
obstructions from the sewer lines and manholes. Contractor shall submit for approval at the pre -
construction meeting a list of sewer cleaning equipment to be used and manufacturer's
specifications for each truck and nozzle attachment.
The following requirements for the cleaning equipment must be met:
I. Hydraulically Propelled Equipment such as root saws or rotating chain flails
shall be used.
2. Hydraulically Propelled Equipment such as sewer balls or movable dam shall
not be used.
35
1
1
I
1
1
1
1
1
1
1
3. High -Velocity Hydraulic (Hydro -Cleaning) Equipment: High -velocity sewer
cleaning equipment shall have a minimum working pressure of 1,000 psi at a 30
gpm rate. The nozzles shall be capable of producing a scouring action in the
lines designated to be cleaned to remove debris and sand from the flow line.
The equipment shall carry a nominal 800 gallon minimum water tank and have
a minimum of 650 feet of high pressure hose.
4. Mechanical Cleaning Equipment such as bucket machines may be used for
pipelines larger than 15" in diameter.
5. Vacuum truck/loader: vacuum loader shall been a 3 axle, 27" mercury (high -
vacuum unit) with a positive displacement blower produces a minimum of 3500
CFM air flow, 8" suction tubes, and 16 yards capacity.
SP -500-1.1.4.3 CLEANING PRECAUTIONS
During sewer cleaning operations precautions shall be taken in the use of cleaning equipment, so
as to prevent damage to the existing pipe, manholes, and catch basins, and to prevent backflow
into building structures through laterals.
SP -500-1.1.4.4 SEWER CLEANING
The designated sewer sections shall be cleaned using hydraulically propelled and high -velocity
jet equipment as needed. Selection of the equipment used shall be based on the conditions of
lines at the time the work commences. The equipment and methods selected shall be in
accordance with SP -500-1.1.4.2.
If cleaning of the entire section cannot be successfully performed from one manhole, the
equipment shall be set up at the destination manhole and cleaning attempted again. A minimum
of one operator and two laborers shall be at the job site at all times. One cleaning equipment,
one vacuum loader, and a minimum of 300 linear feet of flexible hose for vacuuming, shall be at
the job site at all times.
Clean sanitary sewer pipes to remove debris, grease, and roots, and to provide for a clear picture
to view 95% of the original diameter or area. When using high -velocity hydraulic cleaning
equipment independently or in combination with other cleaning methods, a minimum of four (4)
complete passes (forward and backward) with the hydraulic nozzle will be done.
If the initial four (4) complete passes (forward and backward) are not able to remove the debris
to provide a clear picture to view 95% of the original diameter or area, the contractor shall notify
the Engineer. At the direction of the Engineer, the Contractor shall continue to clean the pipeline
until a minimum of 95% of the original diameter/area can be viewed. The contractor will
provide a weekly statement with the locations of and number of hours spent on extra cleaning.
The additional cleaning will be paid for at the bid price for additional sewer line cleaning only.
36
1
1
1
I
i
I
SP -500-1.1.4.5 MATERIAL REMOVAL
All sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid material resulting from
the cleaning operation shall be removed at the downstream manhole of the section being cleaned.
Passing material from manhole to manhole will not be permitted.
SP -500-1.1.4.6 DISPOSAL OF MATERIALS
All solids or semisolids resulting from the cleaning operations shall be removed from the site and
disposed outside the City of San Mateo city limits. Contractor shall comply with all federal,
state, and local regulations regarding disposal of debris outside city limits. However, the
contractor may elect to provide and install a temporary solids transfer facility (including phase
separator with cover, filter screens, and ramp). The location of this facility will be determined at
the Pre -Construction Meeting. Liquid in the phase separator shall be drained directly to a City
sanitary sewer manhole designated by the Engineer. The contractor is required to ensure that
materials dewatered at the temporary solids transfer facility contain a minimum of 50% solids.
The contractor shall be responsible for cleaning and maintenance of the area and shall ensure any
spilled materials are flushed into the sanitary sewer manhole. A containment system, approved
by the Engineer, shall be installed to keep debris from entering the storm drain system. It is the
responsibility of the contractor to keep odors to a minimum by removing/disposing of the debris
on a regular basis, covering the debris box during off hours, and cleaning the area around the
facility on a daily basis. At a minimum, debris boxes shall be emptied and replaced once a week,
or as directed by the Engineer. All debris boxes shall be emptied prior to the weekend.
Debris boxes and vacuum trucks shall be clean before they are used for the debris from this
project. The Contractor will provide the City's representative access to the debris boxes and
vacuum truck for inspection prior to being used by the Contractor for this project.
Disposal of debris shall include all work associated with the provision of the temporary solids
transfer facility and with the removal/disposal of debris at sanitary landfills. Sampling and
testing of materials prior to disposal shall be the responsibility of the Contractor. Contractor will
provide copies of tests to the City within one week of receipt of the results. Bid item for debris
removal/disposal shall include the testing, hauling and disposal of non -hazardous material at the
Keller Canyon Landfill, 901 Bailey Road, Pittsburg, CA 94565. Contractor will contact the
Special Waste Division of Allied Waste at (800) 204-4242 to arrange for disposal at Keller
Canyon Landfill.
If the results of the tests do not meet the waste acceptance guidelines for Keller Canyon Landfill,
then the debris shall be hauled to and disposed of at another landfill which is certified to accept
it. One facility that may accept Class 1 Hazardous Waste is Kettleman Hills Landfill, 35251 Old
Skyline Road, Kettleman City, CA 93239; Phone number 800-WMDisposal (800-963-4776).
Costs for removal/disposal of debris shall be at the unit price per cubic yard. Contractor shall be
reimbursed based on the actual quantity delivered to the landfill. The contractor will provide
trucking manifests to the City within one week of debris disposal.
If debris is classified as Class 1 hazardous waste and must be taken to a landfill other than Keller
Canyon, the additional payment to the contractor will be based on the actual difference in unit
cost between Bid Item #6, Disposal of Debris and the unit cost incurred through disposal at the
37
1
1
1
11
i
11
I
alternate facility. The Contractor shall provide a written request for the change and provide
documentation to the City supporting the change in cost. Copies of invoices to the Contractor
from the disposal facility, trucking company, or any other invoices related to debris disposal will
be provided to the City. Acceptance of the documentation will be at the discretion of the City.
SP -500-1.1.4.7 ACCEPTANCE OF CLEANING
Acceptance of sewer line cleaning shall be made upon demonstration, through the television
inspection, that the line has been cleaned sufficiently to allow determination of its condition.
SP -500-1.1.4.8 PAYMENT
Sewer cleaning shall be paid at the unit price per lineal foot. Additional sewer cleaning beyond
the original four (4) complete passes shall be paid for on an hourly basis at the bid price.
SP -500-1.1.5 TELEVISION INSPECTION — Delete Section 500-1.1.5 and replace with the
following Special Provisions.
SP -500-1.1.5.1 GENERAL
Contractor shall furnish all labor, materials, and equipment necessary to perform closed circuit
television inspection of the sewer lines listed. The inspection shall be done one line section at a
time and the flow in the section being inspected shall be suitably controlled as specified.
Contractor will perform video inspection within two (2) weeks of cleaning the line.
SP -500-1.1.5.2 TELEVISION INPECTION EQUIPMENT
The television camera used for the inspection shall be one specifically designed and constructed
for operation in connection with sewer inspection. It shall be operative in 100 percent humidity
conditions and have a 360 -degree radial view rotating head. The camera head shall be capable of
rotating to view up lateral connections and to evaluate defects. Lighting and camera quality shall
be suitable to allow a clear in -focus picture of a minimum of six linear feet of the entire inside
periphery of the sewer pipe. Lighting for the camera shall minimize reflective glare. To insure
peak picture quality throughout all conditions encountered during the survey, a variable intensity
control of the camera lights and remote control adjustments for focus and iris shall be located at
the monitoring station. Focal distance shall be adjustable through a range of from six inches to
infinity. Continuously displayed on the monitors shall be the date of the survey, number
designation of the upstream and downstream manholes corresponding to the line section being
surveyed, and a continuous forward and reverse readout of the camera distance from the manhole
of reference. The remote reading footage counter shall be accurate to two -tenths of a foot. The
camera, television monitor and other components shall be capable of producing a minimum 500
line resolution color video picture.
Contractor shall submit for approval at the pre -construction meeting a list of video camera
equipment to be used including manufacturers specifications for each camera type.
38
I
1
r
1
I
I
i1
I
I
1
I
SP -500-1.1.5.3 RETRIEVAL OF EQUIPMENT
Contractor will retrieve television camera equipment stuck or lost in mains immediately at the
time of incident. No additional compensation will be made for retrieval of equipment. The City
of San Mateo Corporation Yard personnel and equipment are not available to assist the
Contractor in retrieval of equipment. Removal of equipment from pipelines shall be in
accordance with 500-1.2 Pipeline Point Repairs and as approved by the Engineer.
SP -500-1.1.5.4 OPERATION
The camera shall be moved through the line in either direction at a uniform rate, stopping when
necessary to permit proper documentation of the sewer condition. In no case will the television
camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches,
TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere
with proper documentation of the sewer conditions shall be used to move the camera through the
sewer line.
As the camera approaches a lateral connection or substantial defect, the camera progress shall be
halted and the camera lens panned to further view the lateral pipe and connection (including
looking up the lateral) or defect to thoroughly evaluate its condition.
If, during the inspection operation, the television camera will not pass through the entire line
section as a result of offset joints, broken pipe or other obstructions, Contractor shall set up his
equipment so that the inspection can be performed from the destination manhole or catch basin.
If, again, the camera fails to pass through the entire line section, Contractor shall immediately
notify City. In the case of submerged lines or sags or when the viewable portion of the pipe is
reduced to less than 270 degrees of the circumference of the interior pipe wall, Contractor shall
block the upstream manhole(s) and vacuum clean or jet flush the line to remove or lower the
standing water level and proceed concurrently with the television inspection. In the event
Contractor is still unable to televise the entire line and has demonstrated to the City that every
reasonable effort has been made to clean the line for inspection or reverse the camera path,
Contractor will move on to the next setup. However, City reserves the right to perform spot
repairs to the line and have Contractor re -inspect the line. Reverse taping segments shall be
checked for total coverage of manhole to manhole runs.
In the event sewage flows are too great to allow inspection or plugging at the upstream
manhole(s), then the Contractor shall coordinate with City to reschedule television inspection
during low flow periods such as early morning (i.e., between midnight and 5:00 a.m.).
If the Contractor chooses to bypass the sewer flow around the work and dewater the work area,
all work shall be in conformance with Section 306-3.3 of the Standard Specifications.
When manually operated winches are used to pull the television camera through the line, walkie
talkie radios or other suitable means of communication shall be set up between the two manholes
of the section being inspected to ensure good communications between members of the crew.
The importance of accurate distance measurements is emphasized. The accuracy of the remote
reading footage counter shall be checked by use of a walking meter, roll -a -tape, or other suitable
device, and the accuracy shall be satisfactory to the Engineer.
39
i
1
i
1
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
In the event the section being televised has substantial flow entering the sewer between
manholes, such that inspection of the sewer is impaired, the Contractor shall coordinate with the
owner to have the flow temporarily stopped and/or reschedule television inspection of the
particular section to a time when the flow is reduced to permit proceeding with the television
inspection.
SP -500-1.1.5.5 DOCUMENTATION
A. Inspection Logs:
Contractor shall furnish a database in digital format and in print of all collected
information (location, relation to adjacent manholes, defect observed, etc.). Contractor
shall confer with the City regarding database format and desired data fields prior to
commencing work. The standard shall be the National Association of Sewer Services
Companies (NASSCO) pipeline assessment coding in registering the line condition as
part of Appendix IV. The contractor will also provide a hard copy of the diagram of
the pipe and location of the defects.
B. Videodisc Recordings:
Contractor shall furnish color videodisc recordings in DVD format. Videodiscs shall
be labeled and individually numbered; the title on each disc will be "SS VIDEO
INSPECTION BASINS Cl, C2, C3, C4, El" and will begin with Disc #01. Labels
shall be typewritten and include project title, dates(s) of recording, disc number, and
pipeline (including MH#) inspected with index references.
Contractor shall submit a video index in Microsoft Excel format. This index will
include at least the upstream and downstream manhole numbers of the pipe
segment, which disk the video for that segment is on, the length and diameter of
the pipe segment, the street the segment is located on, and the date of the
recording. DVDs will be accompanied by a map showing where the inspections
on the disk were located. This map may be a copy of the relevant plan sheet and
will clearly indicate where the work has been completed.
The purpose of disc recording shall be to supply a visual and audio record of problem
areas of the lines that may be replayed. Title to the disc shall transfer to City. Discs
shall includethe following:
1. Data View:
Date and time of video inspection
Upstream and downstream manhole numbers
Current distance along reach
Depth of upstream and downstream manholes
Pipe size and type
40
2. Audio:
Date and time of video inspection
Verbal confirmation of upstream and downstream manhole numbers
Verbal description of direction and depth of flow
Verbal description of pipe size, type and pipe joint length
Verbal description of location of each defect
Verbal description of location of each service connection
3. Miscellaneous:
DVDs will show inspections in the order they are performed
DVDs will be provided to the City of San Mateo as they are made, no later than
two (2) weeks after the video inspection was performed.
SP -500-1.1.5.6 COORDINATION
Contractor shall accommodate City representative who may perform manhole inspections and
compile inspection logs concurrent with Contractor's activities. Contractor shall provide
comfortable viewing access to the video monitor during the video inspection to allow City
representative to compile a log of the inspection. City representative can direct Contractor to
adjust camera speed and picture quality to allow adequate time to view the recording, accurately
compile the inspection log, and note defects observed. The Contractor will notify the Engineer
when any major defects are found.
SP -500-1.1.5.7 PAYMENT
After the acceptance of the video discs by the City's representative, payment shall be made on
the basis of total linear feet of pipe actually cleaned and video inspected as evidenced by the
video and measured from center line to center line of the start/stop points. The number of linear
feet in the video discs will correspond with the number of linear feet in the excel index. No
payment shall be made for sewer mains that are not properly cleaned nor video inspected.
41
APPENDIX I
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
AGREEMENT FOR PUBLIC IMPROVEMENT
CITY OF SAN MATEO
CITY COUNCIL AWARD
THIS AGREEMENT, made and entered into in the City of San Mateo, County of
San Mateo, State of California; by and between the City of San Mateo, a municipal corporation,
hereinafter called "City," and hereinafter called
"Contractor," as of the day of , 2010.
RECITALS:
(a) City has taken appropriate proceedings to authorize construction of the public
work and improvements or other matters herein provided, and execution of this contract.
(b) A notice was duly published for bids for the contract for the improvement
hereinafter described.
(c) After notice duly given, on the date hereof, the City awarded the contract for the
construction of the improvements hereinafter described to Contractor.
IT IS AGREED, as follows:
1. Scope of Work. Contractor shall perform the work according to the Contract
Book therefore entitled:
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the
work above agreed to be done the sum of
Said price is determined by the prices contained in Contractor's bid, and shall be paid as
described in the Contract Book. In the event work is performed or materials furnished in
addition to or a reduction of those set forth in Contractor's bid and the specifications herein, such
work and materials will be paid for as described in the Contract Book.
3. The Contract Documents. The complete contract consists of the following
documents: This Agreement; the Notice Inviting Sealed Proposals; .the Accepted Proposal; the
Contract Book which includes the Special Provisions and Contract Drawings, Addendums
Number issued to the Contract Book, the Public Works Standards, Inc., "Greenbook"
A-1
1
1
1
1
1
1
I
1
1
r
1
I
I
1
1
1
1
I
1
Standard Specifications for Public Works Construction, 2009 Edition, the Faithful Performance
Bond, and the Labor and Material Bond.
All rights and obligations of City and Contractor are fully set forth and described in the
contract documents.
All of the above -named documents are intended to cooperate, so that any work called for
in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned
in all said documents. The documents comprising the complete contract will hereinafter be
referred to as "the contract documents." In the event of any variation or discrepancy between
any portion of this agreement and any portion of the other contract documents, this agreement
shall prevail. The precedence of the remaining contract documents will be as specified in the
Contract Book.
4. Schedule. All work shall be performed in accordance with the schedule provided
pursuant to the Contract Book.
5. Performance by Sureties. In the event of any termination as hereinbefore
provided, City shall immediately give written notice thereof to Contractor and Contractor's
sureties, and the sureties shall have the right to take over and perform the agreement, provided,
however, that if the sureties, within 5 days after giving them said notice of termination, do not
give City written notice of their intention to take over the performance thereof within 5 days after
notice to City of such election, City may take over the work and prosecute the same to
completion, by contract or by any other method it may deem advisable, for the account, and at
the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages
occasioned City thereby; and, in such event, City may, without liability for so doing, take
possession of, and utilize in completing the work, such materials, appliances, plant and other
property belonging to Contractor as may be on the site of the work and necessary therefore.
6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a
legal day's work. Contractor shall not require more than 8 hours of labor in a day and 40 hours
in a calendar week from any person employed by Contractor in the performance of such work
unless such excess work is compensated for at not less than 1-1/2 times the basic rate of pay.
Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or
mechanic employed in the execution of this contract by Contractor, or by any subcontractor for
each calendar day during which such laborer, workman or mechanic is required or permitted to
labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation
of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of
California.
7. Prevailing Wage Scale. The contractor will pay prevailing wages. In general, the
prevailing wage scale, as determined by the Director of Industrial Relations of the State of
California, in force on the day this bid was announced, will be the minimum paid to all craftsmen
and laborers working on this project. In some cases, prevailing wage determinations have either
a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of
advertisement for bids.
A-2
1
I
I
I1
I
r
I
In cases where the prevailing wage determinations have a single asterisk (*) after
the expiration date which are in effect on the date of advertisement for bids, such determinations
remain in effect for the life of the project. Prevailing wage determinations which have double
asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and
holiday pay rates, and employer payments to be paid for work performed after this date have
been predetermined. If work is extended past this date, the new rate must be paid and should be
incorporated in contracts the Contractor enters into.
A copy of the correct determination will be posted at the job site. It is understood
that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy
of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects
in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the
actual scale then in force.
8. Insurance. The Contractor shall provide and maintain:
A. Commercial General Liability Insurance, occurrence form, with a limit of
not less than $1,000,000 each occurrence. If such insurance contains a
general aggregate limit, it shall apply separately to this Agreement or be
no less than two (2) times the occurrence limit.
B. Automobile Liability Insurance, occurrence form, with a limit of not less
than $1,000,000 each occurrence. Such insurance shall include coverage
for owned, hired, and non -owned automobiles.
C. Workers Compensation as required by the State of California and
Employer's Liability Insurance.
General Provisions for all insurance. All insurance shall:
Include the City of San Mateo, its elected and appointed officers,
employees, and volunteers as additional insureds with respect to
this Agreement and the performance of services in this Agreement.
The coverage shall contain no special limitations on the scope of
its protection to the above -designated insureds.
ii. Be primary with respect to any insurance or self-insurance
programs of City, its officers, employees, and volunteers.
iii. Be evidenced, prior to commencement of services, by properly
executed policy endorsements in addition to a certificate of
insurance.
iv. No changes in insurance may be made without the written approval
of the City Attorney's office.
A-3
r
I
r
I
1
I
11
I
1
I
I
r
I
9. Hold Harmless and Indemnity Provision. Contractor agrees (1) to hold harmless
and indemnify City of San Mateo and its officers and employees from and against any and all
claims, loss, liability, damage, and expense arising from performance of this contract, including
claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence
of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers
or employees thereagainst; provided, however that this provision does not apply to claims, loss,
liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of
San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision
shall not affect the validity of any insurance contract, workers compensation or agreement issued
by an admitted insurer as defined by the Insurance Code.
10. Attorney Fees. Attorney fees in amount not exceeding $85 per hour per attorney,
and in total amount not exceeding $5,000 shall be recoverable as costs (that is, by the filing of a
cost bill) by prevailing party in any action or actions to enforce the provisions of this contract.
The above $5,000 limit is the total of attorney fees recoverable whether in the trial court,
appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions.
It is the intent that neither party to this contract shall have to pay the other more than $5,000 for
attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The
parties expect and hope there will be no litigation and that any differences will be resolved
amicably.
11. Mediation. Should any dispute arise out of this Agreement, any party may
request a meeting between the parties to resolve the dispute. Only in the event the dispute is not
resolved as a result of such a meeting, or the opposing party refuses to attend such a meeting, any
party may request that it be submitted to mediation. The parties shall mediate the dispute within
30 days of a request. The mediator shall be agreed to by the mediating parties; in the absence of
an agreement, the parties shall each submit one name from the mediators listed by either the
American Arbitration Association, the California State Board of Mediation and Conciliation, or
other agreed -upon service. The mediator shall be selected by a "blindfolded" process.
The cost of mediation shall be borne equally by the parties. Neither party shall be
deemed the prevailing party. No party shall be permitted to file a legal action without first
meeting in mediation and making a good faith attempt to reach a mediated settlement. The
mediation process, once commenced by a meeting with the mediator, shall last until agreement is
reached by the parties but not more than 60 days, unless the maximum time is extended by the
parties.
12. Provisions Cumulative. The provisions of this agreement are cumulative, and in
addition to and not in limitation of, any other rights or remedies available to City.
A-0
I
1
I
I
I
I
I
1
1
1
M
I
I
I
I
1
13. Notices. All notices shall be in writing, and delivered in person or transmitted by
certified mail, postage prepaid.
Notices required to be given to City shall be addressed as follows:
Director of Public Works
City of San Mateo
330 West 20th Avenue
San Mateo, CA 94403
Notices required to be given to Contractor shall be addressed as appears in the
signature block as shown on the Bidder's Statement.
14. Interpretation. As used herein any gender includes each other gender, the singular
includes the plural and vice versa.
IN WITNESS WHEREOF, this agreement has been duly executed by the parties
hereinabove named, as of the day and year first above written.
CONTRACTOR CITY OF SAN MATEO,
a municipal corporation
By: MAYOR
ATTEST:
(Typed name of Person Signing) CITY CLERK
A-5
I
I
I
I
r
I
I
I
I
1
I
I
r
1
I
I
I
1
APPENDIX II
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El LIST
DEFINITIONS:
ROW: RIGHT OF WAY
EZMT: PUBLIC UTILITY EASEMENT
All -1
1
I
I
I
I
I
I
$
I
I
I
I
I
I
1
I
1
CLEANING INSTALL
DIAMETER LENGTH FACILITYID AREA MATERIAL DATE LOCATION
21 197 41513X_41512X C3d VCP 1967 ROW
21 126 37031X_37025X C2g VCP 1953 EZMT
21 234 39117X_37031X C2g VCP 1953 EZMT
21 234 39116X_39117X C2g VCP 1953 EZMT
21 47 39115X_39116X C2g VCP 1953 EZMT
21 117 39114X_39115X C2g VCP 1953 EZMT
21 154 39120X_39114X C2g VCP 1953 EZMT
21 138 39125X_39120X C2g VCP 1953 EZMT
21 198 37025X_37026X C2g VCP 1953 EZMT
21 299 37033X_34911X C1h 1953 ROW
21 309 37034X_37033X C1h 1953 ROW
21 87 37035X_37034X C1h CIP 1953 EZMT
21 204 37028X_37035X C2g 1953 EZMT
21 136 37027X_37028X C2g 1953 EZMT
21 252 37026X_37027X C2g VCP 1953 EZMT
21 32 37035X 370N01 C2g 1953 EZMT
21 170 41512X_41506X C3d VCP 1967 ROW
18 141 45503X_45502X C4j VCP 1955 ROW
18 297 45504X_45503X C4j VCP 1955 ROW
18 303 41304X_41303X C2a 1954 EZMT
18 295 41303X_41339X C2a VCP 1954 EZMT
18 97 41339X_41302X C2b VCP 1954 EZMT
18 250 41302X_41301X C2b VCP 1954 EZMT
18 149 43401X_41304X C2a 1954 EZMT
18 331 43309X_43308X C2a VCP 1954 ROW
18 121 43405X_43401X C2a 1954 EZMT
18 127 45501X_43310X C2a VCP 1955 ROW
18 294 45502X_45501X C4j VCP 1955 ROW
18 343 43310X_43309X C2a VCP 1955 ROW
18 337 41301X_39204X C2b VCP 1954 EZMT
18 187 39204X_39203X C2g VCP 1954 EZMT
18 137 39203X_39125X C2g VCP 1954 EZMT
18 112 43308X_43405X C2a 1954 ROW
16 193 328DP1_328DP2 C1i 1935 EZMT
15 241 49707X_49706X C4e VCP 1956 EZMT
15 44 49708X_49707X C4e VCP 1956 EZMT
15 81 49706X_49705X C4e VCP 1956 EZMT
15 253 49705X_49704X C4e VCP 1956 EZMT
15 94 49704X_49703X C4e VCP 1956 EZMT
15 149 47511X_47512X C4h VCP 1955 EZMT
I
AIT-2
I
I
I
r
I
r
I
I
I
I
I
I
I
S
I
15 251 49703X_47511X C4e VCP 1955 EZMT
15 223 26511X_26512X C1c 1920-1939 ROW
15 209 41514X_41513X. C3d VCP 1967 ROW
15 158 39205X_39203X C2g VCP 1955 EZMT
15 99 39206X_39205X C2f VCP 1955 EZMT
12 256 51806X_49708X C4e VCP 1956 EZMT
12 239 51805X_51806X C4e VCP 1956 EZMT
12 173 51807X_51805X C4e VCP 1959 ROW
12 257 51808X_51807X C4e VCP 1959 ROW
12 252 34920X_34919X Cli VCP 1970 EZMT
12 109 34919X_32833X Cli 1953 EZMT
12 16 32843X_32844X C1c VCP 1940 ROW
12 41 32844X_32852X C1i 1950 ROW
12 22 32844X_328WW1 Clc VCP 1940 ROW
12 267 32834X_32830X C1i VCP 1970 EZMT
12 266 32833X_32834X Cli 1951 EZMT
12 203 32814X 32848X C1i 1941 ROW
12 19 53903X_539WW1 C4e VCP 1959 ROW
10 128 39233X_39214X C2d PVC 1955 EZMT
10 254 53822X_53824X C4d VCP 1963 ROW
10 249 53824X_53825X C4d VCP 1963 ROW
10 243 53825X_53826X C4d VCP 1963 ROW
10 200 53826X_53901X C4d VCP 1963 ROW
10 208 53902X_53903X C4d VCP 1963 ROW
10 205 53901X_53902X C4d VCP 1963 ROW
10 285 53915X_53903X C4c VCP 1959 ROW
10 198 51804X_51805X C4e VCP 1956 EZMT
10 176 51803X_51804X C4e VCP 1956 EZMT
10 187 49721X_49720X C4g PVC 1987 ROW
10 327 49720X_49718X C4g PVC 1987 ROW
10 248 49701X_49702X C4f VCP 1955 EZMT
10 133 49702X_49715X C4f VCP 1955 EZMT
10 127 49715X_49703X C4f VCP 1955 EZMT
10 269 47604X_47603X C4i VCP 1961 EZMT
10 137 47512X_47531X C4h VCP 1955 EZMT
10 87 47535X_47512X C4h VCP 1955 EZMT
10 86 47513X_47535X C4h VCP 1955 EZMT
10 26 47532X_47531X C4i PVC 1987 ROW
10 31 47529X_47531X C4i PVC 1987 ROW
10 78 47527X_47526X C4i VCP 1961 EZMT
10 342 47515X_47513X C4h VCP 1955 EZMT
10 82 47603X_47527X C4i VCP 1961 EZMT
10 298 47609X 47608X C4i VCP 1962 ROW_PVT
I
All -3
1
I
w
I
I
I
I
1
1
1
1
10 176 47607X_47606X C4i VCP 1961 ROW
10 169 47611X_47607X C4i VCP 1961 ROW
10 23 47608X_47611X C4i VCP 1962 ROW_PVT
10 103 47605X_47604X C4i VCP 1961 EZMT
10 98 47606X_47605X C4i VCP 1961 EZMT
10 268 47610X_47609X C4i VCP 1962 ROW_PVT
10 122 41326X 41337X C2e VCP 1956 EZMT
10 127 41337X 41333X C2e VCP 1956 EZMT
10 123 41333X_41334X C2e VCP 1956 EZMT
10 127 41334X_41312X C2e VCP 1956 EZMT
10 123 41312X_41336X C2e VCP 1956 EZMT
10 127 41336X_41311X C2e VCP 1956 EZMT
10 123 41311X 41335X C2e VCP 1956 EZMT
10 127 41335X_41301X C2e VCP 1956 EZMT
10 238 41507X_41506X C3d VCP 1968 ROW
10 255 41516X_41515X C3d 1981 EZMT
10 228 39213X_37132X C2d 1955 EZMT
10 222 39214X_39213X C2d 1955 EZMT
10 112 39215X_39233X C2d 1955 EZMT
10 80 39243X_39214X C2d 1955 EZMT
10 169 39216X_39243X C2d 1959 EZMT
10 338 39227X_39226X C2f VCP 1955 EZMT
10 273 39207X_39206X C2f VCP 1955 EZMT
10 246 39208X_39207X C2f VCP 1955 EZMT
10 230 39210X_39208X C2f VCP 1955 EZMT
10 220 39209X_39210X C2f 1955 EZMT
10 162 39211X_39209X C2f 1955 EZMT
10 97 39212X_39211X C2f 1955 EZMT
10 162 37132X_39212X C2d 1955 EZMT
10 90 39229X_39206X C2f VCP 1955 EZMT
10 250 39228X_39229X C2f VCP 1955 EZMT
10 258 39226X_39228X C2f VCP 1955 EZMT
10 121 39242X_39226X C2f VCP 1955 EZMT
10 149 39223X_39242X C2f 1955 EZMT
10 128 37145X_37132X C2d 1955 EZMT
10 123 37133X_37145X C2d 1955 EZMT
10 127 37146X_37133X C2d 1955 EZMT
10 123 37134X_37146X C2d 1955 EZMT
10 127 37141X_37134X C2d 1955 EZMT
10 123 37135X_37141X C2d 1955 EZMT
10 128 34936X_34920X Cli 1953 EZMT
10 128 34927X_34936X Cli 1953 EZMT
10 122 34901X 34927X C1i 1953 EZMT
All -4
I
I
1
I
I
1
I
I
r
I
I
I
10 128 34930X_34901X Cli VCP 1970 EZMT
10 147 34932X_34930X C1i VCP 1970 EZMT
10 49 41509X_41508X C3d VCP 1968 ROW PVT
10 254 41508X_41507X C3d VCP 1968 ROW
10 299 30726X_30725X C1c VCP 1987 ROW
10 140 32932X_32904X C1i 1951 EZMT
10 160 32905X_32932X C1e 1951 EZMT
10 282 32836X_32834X C1i 1950 EZMT
10 261 32904X_32836X Cli 1950 EZMT
10 205 32845X_32843X C1c VCP 1940 ROW
10 271 30725X_32845X C1c VCP 1940 ROW
10 32 47531X_475WW1 C4i PVC 1955 EZMT
10 111 47526X_475WW1 C4i VCP 1955 EZMT
10 307 49718X_49717X C4g PVC 1987 ROW
10 167 49717X_47529X C4i PVC 1987 ROW
10 270 43605X_43608X C3d PVC 1997 ROW
10 205 43608X_43609X C3d PVC 1997 ROW
10 160 43609X_43610X C3d PVC 1997 ROW
10 155 43610X_41504X C3d PVC 1997 ROW
10 351 43611X_41504X C3d PVC 1997 ROW
10 230 43517X_43611X C3d PVC 1997 ROW
10 60 415NO1_43610X C3d PVC 1997 ROW
10 60 41504X_41516X C3d 1997 EZMT
10 341 42202X 42225X CSSD VCP 0 CSSD
8 259 31E14X_48514X Ela PVC 1992 ROW
8 155 44419X_44418X Elb VCP 1977 EZMT
8 128 44412X_44410X Elb VCP 1976 EZMT
8 21 44411X_44410X Elb VCP 1972 EZMT
8 128 44410X_44409X Elb VCP 1972 EZMT
8 210 48516X_48514X Eta PVC 1992 ROW
8 294 31E12X 48501X Ela PVC 1992 ROW
8 70 31E13X_31E12X Ela PVC 1992 ROW
8 109 48504X_31E13X E1a PVC 1992 ROW
8 128 48505X 48504X E1a PVC 1992 ROW
8 126 48506X_48505X Ela PVC 1992 ROW
8 125 48507X 48506X Ela PVC 1992 ROW
8 118 48514X_48515X Ela PVC 1992 ROW
8 306 48509X_48510X E1a PVC 1992 ROW
8 89 48508X_48509X E1a PVC 1992 ROW
8 165 46501X_46502X [lb VCP 1977 EZMT
8 206 46502X_44418X Elb VCP 1977 ROW
8 332 46503X_46502X E1b VCP 1977 ROW
8 337 46504X_46503X Elb VCP 1977 ROW
I
AII-5
1
1
1
1
1
1
1
I
1
1
1
1
i
1
1
1
i
1
1
8 133 44423X_44422X Elb VCP 1977 EZMT
8 59 44424X_44423X E1b VCP 1977 EZMT
8 96 44425X_44424X Elb VCP 1977 EZMT
8 99 44426X_44425X E1b VCP 1977 ROW
8 102 44420X_44407X E1b VCP 1977 EZMT
8 174 44421X_44420X Elb VCP 1977 EZMT
8 45 44422X_44421X Elb VCP 1977 EZMT
8 272 42336X_44422X Elb VCP 1977 ROW
8 143 44415X_44414X Elb VCP 1976 ROW
8 230 44416X_44415X Elb VCP 1976 ROW
8 227 44417X_44416X Elb VCP 1977 ROW
8 211 44418X_44417X E1b VCP 1977 ROW
8 84 44408X_44409X E1b VCP 1971 ROW
8 224 44413X_44408X Elb VCP 1976 ROW
8 126 44414X_44413X Elb - VCP 1976 ROW
8 180 44427X_44414X E1b VCP 1990 ROW
8 74 44405X_44427X E1b VCP 1990 ROW
8 69 44435X_44405X Elb VCP 1990 EZMT
8 193 44436X_44435X Elb VCP 1990 EZMT
8 78 44437X_44436X Elb VCP 1990 EZMT
8 126 42335X_44402X Elb VCP 1971 EZMT
8 76 44407X_44408X Elb VCP 1971 ROW
8 16 44406X_44407X E1b VCP 1971 ROW
8 124 44403X_44406X Elb VCP 1971 ROW
8 15 44402X_44403X Elb VCP 1971 ROW
8 111 44401X_44402X [lb VCP 1977 ROW
8 250 44334X_30D01X Elb VCP 1979 ROW
8 67 44333X_44334X Elb VCP 1979 EZMT
8 78 44332X_44333X E1b VCP 1979 EZMT
8 142 44331X_44332X Elb VCP 1988 EZMT
8 167 44330X_44331X Elb VCP 1988 EZMT
8 92 443CO1_44330X Elb VCP 1988 EZMT
8 220 30D02X_30D01X Elb VCP 1979 ROW
8 137 30D01X_44301X E1b VCP 1963 ROW
8 162 44325X_44411X E1b VCP 1972 EZMT
8 103 44324X_44325X Elb VCP 1972 ROW
8 163 44328X_44341X E1b VCP 1971 ROW
8 70 44336X_44328X Elb VCP 1971 ROW
8 197 44409X_44336X Elb VCP 1971 ROW
8 212 44301X_42203X Elb VCP 1963 ROW
8 103 42203X_42202X Elb VCP 1963 ROW
8 344 42204X_42203X Elb VCP 1963 EZMT
8 289 42205X 42204X Elb VCP 1971 EZMT
AII-6
I
I
I
I
I
I
I
I
1
I
I
8 323 44341X_42205X E1b VCP 1971 ROW
8 48 37211X_372WW1 C2c 1958 ROW
8 161 539FR2_53915X C4c VCP 1959 ROW
8 15 539FR3_539FR2 C4c VCP 1959 ROW
8 139 539NO2_53905X C4c VCP 1959 ROW
8 51 58024X_58023X C4a 1977 ROW_PVT
8 194 58023X_58022X C4a VCP 1977 ROW_PVT
8 241 58021X_58020X C4a VCP 1977 ROW_PVT
8 114 58026X_58025X C4a 1977 ROW_PVT
8 280 58015X_58016X C4a VCP 1977 EZMT_PVT
8 239 58014X_58015X C4a VCP 1977 ROW_PVT
8 316 53913X 53912X C4c VCP 1964 ROW
8 109 539FR1_56001X C4b VCP 1960 ROW
8 250 56001X_56002X C4b VCP 1960 ROW
8 259 56002X_56003X C4b VCP 1960 ROW
8 300 58105X_56008X C4b VCP 1960 ROW
8 251 56008X_56007X C4b VCP 1960 ROW
8 243 56007X_56006X C4b VCP 1960 ROW
8 243 56006X_56003X C4b VCP 1960 ROW
8 312 56009X_56010X C4b VCP 1960 ROW
8 183 56010X_56011X C4b VCP 1960 ROW
8 188 56011X_56002X C4b VCP 1960 ROW
8 196 56014X_56013X C4b VCP 1960 ROW
8 205 56013X_56012X C4b VCP 1960 ROW
8 102 56012X 56001X C4b VCP 1960 ROW
8 263 56015X_58104X C4a VCP 1961 EZMT
8 124 55916X_55926X C4d VCP 1963 EZMT
8 122 55926X_55915X C4d VCP 1963 EZMT
8 90 55915X_55927X C4d VCP 1963 EZMT
8 177 55927X_55914X C4d VCP 1963 EZMT
8 148 55914X 55913X C4d VCP 1963 ROW
8 107 55913X_53822X. C4d VCP 1963 ROW
8 254 55920X_55921X C4a VCP 1961 ROW
8 310 55921X_55922X C4a VCP 1961 ROW
8 249 55922X_56015X C4a VCP 1961 EZMT
8 322 58012X_56015X C4a VCP 1961 ROW
8 265 55917X_55918X C4a VCP 1961 EZMT
8 296 55919X_58013X C4a VCP 1961 ROW
8 105 58013X_58012X C4a VCP 1961 ROW
8 255 55918X_58008X C4a VCP 1961 EZMT
8 141 58008X_58009X C4a VCP 1961 ROW
8 64 58009X_58010X C4a VCP 1961 ROW
8 171 58010X 58011X C4a VCP 1961 ROW
All -7
1
1
t
I
I
1
1
I
I
1
I
1
1
8 323 58016X_58017X C4a VCP 1977 EZMT_PVT
8 306 58017X 58018X C4a VCP 1977 EZMT PVT
8 163 58020X_58019X C4a VCP 1977 ROW_PVT
8 74 58018X 58028X C4a VCP 1977 ROW_PVT
8 250 58103X_58104X C4a VCP 1961 ROW
8 42 58104X_581WW1 C4a VCP 1961 ROW
8 199 51801X_49709X C4f VCP 1956 EZMT
8 132 56005X_53911X C4c VCP 1960 ROW
8 133 56003X_56004X C4b VCP 1960 ROW
8 189 53904X_53903X C4c VCP 1959 EZMT
8 268 51809X_53904X C4c VCP 1959 EZMT
8 268 53905X_51809X C4c VCP 1959 ROW
8 137 53906X_539NO2 C4c VCP 1959 ROW
8 144 53907X_53906X C4c VCP 1959 ROW
8 172 53909X_53910X C4c VCP 1959 ROW
8 153 53908X_53909X C4c VCP 1959 ROW
8 108 53914X_539FR3 C4c VCP 1959 ROW
8 254 53910X_53914X C4c VCP 1959 ROW
8 251 53911X_53910X C4c VCP 1959 ROW
8 227 53912X_53911X C4c VCP 1964 ROW
8 330 49709X_49710X C4f VCP 1956 EZMT
8 189 49710X_49716X C4f VCP 1956 EZMT
8 123 49716X_49702X C4f VCP 1956 EZMT
8 208 47522X_47521X C4h VCP 1955 EZMT
8 96 47524X_47525X C41 VCP 1955 EZMT
8 105 47523X_47524X C41 VCP 1955 EZMT
8 128 47534X_47523X C41 VCP 1955 EZMT
8 72 47521X_47515X C4h VCP 1955 EZMT
8 235 47516X_47515X C4h VCP 1955 EZMT
8 133 47508X_47528X C4h VCP 1955 EZMT
8 244 47507X_47508X C4h VCP 1955 EZMT
8 263 47509X_47508X C4h VCP 1955 EZMT
8 263 47510X_47509X C4h VCP 1955 EZMT
8 16 47533X_47510X C4h VCP 1955 EZMT
8 262 47518X_47517X C4h VCP 1955 EZMT
8 356 47519X_47518X C4h VCP 1955 EZMT
8 304 47520X_49601X C4f VCP 1955 EZMT
8 254 47519X_47520X C4f VCP 1955 EZMT
8 304 47505X_47507X C4h VCP 1955 EZMT
8 204 47504X_47505X C4h VCP 1955 EZMT
8 128 47528X_47511X C4h VCP 1955 EZMT
8 146 47525X_47526X C4i VCP 1955 EZMT
8 299 47517X 47516X C4h VCP 1955 EZMT
All -8
1
1
I
1
I
1
1
8 167 47601X_47602X C4i VCP 1955 EZMT
8 279 45605X_45604X C3a PVC 1985 EZMT
8 113 477FR2_47705X C3a PVC 1985 EZMT
8 188 47705X_47704X C3a PVC 1985 EZMT
8 128 47704X_47701X C3a PVC 1985 EZMT
8 18 47701X_477WW1 C3a PVC 1985 EZMT
8 67 477FR1_47703X C3a PVC 1985 EZMT
8 301 47703X_47702X C3a PVC 1985 EZMT
8 21 47702X_477WW1 C3a PVC 1985 EZMT
8 206 41408X_41409X C3c VCP 1983 ROW
8 289 43406X_43505X C3b VCP 1978 ROW
8 149 43504X_43515X C3b VCP 1978 ROW
8 427 43513X_41409X C3c VCP 1983 ROW
8 77 41222X_41208X C2b 1953 EZMT
8 166 41208X_41223X C2b 1953 EZMT
8 62 412CO3_41219X C2b 1953 EZMT
8 300 41219X_41220X C2b 1953 EZMT
8 122 41220X_41225X C2b 1953 EZMT
8 82 41225X_41205X C2b 1953 EZMT
8 131 41205X_41226X C2b 1954 EZMT
8 131 41226X_41206X C2b VCP 1954 EZMT
8 187 41224X_41206X C2b VCP 1954 EZMT
8 123 41206X_41229X C2b VCP 1954 EZMT
8 153 41229X_41302X C2b VCP 1954 EZMT
8 262 41216X_41217X C2a 1954 ROW
8 124 41217X 41214X C2a 1954 EZMT
8 227 41215X_41214X C2a 1954 EZMT
8 131 41214X 41227X C2a 1954 EZMT
8 130 41227X_41213X C2a 1954 EZMT
8 126 41213X_41228X C2a 1954 EZMT
8 126 41228X_41210X C2a 1954 EZMT
8 254 41212X_41213X C2a 1954 EZMT
8 169 412CO2_41210X C2a 1954 EZMT
8 247 41210X_41211X C2a 1954 EZMT
8 127 41308X_41309X C2e VCP 1956 EZMT
8 279 41309X_41310X C2e VCP 1956 EZMT
8 295 41310X_41311X C2e VCP 1956 EZMT
8 101 41315X_41314X C2e VCP 1956 EZMT
8 216 41314X_41313X C2e VCP 1956 EZMT
8 244 41313X_41312X C2e VCP 1956 EZMT
8 212 41331X_41332X C2e VCP 1956 EZMT
8 244 41332X_41333X C2e VCP 1956 EZMT
8 206 41328X_41327X C2e VCP 1956 EZMT
A11-9
i
1
1
1
t
I
1
1
1
8 200 41327X_41326X C2e VCP 1956 EZMT
8 337 41321X 41322X C2e VCP 1958 EZMT
8 299 41320X_41319X C2a VCP 1961 EZMT
8 308 41319X_41318X C2a VCP 1961 EZMT
8 109 41318X_41317X C2a VCP 1961 EZMT
8 176 41317X_43404X C2a VCP 1961 EZMT
8 115 414CO1_41414X C3c VCP 1975 ROW
8 278 41414X_41415X C3c VCP 1975 ROW
8 178 41415X_41430X C3c VCP 1969 ROW
8 307 41419X_41420X C3c VCP 1968 ROW
8 334 41409X_41411X C3c VCP 1983 ROW
8 86 41411X_41422X C3c VCP 1971 ROW
8 107 41422X 41421X C3c VCP 1971 ROW
8 280 41423X_41422X C3c VCP 1979 EZMT
8 235 41412X_41411X C3c VCP 1971 ROW
8 63 414FR2_41412X C3c VCP 1978 ROW
8 207 41410X_41409X C3c VCP 1983 ROW
8 228 41403X_41423X C3c VCP 1979 EZMT
8 62 41429X_41427X C3c VCP 1979 EZMT
8 74 41427X_41426X C3c VCP 1979 EZMT
8 68 41426X_41424X C3c VCP 1979 EZMT
8 83 41424X_41423X C3c VCP 1979 EZMT
8 178 41425X_41424X C3c VCP 1979 EZMT
8 264 43305X_43306X C2a 1954 EZMT
8 280 43306X_43307X C2a 1954 EZMT
8 286 43307X_41304X C2a 1954 ROW
8 230 43312X_41212X C2a 1954 EZMT
8 263 43301X_41215X C2a VCP 1987 EZMT
8 162 43404X_43403X C2a VCP 1961 EZMT
8 106 43403X_43402X C2a 1955 EZMT
8 107 43402X_43401X C2a VCP 1955 EZMT
8 300 43502X_43503X C3b VCP 1978 ROW
8 142 43503X_43514X C3b VCP 1978 ROW
8 159 43514X_43504X C3b VCP 1978 ROW
8 76 43516X_43514X C3b VCP 1978 ROW
8 206 43501X_41410X C3c VCP 1983 ROW
8 90 41211X_43307X C2a 1954 EZMT
8 232 43311X 43312X C2a VCP 1987 EZMT
8 255 43304X_43305X C2a 1954 EZMT
8 320 43303X_43304X C2a 1954 EZMT
8 290 43302X_43303X C2a 1954 EZMT
8 206 41407X_41408X C3c VCP 1983 ROW
8 180 414C04_41405X C3d VCP 1976 ROW PVT
All -10
1
1
1
1
1
1
t
8 242 41405X_41501X C3d VCP 1976 ROW_PVT
8 130 41501X_41502X C3d VCP 1976 ROW_PVT
8 143 41505X_41506X C3d VCP 1967 EZMT
8 88 415CO2_41513X C3d VCP 1967 ROW
8 90 43515X_43505X C3b VCP 1978 ROW
8 293 43509X_43508X C3b VCP 1980 ROW
8 334 43508X_43506X C3b VCP 1980 ROW
8 270 43510X 43511X C3c VCP 1983 ROW
8 184 43511X_43512X C3c VCP 1983 ROW
8 268 43512X_43513X C3c VCP 1983 ROW
8 93 43505X_43506X C3b VCP 1978 ROW
8 35 435FR2_43511X C3c VCP 1983 ROW
8 52 435FR1_43511X C3c VCP 1983 ROW
8 283 45603X_45602X C3b 1983 ROW
8 153 45602X_45601X C3b PEP 1983 ROW
8 116 45601X_43507X C3b PEP 1983 ROW
8 17 435NO1_43507X C3b 1967 EZMT
8 191 39418X_39415X C2c 1959 ROW
8 251 39415X_39416X C2c 1959 ROW
8 117 39412X 39411X C2c 1959 ROW
8 261 37304X_37305X Cie 1966 EZMT
8 237 41203X_41202X C2b 1953 EZMT
8 301 41223X_39106X C2b VCP 1953 EZMT
8 298 41204X_41205X C2b VCP 1954 EZMT
8 264 39122X_41207X C2b VCP 1954 EZMT
8 67 41207X_41224X C2b VCP 1954 EZMT
8 357 41322X_41323X C2e VCP 1958 EZMT
8 118 41323X_41338X C2e VCP 1958 EZMT
8 128 41338X_41324X C2e VCP 1958 EZMT
8 150 41324X_41326X C2e VCP 1956 EZMT
8 174 39314X_37132X C3c VCP 1969 ROW
8 354 41416X_41415X C3c VCP 1969 ROW
8 321 41417X_41416X C3c VCP 1971 ROW
8 275 39320X_41401X C3c VCP 1968 ROW
8 111 414CO2_41402X C3c VCP 1974 ROW
8 274 41402X_41401X C3c VCP 1974 ROW
8 163 41401X_41419X C3c VCP 1968 ROW
8 17 414C05_41418X C3c VCP 1971 ROW
8 69 41418X_41417X C3c VCP 1971 ROW
8 168 391C01_39120X C2g VCP 1953 EZMT
8 174 39106X_39124X C2b VCP 1953 EZMT
8 123 39124X_39107X C2b VCP 1953 EZMT
8 117 392FR2_39226X C2f VCP 1955 EZMT
All - II
8 203 39319X_39318X C3c VCP 1969 ROW
8 342 39318X_39315X C3c VCP 1969 ROW
8 189 39317X_39316X C3c VCP 1974 ROW
8 95 39316X_39315X C3c VCP 1974 ROW
8 162 39315X_39314X C3c VCP 1969 ROW
8 301 39313X_39419X C2c 1959 ROW
8 188 39419X_39418X C2c 1959 ROW
8 125 37144X_39209X C2f 1955 EZMT
8 66 39416X_39417X C2c 1959 ROW
8 23 39409X_39417X C2c 1958 ROW
8 260 39410X_39409X C2c 1959 ROW
8 220 39411X_39410X C2c 1959 ROW
8 288 39309X_39409X C2c 1958 ROW
8 250 39408X_39309X C2c 1958 ROW
8 197 39321X_39408X C2c 1958 ROW
8 228 39306X_39307X C2c 1958 ROW
8 254 39305X_39306X C2c 1958 ROW
8 265 39304X_37211X C2c 1958 ROW
8 258 39305X_39304X C2c 1958 ROW
8 238 39310X_39309X C2c 1958 ROW
8 238 39312X_39310X C2c 1959 ROW
8 220 39313X_39312X C2c 1959 ROW
8 235 37215X_39321X C2c 1958 ROW
8 243 39307X_37212X C2c 1958 ROW
8 262 39308X_39307X C2c 1958 ROW
8 145 39302X_39301X C2d 1959 EZMT
8 178 39303X_39302X C2d 1959 EZMT
8 339 37208X_39303X C2d 1955 EZMT
8 160 37217X_37221X C2c 1960 EZMT
8 144 37218X_37217X C2c 1960 EZMT
8 136 37219X37218X C2c 1960 EZMT
8 228 37212X_37211X C2c 1958 ROW
8 127 37213X_37212X C2c 1958 ROW
8 276 37214X_37213X C2c 1958 ROW
8 257 37215X_37214X C2c 1958 ROW
8 121 37216X_37214X C2c 1958 ROW
8 137 37209X_37208X C2d 1955 EZMT
8 152 37206X_37205X C2d 1955 EZMT
8 312 37207X_37206X C2d 1955 EZMT
8 34 37220X_37207X C2d VCP 1987 EZMT
8 300 37203X_37135X C2d 1955 EZMT
8 188 37202X_37203X C2d VCP 1987 EZMT
8 179 37205X 39215X C2d 1955 EZMT
AII42
I
i
I
I
1
I
8 101 39113X_39114X C2b VCP 1953 EZMT
8 255 39107X_39113X C2b VCP 1953 EZMT
8 132 39104X_39107X C2b VCP 1953 EZMT
8 63 37307X_373WW1 C3e 1966 ROW
8 132 37306X_373WW1 C3e 1966 EZMT
8 257 37305X_37306X C3e 1966 EZMT
8 161 37315X_37309X C3e VCP 1966 ROW_PVT
8 65 37316X_37315X C3e VCP 1966 ROW_PVT
8 66 373CO2_37316X C3e VCP 1966 ROW_PVT
8 143 373C01_37316X C3e VCP 1966 ROW_PVT
8 217 37308X_37307X C3e VCP 1966 ROW_PVT
8 159 37309X 37308X C3e VCP 1966 ROW_PVT
8 183 37310X 37309X C3e VCP 1966 ROW_PVT
8 173 37312X_37310X C3e VCP 1966 ROW_PVT
8 190 37314X_37312X C3e VCP 1966 ROW_PVT
8 55 373CO3_37314X C3e VCP 1966 ROW_PVT
8 253 35106X_35107X C1f 1983 ROW
8 256 37136X_37133X C2d 1955 EZMT
8 62 37152X_37136X C2d VCP 1987 EZMT
8 124 37151X_37135X C2d VCP 1987 EZMT
8 33 37110X_37111X C2f VCP 1987 EZMT
8 311 37109X_37110X C2f 1955 EZMT
8 304 37108X_37109X C2f 1955 EZMT
8 309 37107X_37108X C2f 1955 EZMT
8 64 37139X_37107X C2f 1955 EZMT
8 114 37111X 37144X C2f VCP 1987 EZMT
8 235 37112X_37111X C2f 1955 EZMT
8 240 37113X_37112X C2f 1955 EZMT
8 173 37120X_35009X C1g 1954 EZMT
8 299 37119X_37120X C1g 1954 EZMT
8 152 37147X_37119X Cig 1954 EZMT
8 134 37118X_37147X Clg 1954 EZMT
8 309 37102X_37101X C1g 1954 EZMT
8 142 37148X_37102X C1g 1954 EZMT
8 132 37103X_37148X C1g 1954 EZMT
8 421 37129X_37103X C1g 1954 EZMT
8 101 371C01_37129X C1g 1954 EZMT
8 23 37029X_37028X C2g 1953 EZMT
8 193 37030X_37029X C2g PVC 1953 EZMT
8 133 35005X_35004X C1f 1953 EZMT
8 130 35006X_35005X C1g 1954 EZMT
8 152 35030X_35008X C1g 1954 EZMT
8 178 35031X_35030X C1g 1954 EZMT
All -13
I
I
1
I
i
1
I
1
1
1
I
8 264 37101X_35031X C1g 1954 EZMT
8 306 35024X_35023X Clf 1955 EZMT
8 252 35104X_35024X Clf 1955 EZMT
8 132 35004X_34932X Clf 1953 EZMT
8 359 35018X_35004X Cif 1955 EZMT
8 117 35019X_35018X Clf 1955 EZMT
8 296 35020X 35019X Clf 1955 EZMT
8 285 35021X_35020X Cif 1955 EZMT
8 150 35022X_35021X Cif 1955 EZMT
8 138 35023X_35022X Cif 1955 EZMT
8 171 35025X_35023X Cif 1955 EZMT
8 77 35026X_35025X Cif 1983 ROW
8 242 35107X_35026X Cif 1983 ROW
8 130 35007X_35006X Clg 1954 EZMT
8 125 35008X_35007X Clg 1954 EZMT
8 64 414CO3_41405X C3d VCP 1976 ROW_PVT
8 181 41502X 41503X C3d VCP 1967 ROW_PVT
8 220 41503X 41505X C3d VCP 1967 EZMT
8 220 415CO1_41503X C3d VCP 1967 ROW_PVT
8 195 39407X_41510X C3d VCP 1968 ROW_PVT
8 240 41510X 41509X C3d VCP 1968 ROW_PVT
8 215 39414X_39415X C2c 1959 ROW
8 240 39404X_39405X C3d VCP 1968 ROW_PVT
8 88 39405X_39406X C3d VCP 1968 ROW_PVT
8 89 39406X_39407X C3d VCP 1968 ROW_PVT
8 145 39403X 39404X C3d VCP 1968 ROW_PVT
8 138 39402X_39403X C3d VCP 1968 ROW_PVT
8 221 39401X_39402X C3d VCP 1968 ROW_PVT
8 120 39413X_39414X C2c 1959 ROW
8 121 39412X 39413X C2c 1959 ROW
8 218 37303X 37304X C3e 1966 EZMT
8 131 37302X_37303X C3e 1966 EZMT
8 259 41202X_39105X C2b VCP 1953 EZMT
8 137 30804X_30803X Clc 1949 EZMT
8 137 308058_308048 C1b 1949 EZMT
8 250 308108_308058 C1b 1950 EZMT
8 250 308118308108 C1b 1950 EZMT
8 250 308168_308118 C1b 1950 EZMT
8 124 308178_308168 Cia 1950 EZMT
8 126 308188_308178 Cla 1950 EZMT
8 104 58019X_58018X C4a VCP 1977 ROW_PVT
8 53 58025X_58024X C4a 1977 ROW_PVT
8 179 48510X_48511X Eta PVC 1992 ROW
All -14
1
1
1
I
I
I
I
1
r
8 146 48515X_31E12X E1a PVC 1992 ROW
8 36 39417X_394WW1 C2c 1958 ROW
8 50 56004X_560WW1 C4b VCP 1960 ROW
8 196 41421X_41420X C3c VCP 1971 ROW
8 125 41420X_414WW1 C3c VCP 1968 ROW
8 83 41430X_414WW1 C3c VCP 1969 ROW
8 197 45604X_456WW1 C3a PVC 1985 EZMT
8 188 43506X_43507X C3b VCP 1980 ROW
8 14 43507X_435WW1 C3b 1967 EZMT
8 314 58011X_58028X C4a VCP 1961 ROW
8 245 58028X_58103X C4a VCP 1961 ROW
8 18 37221X_13MWW1 C2c 1960 EZMT
8 338 32811X 32903X Cli 1951 EZMT
8 277 58022X_58021X C4a VCP 1977 ROW_PVT
8 353 43602X_43603X C3d PVC 1997 ROW
8 395 43601X_43602X C3d 1997 ROW
8 150 43604X_43605X C3d PVC 1997 ROW
8 295 43606X_43604X C3d PVC 1997 ROW
8 103 14PNO1 43606X C3d PVC 1997 ROW
8 112 43603X_43604X C3d PVC 1997 ROW
8 45 435CO1_43517X C3d PVC 1997 EZMT
8 239 44407X_44340X E1b VCP 1977 EZMT
8 56 44340X_44336X E1b VCP 1977 EZMT
8 106 47602X_47539X C4i VCP 1955 EZMT
8 30 47539X_47534X C4i VCP 1955 EZMT
6 101 42303X_42327X E1b VCP 1990 ROW
6 103 42318X_42302X E1b VCP 1990 ROW
6 272 48512X_31E14X E1a PVC 1992 ROW
6 285 48511X_48512X E1a PVC 1992 ROW
6 118 30FPC1_46504X E1b VCP 1977 EZMT
6 123 42331X_44437X E1b VCP 1990 EZMT
6 119 42330X_42331X E1b VCP 1990 ROW
6 90 42327X_42330X E1b VCP 1990 ROW
6 73 42304X_42318X E1b VCP 1990 ROW
6 69 42337X_42336X E1b VCP 1977 ROW
6 136 42338X_42337X E1b VCP 1977 ROW
6 177 42334X_42335X E1b VCP 1971 EZMT
6 146 42333X_42334X E1b VCP 1971 ROW
6 166 42332X_42333X E1b VCP 1971 ROW
6 113 42207X_42205X E1b VCP 1971 ROW
6 359 42306X_42207X CSSD VCP 0 CSSD
6 80 42208X_42207X E1b VCP 1971 ROW
6 173 42209X 42208X CSSD VCP 0 CSSD
All -15
i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
6 25 39234X_39208X C2f PVC 2007 ROW
6 16 43407X_43403X C2a PVC 2007 EZMT
6 82 42302X_42303X Elb VCP 1990 ROW
6 343 32824X_32823X Cli 1950 EZMT
6 135 32855X_32904X Cli 1950 EZMT
6 28 32837X_32855X Cli 1950 EZMT
6 123 32853X_32904X Cli VCP 1970. EZMT
6 155 32903X_32853X C1i VCP 1970 EZMT
6 426 32902X_32843X Clc VCP 1987 EZMT
6 250 30831X_32901X C1c VCP 1970 EZMT
6 295 32846X_30728X Clc 1950 EZMT
6 78 32861X_32846X Cic 1950 EZMT
6 250 32826X_32825X Clc - 1950 EZMT
6 139 308056308046 C1b 1949 EZMT
6 252 308106_308056 Clb 1950 EZMT
6 252 308166_308116 C1b 1950 EZMT
6 126 308176_308166 C1a 1950 EZMT
6 128 308186308176 C1a 1950 EZMT
6 251 308116308106 Clb 1950 EZMT
6 80 45508X_45607X C3a 1983 EZMT
6 131 518CO1_51801X C4f VCP 1956 EZMT
6 300 51802X_51803X C4e VCP 1987 EZMT
6 144 49713X_49712X C4f VCP 1956 EZMT
6 173 49605X_49604X C4f VCP 1987 EZMT
6 181 51802X_49605X C4f VCP 1957 EZMT
6 243 49713X_51801X C4f VCP 1956 EZMT
6 46 539FR1_539FR2 C4c VCP 1959 ROW
6 41 539NO1_539NO2 C4c VCP 1959 ROW
6 34 539FR4_53909X C4c VCP 1959 ROW
6 46 539PC1_539FR3 C4c VCP 1959 ROW
6 263 49604X_49603X C4f VCP 1957 EZMT
6 300 49603X_49601X C4f VCP 1987 EZMT
6 138 49601X_49602X C4f VCP 1955 EZMT
6 114 49602X_49701X C4f VCP 1955 EZMT
6 284 49712X_49711X C4f VCP 1956 EZMT
6 141 49711X_49714X C4f VCP 1956 EZMT
6 123 49714X_49701X C4f VCP 1956 EZMT
6 99 497CO2_49704X C4e VCP 1958 EZMT
6 14 497NO1_497CO1 C4e VCP 1958 EZMT
6 70 497CO1_497CO2 C4e VCP 1958 ROW
6 102 47506X_47507X C4h VCP 1955 EZMT
6 231 45505X_47601X C4i VCP 1955 EZMT
6 50 454NO1_45402X C4j PVC 1983 ROW
All -16
1
1
r
1
1
1
i
1
I
r
1
I
r
1
1
1
1
6 300 45403X_45404X C4j PVC 1983 EZMT
6 171 45405X_45502X C4j PVC 1983 ROW
6 300 45404X_45405X C4j PVC 1983 ROW
6 107 45402X_45404X C4j PVC 1983 ROW
6 186 454CO1_45402X C4j PVC 1983 ROW
6 273 45406X_47522X C4h VCP 1955 EZMT
6 173 476FR1_47606X C4i VCP 1962 ROW
6 27 45507X 45508X C3a 1983 EZMT
6 60 47707X 45606X C3a 1983 EZMT
6 71 45606X 45607X C3a 1983 EZMT
6 149 45506X 45508X C3a 1983 EZMT
6 79 477FR3_47704X C3a PVC 1985 EZMT
6 76 454FR1_45503X C4j PVC 1983 ROW
6 265 26528X_26529X C1c 1955 ALLEY
6 404 26529X_26530X C1c 1950 ALLEY
6 135 26532X_26533X C1c 1950 EZMT
6 169 26533X_26534X C1c 1950 EZMT
6 170 26619X_26620X Cib 1959 EZMT
6 325 26620X_26621X C1b 1950 EZMT
6 175 26622X_26623X C1b 1950 EZMT
6 199 265CO1_26532X C1c VCP 1950 ROW
6 219 265CO2_26532X C1c VCP 1950 ROW
6 164 412C01_41206X C2b VCP 1954 EZMT
6 103 41305X_41306X C2e 1957 EZMT
6 55 41306X_41308X C2e 1957 EZMT
6 103 41307X_41308X C2e 1957 EZMT
6 85 41316X_41315X C2e VCP 1956 EZMT
6 81 41330X_41331X C2e VCP 1956 EZMT
6 66 41329X_41328X C2e VCP 1956 EZMT
6 203 39237X_41312X C2e VCP 1956 EZMT
6 104 370FR1_37025X C2g VCP 1953 EZMT
6 224 32910X_32909X C1d 1951 EZMT
6 132 265CO4_26512X C1c 1943 ROW
6 269 266C01_28712X C1a 1950 ROW
6 56 412C04_41220X C2b 1953 EZMT
6 52 414FR1_41423X C3c VCP 1979 EZMT
6 49 41428X_41427X C3c VCP 1979 EZMT
6 201 39236X_41333X C2e VCP 1956 EZMT
6 152 39225X_41324X C2e VCP 1956 EZMT
6 34 39246X_39238X C2e VCP 1956 EZMT
6 82 39126X_39123X C2b VCP 1954 EZMT
6 258 39123X_41204X C2b VCP 1954 EZMT
6 243 39105X_39104X C2b VCP 1953 EZMT
All -17
6 108 39239X_39230X C2f VCP 1955 EZMT
6 123 39230X_39250X C2f VCP 1955 EZMT
6 102 392FR1_39232X C2f VCP 1955 EZMT
6 108 39235X_39232X C2f VCP 1955 EZMT
6 255 39232X_39231X C2f VCP 1955 EZMT
6 250 39231X_39230X C2f VCP 1955 EZMT
6 32 39248X_39236X C2e VCP 1956 EZMT
6 36 39249X_39225X C2e VCP 1956 EZMT
6 37 39249X_39224X C2e VCP 1956 EZMT
6 252 39224X_37133X C2e 1955 EZMT
6 175 39240X_39241X C2e VCP 1958 EZMT
6 173 39241X_41323X C2e VCP 1958 EZMT
6 190 39218X_39217X C2d 1959 EZMT
6 59 370001_37017X C1h 1954 EZMT
6 294 35027X_35006X Clg 1954 EZMT
6 130 39301X_39216X C2d 1959 EZMT
6 177 39217X_39216X C2d 1959 EZMT
6 200 39222X_39223X C2e 1955 EZMT
6 48 39220X_39222X C2e 1955 EZMT
6 195 39219X_39220X C2e 1955 EZMT
6 27 39245X 39219X C2e 1955 EZMT
6 170 39221X_39220X C2e 1955 EZMT
6 15 39244X_39221X C2e 1955 EZMT
6 300 39202X_39203X C2g VCP 1954 EZMT
6 82 39201X_39202X C2g VCP 1954 EZMT
6 232 37114X_39201X C2g VCP 1954 EZMT
6 300 39109X_39110X C2g VCP 1953 EZMT
6 135 39108X_39109X C2g VCP 1953 EZMT
6 84 39103X_39104X C2b VCP 1953 EZMT
6 300 39119X_39120X C2g VCP 1953 EZMT
6 82 39118X_39119X C2g VCP 1954 EZMT
6 220 37023X_39118X C2g VCP 1954 EZMT
6 307 39111X_37025X C2g VCP 1953 EZMT
6 200 39112X_39111X C2g VCP 1953 EZMT
6 226 39101X_37030X C2g VCP 1953 EZMT
6 215 39102X_39101X C2g VCP 1953 EZMT
6 191 35116X_35115X C3e 1985 ROW
6 104 35117X_35116X C3e 1985 ROW
6 256 35105X_35104X Cif 1955 EZMT
6 82 35102X_35101X Cle 1955 EZMT
6 137 37131X_37132X C2d 1955 EZMT
6 133 37143X_37133X C2d 1955 EZMT
6 138 37142X_37134X C2d 1955 EZMT
All -18
6 363 37204X_37134X C2d 1955 EZMT
6 138 37140X37135X C2d 1955 EZMT
6 85 37105X_37106X Cig 1954 EZMT
6 304 37104X_37103X Cig 1954 EZMT
6 81 37149X_37104X Clg 1954 EZMT
6 136 37121X_37120X C1g 1954 EZMT
6 143 37122X_37121X C1g 1954 EZMT
6 223 37123X_37122X C1g 1954 EZMT
6 50 371CO2_37127X C1g 1954 EZMT
6 130 37124X_37119X C1g 1954 EZMT
6 262 37125X_37124X Cig 1954 EZMT
6 136 37126X_37125X C1g 1954 EZMT
6 137 37127X_37126X Cig 1954 EZMT
6 131 37150X_37127X Clg 1954 EZMT
6 103 37037X_37127X Clg 1954 EZMT
6 236 37115X_37114X C2g VCP 1954 EZMT
6 247 37117X_37118X C1g 1954 EZMT
6 256 37116X_37117X Cig 1954 EZMT
6 296 39110X_37027X C2g VCP 1953 EZMT
6 73 37032X_37026X C2g VCP 1953 EZMT
6 273 37024X_37023X C2g VCP 1954 EZMT
6 46 37038X_37024X C2g 1954 EZMT
6 400 37022X_37021X C1h 1954 EZMT
6 365 37019X_37020X C1h 1953 EZMT
6 93 37036X_37019X C1h 1953 EZMT
6 255 37014X_37013X C1h 1953 EZMT
6 134 37015X_37014X an 1953 EZMT
6 254 37016X_37015X C1h VCP 1954 EZMT
6 259 37017X_37016X C1h VCP 1954 EZMT
6 326 37012X_37011X Clh 1953 ROW
6 320 35016X_35015X C1e 1955 EZMT
6 95 35017X_35016X Cle 1955 EZMT
6 411 35010X_35002X Cif 1953 EZMT
6 129 35011X_35010X Cif 1955 EZMT
6 354 35012X_35011X Clf 1955 EZMT
6 406 35013X_35012X C1f 1955 EZMT
6 89 35014X_35013X Cif 1955 EZMT
6 139 35028X_35027X C1g 1954 EZMT
6 355 35029X_35028X C1g 1954 EZMT
6 362 37106X_35029X Clg 1954 EZMT
6 130 35009X_35008X C1g 1954 EZMT
6 133 35003X_35004X Cif 1953 EZMT
6 128 35002X_35003X C1f 1953 EZMT
A11-19
1
1
1
1
1
1
1
I
1
1
1
1
1
1
r
1
1
1
1
6 255 34928X_34927X Cli VCP 1953 EZMT
6 133 34926X 34927X Cli 1953 EZMT
6 232 34933X 34926X Cm 1953 EZMT
6 360 37020X_34933X C1h 1953 EZMT
6 133 34931X_34930X C1i 1953 EZMT
6 238 34932X_34931X C1h 1954 EZMT
6 355 37021X_34932X C1h 1954 EZMT
6 133 34921X_34920X C1i 1953 EZMT
6 130 34922X_34921X C1h 1953 EZMT
6 255 34923X_34922X C1h 1953 EZMT
6 125 34924X_34923X C1h 1953 EZMT
6 271 34925X_34924X C1h 1953 ROW
6 330 37011X_34924X C1h 1953 ROW
6 352 37013X_34923X C1h 1953 EZMT
6 54 329FR1_32905X C1e 1951 EZMT
6 226 32913X_32912X C1d 1951 EZMT
6 381 28719X_28718X C1a 1949 EZMT
6 229 287CO1_28712X C1a 1950 ROW
6 148 35120X_35117X C3e 1985 ROW
6 314 35103X_33013X C1d 1953 EZMT
6 130 33018X_33019X Cid 1952 EZMT
6 389 35101X_32927X Cle 1955 EZMT
6 351 35015X_32928X Cle VCP 1970 EZMT
6 55 350001_35002X C1f 1953 EZMT
6 330 34929X_34930X Cli 1953 EZMT
6 385 34917X_32832X Cli 1953 ROW
6 253 33007X_30917X Cla 1952 EZMT
6 170 33008X_33007X Cla 1952 EZMT
6 104 330001_33008X Cla 1952 EZMT
6 86 33023X_330001 Cla 1952 EZMT
6 206 33016X_30921X C1a 1952 EZMT
6 311 33011X_33002X C1d 1952 EZMT
6 188 33012X_33011X C1d 1952 EZMT
6 136 33013X_33012X C1d 1952 EZMT
6 360 33014X_33013X C1d 1952 EZMT
6 357 33015X_33014X C1d 1952 EZMT
6 415 33010X_33003X C1d 1951 EZMT
6 75 33022X_33010X C1d 1952 EZMT
6 48 309FR4_33001X C1d 1951 EZMT
6 250 33001X_32917X Cld 1951 EZMT
6 250 30914X_33005X C1d VCP 1970 EZMT
6 127 33002X_33020X C1d 1952 EZMT
6 123 33021X_33002X C1d 1952 EZMT
All -20
I
1
t
I
1
I
I
I
I
I
I
r
I
1
I
6 127 33003X_33021X C1d 1952 EZMT
6 121 33004X_33003X Cid 1952 EZMT
6 134 33005X_33004X C1d 1951 EZMT
6 127 33006X_33005X C1d 1952 EZMT
6 250 32917X_32916X C1d 1951 EZMT
6 252 32918X_33001X Cld 1951 EZMT
6 122 33020X_32920X C1d 1952 EZMT
6 55 308FR4_32909X Cid 1951 EZMT
6 127 32911X_32909X Cid VCP 1970 EZMT
6 127 32912X_32911X Cid VCP 1970 EZMT
6 419 32914X_32912X Cid 1951 EZMT
6 255 32915X_32914X C1d 1951 EZMT
6 256 32916X_32915X C1d VCP 1970 EZMT
6 123 32919X_32916X Cld 1951 EZMT
6 73 32920X_32919X Cld 1952 EZMT
6 351 33019X_32920X C1d 1952 EZMT
6 229 30829X 32913X C1d 1951 EZMT
6 261 32931X 32905X C1e VCP 1970 EZMT
6 204 32930X_32931X C1e VCP 1970 EZMT
6 86 32929X_32930X C1e VCP 1970 EZMT
6 199 32928X 32929X C1e VCP 1970 EZMT
6 254 32923X_32907X C1e VCP 1970 EZMT
6 249 32924X_32923X C1e 1951 EZMT
6 94 32925X_32924X C1e 1951 EZMT
6 300 32926X_32925X C1e 1951 EZMT
6 300 32927X_32926X Cle 1951 EZMT
6 129 32906X_32905X Cle 1951 EZMT
6 125 32907X 32906X Cle 1951 EZMT
6 127 32908X_32907X Cle 1951 EZMT
6 125 32909X_32908X C1d 1951 EZMT
6 227 30830X_32910X C1d 1951 EZMT
6 303 32901X_32902X. Cic VCP 1970 EZMT
6 127 32854X_32833X C1i 1951 EZMT
6 129 32835X_32854X Cli 1951 EZMT
6 122 32862X_32835X Cli 1951 EZMT
6 137 32832X_32833X Cli 1951 EZMT
6 128 32821X_32832X C1i 1951 EZMT
6 52 328FR1_32821X C1i 1951 EZMT
6 151 32822X_32831X C1i 1950 EZMT
6 309 32823X_32822X Cli 1950 EZMT
6 103 30911X_30910X Cla 1952 EZMT
6 250 30904X_28803X C1a 1950 EZMT
6 90 30905X_30904X C1a 1950 EZMT
All -21
I
I
I
I
I
I
I
I
1
I
I
1
I
I
1
1
1
i
I
6 124 309FR5_30905X Cla 1950 ROW
6 250 30921X_30919X Cla 1952 EZMT
6 295 30920X_30919X Cla 1952 EZMT
6 128 30918X 30917X Cla 1952 EZMT
6 147 30919X_30918X Cla 1952 EZMT
6 155 309CO2_30916X Cla 1952 EZMT
6 200 30916X_30908X Cla 1952 EZMT
6 251 30917X_30916X Cla 1952 EZMT
6 47 309FR1_30908X Cla 1950 EZMT
6 148 30910X_30912X C1a 1950 EZMT
6 120 30909X_30910X Cla 1950 EZMT
6 47 30908X_30909X Cla 1950 EZMT
6 138 30907X_30908X C1a 1950 EZMT
6 147 30906X_30907X Cla 1950 EZMT
6 55 309FR3_30906X Cla 1950 EZMT
6 47 309FR2_30906X C1a 1950 EZMT
6 145 30924X_30903X Cla 1950 EZMT
6 258 30903X 30822X C1a 1950 EZMT
6 115 30902X_30903X Cla 1950 EZMT
6 99 30923X_30902X C1a 1950 EZMT
6 159 309CO1_28717X C1a 1950 EZMT
6 246 30913X_30914X C1d 1951 EZMT
6 351 30912X_30818X C1a VCP 1970 EZMT
6 74 308CO2_30913X C1d 1951 EZMT
6 324 30826X_32918X C1d VCP 1970 EZMT
6 65 30832X_30831X C1c VCP 1970 EZMT
6 121 30833X_30830X C1d 1951 EZMT
6 50 308FR3_30829X C1d 1951 EZMT
6 125 30834X_30829X Cld 1951 EZMT
6 240 30828X_30829X C1d VCP 1970 EZMT
6 245 30827X_30828X Cld 1951 EZMT
6 87 30835X_30827X Cld 1951 EZMT
6 94 308CO2_30818X Cla 1950 EZMT
6 142 30822X_30823X Cla 1950 EZMT
6 128 30823X_30820X C1a 1950 EZMT
6 346 28717X_30822X Cla 1950 EZMT
6 125 30819X_30818X Cla 1950 EZMT
6 140 30820X_30819X C1a 1950 EZMT
6 445 28716X_30820X C1a 1950 EZMT
6 125 30815X_30816X C1a 1949 EZMT
6 339 30814X_30815X C1a VCP 1970 EZMT
6 125 30812X_30811X Cib 1949 EZMT
6 291 30813X_30812X C1b 1949 EZMT
AII.22
I
1
I
I
I
I
I
I
I
I
1
11
I
N
6 125 30809X_30810X Cib 1949 EZMT
6 290 30808X_30809X Cib 1949 EZMT
6 125 30806X_30805X Cib 1949 EZMT
6 233 30807X_30806X C1b 1949 EZMT
6 359 28703X_30807X C1b 1949 EZMT
6 125 30802X_30803X C1c 1949 EZMT
6 291 30801X_30802X C1c 1949 EZMT
6 255 30724X_30723X C1c 1950 EZMT
6 249 32825X_30724X C1c 1950 EZMT
6 260 30728X_30727X C1c 1950 EZMT
6 127 30737X_30730X C1c 1949 EZMT
6 120 30731X_30737X C1c 1950 EZMT
6 125 30732X_30731X C1c 1950 EZMT
6 146 30733X_30732X C1c 1950 EZMT
6 157 30734X_30733X C1c 1950 EZMT
6 86 307FR1_30733X Clc 1950 EZMT
6 110 30736X_30732X Clc 1950 EZMT
6 125 30729X 30727X Clc 1949 EZMT
6 140 30730X_30729X Clc 1949 EZMT
6 303 28618X_30730X Clc 1949 EZMT
6 352 30718X_32824X Cli 1950 EZMT
6 96 30719X_30720X C1c 1950 EZMT
6 83 30715X_30719X Clc 1950 EZMT
6 250 30803X_30727X Clc VCP 1970 EZMT
6 128 30727X_30726X Clc 1950 EZMT
6 163 30723X_30726X C1c 1950 EZMT
6 161 30722X 30723X Clc 1950 EZMT
6 170 30739X_30722X Clc 1950 EZMT
6 150 30720X_30739X Clc 1950 EZMT
6 164 30738X_30720X Clc VCP 1987 EZMT
6 148 28802X_28804X C1a 1950 EZMT
6 349 28803X_28802X C1a 1950 EZMT
6 295 28801X_28802X Cla 1950 EZMT
6 445 28708X_30808X Clb 1949 EZMT
6 124 28723X_28708X C1b 1949 EZMT
6 65 287FR2_28716X C1a 1950 EZMT
6 298 28721X_28801X C1a VCP 1970 EZMT
6 117 28718X_28717X Cla 1950 EZMT
6 129 28804X 28718X Cla 1950 EZMT
6 91 28722X 28719X Cla 1949 EZMT
6 228 28720X 28719X C1a 1949 EZMT
6 450 28715X_30814X C1a 1949 EZMT
6 402 28714X_28715X C1a 1949 EZMT
All -23
1
1
I
I
1
1
1
I
1
1
1
I
i
1
1
1
I
1
6 141 28712X_28714X C1a 1949 EZMT
6 449 28709X_30813X Cib 1949 EZMT
6 244 28710X_28709X Clb 1949 EZMT
6 310 28711X_28710X C1b 1949 EZMT
6 128 26623X_28711X C1b 1949 EZMT
6 234 28704X_28703X C1b 1949 EZMT
6 145 28705X_28704X C1b 1950 EZMT
6 104 28706X_28705X Cib 1950 EZMT
6 91 28707X_28706X Cib 1950 EZMT
6 387 26621X_28707X Cib 1950 EZMT
6 48 287FR1_28705X Clb 1950 EZMT
6 260 28701X_28621X Cic 1950 ALLEY
6 444 28702X_30801X Clc 1949 EZMT
6 90 28629X_28702X C1c 1949 EZMT
6 298 28619X_28618X C1c 1949 EZMT
6 85 28620X_28619X C1c 1949 EZMT
6 155 28621X_28620X C1c 1950 EZMT
6 426 26530X_28621X C1c 1950 ALLEY
6 316 28617X_28616X C1c 1950 EZMT
6 80 28628X_28617X C1c 1950 EZMT
6 140 28625X_30736X C1c 1950 EZMT
6 190 28616X_28625X Cic 1950 EZMT
6 142 28615X_28616X Clc 1950 EZMT
6 148 28614X_28615X Clc 1950 EZMT
6 335 28613X_28614X C1c 1950 EZMT
6 108 26534X_28613X C1c 1950 EZMT
6 191 28624X_28614X Clc 1950 EZMT
6 135 28612X_28624X Cic 1950 EZMT
6 76 28627X_28612X Cic 1950 EZMT
6 248 45607X_456WW1 C3a 1983 EZMT
6 203 39238X_41311X C2e VCP 1956 EZMT
6 30 39247X_39237X C2e VCP 1956 EZMT
6 110 43607X_43606X C3d PVC 1997 ROW
6 30 14PCO1_43607X C3d PVC 1997 ROW
6 119 35115X_35114X C3e 1985 ROW
6 126 351FR1_35114X C3e 1985 ROW
6 136 39250X_39229X C2f VCP 1955 EZMT
4 167 539NO3_53913X C4c VCP 1964 EZMT
4 129 476CO1_47606X C4i VCP 1962 ROW
4 52 328FR2_32822X Cli 1950 EZMT
4 50 308FR1_30830X C1d 1951 EZMT
4 54 308FR2_30830X did 1951 EZMT
All -24
1
a
I
I
1
I
I
1
1
1
1
1
i
1
1
I
I
APPENDIX III
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
CONSTRUCTION ADVANCE NOTICES
AIII- I
1
I
I
I
I
I
I
I
1
I
I
r
I
r
I
I
I
1
I
SAMPLE PUBLIC UTILITY ACCESS NOTICE
PROJECT SPONSOR: City of San Mateo
PROJECT NAME: SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
Project No. 469925-46000-9015
72 HOUR PUBLIC UTILITY EASEMENT ACCESS NOTICE
[Date of Notice]
WHAT: [Contractor's name] has been hired by the City of San Mateo to perform cleaning
and video inspection of the sewer main located in the easement on your property.
WHEN: On [date of required access], we will need access to your yard to perform
necessary cleaning and inspections to the sanitary sewer line that is located in a
public utility easement on your property.
WHERE: Access to the public utility easement located on your property is required. Care
will be taken to minimize damage and disruption to your yard and any easement
improvements.
WHO TO CONTACT:
[Contractor's Name]
[Contractor's Phone Number]
[Contractor's Address]
During the cleaning and inspection, you should not experience any difficulty with your sewer
line. However, in the event you do experience a slower running drain or other signs of a back-up
developing, please call the emergency number listed above immediately.
We ask that while work is taking place in your yard, you curtail the use of those items that make
use of the sewer system. These include use of the shower, washing machine, dishwasher, and
toilet.
We ask that on the dates listed you make alternate arrangements for pets normally kept in your
yard.
Thank you in advance for your patience and cooperation.
AID -2
I
1
I
i
I
I
I
I
I
1
I
I
I
1
I
I
SAMPLE WORK COMPLETION NOTICE
[Contractor's Name]
[Contractor's Address)
PROJECT SPONSOR: City of San Mateo
PROJECT NAME: SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
Project No. 469925-46000-9015
[Date of Notice]
On this date, we performed the following work in the public utility easement in your yard:
Should you have any questions or comments, please call [contractor's project
superintendent] at [contractor's emergency telephone number].
Thank you for your patience and cooperation.
[Contractor's Name]
AIII-3
I
I
1
I
1
I
I
I
I
I
a
1
I
I
I
I
I
1
SAMPLE PUBLIC UTILITY ACCESS
SECOND NOTICE
[Contractor's Name]
[Contractor's Address]
PROJECT SPONSOR: City of San Mateo
PROJECT NAME: SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
Project No. 469925-46000-9015
SECOND NOTICE
[Contractor's name] has been hired by the City of San Mateo to perform cleaning and video
inspection of the sanitary sewer mains.
On [date of attempt], we tried to gain access to the public utility easement in your yard to
perform necessary work to the sanity sewer line.
Notices have been sent to you previously by the City and by [contractor's name] advising you of
the need for this work. Please contact [contractor's project superintendent] immediately at
[contractor's emergency telephone number] to schedule this work.
Thank you for your patience and cooperation.
[Contractor's Name]
AIII-4
I
I
I
1
I
I
I
a
I
I
I
I
I
I
I
APPENDIX IV
SANITARY SEWER CLEANING AND VIDEO INSPECTION
BASINS Cl, C2, C3, C4, El
CITY PROJECT NO. 469925-46000-9015
CLOSED CIRCUIT TELEVISION INSPECTION MANUAL
1
I
I
I
I
I
I
I
1
1
I
I
1
I
I
i
f
CITY OF SAN MATEO
Department of Public Works
Environmental Services Division
Closed -Circuit
Television
Inspection
Manual
May 2010
1
I
I
1
I
I
I
I
I
I
1
I
1
1
I
1
TABLE OF CONTENTS
SECTION 1 — INTRODUCTION
1.1 Manual Contents 2
1.2 Importance of Television Inspection 2
1.3 Standardized Procedures and Codes 2
1.4 General Information and Definitions 2
SECTION 2 — MOBILIZATION
2.1 Mobilization and Site Assessment 4
SECTION 3 — DATA COLLECTION/PERFORMANCE STANDARDS
3.1 CCTV Performance 5
3.2 CCTV Quality Standards 5
3.3 Record Keeping 6
3.4 Digital Data Format 6
3.5 Screen Text 7
3.6 Narration 7
3.7 Special CCTV Procedures 8
SECTION 4 - STANDARDIZED CCTV CODES
4.1 General Guidelines 9
4.2 Required Header Information 9
Table 4.2-1 CCTV Header Information 10
Table 4.2-2 Pipe Material Abbreviations 11
Table 4.2-3 Reasons for CCTV 12
4.3 CCTV Observation Codes 13
Table 4.3-1 CCTV Observation Codes
4.4 Continuous Defects 17
4.4 Clock Position 18
SECTION 1 - INTRODUCTION
This manual documents the general procedures and codes required to perform closed-circuit television
inspection (CCTV) for the City of San Mateo Department of Public Works (CITY) which owns, operates
and maintains the City of San Mateo collection system which includes sanitary sewer and storm drainage
facilities.
I
I
1
1
I
I
1
i
I
I
The intent of this manual is to describe the collection and documentation of CCTV data procedures
required to be followed by CITY employees and CCTV specialty contractors, CCTV operators,
maintenance managers, engineers, construction inspectors, and construction contractors.
1.1 MANUAL CONTENTS
This manual includes general procedures for performing CCTV of sanitary sewers, storm drains, and
sewer service lines (laterals). It includes information regarding mobilization for CCTV, data collection
process and standards, and the data to be collected and codes to be used. These sections are presented in
generic rather than equipment -specific terms.
1.2 IMPORTANCE OF TELEVISION INSPECTION
CITY has a primary responsibility to protect and maintain its facilities and to prevent sewage spills that
could create public health hazards or damage to the environment. CCTV provides information about the
condition of the pipes so they can be properly maintained, repaired, and/or replaced. CCTV information
is used to schedule routine maintenance, identify critical repair/rehabilitation needs and prioritize these
repairs, establish rehabilitation budgets and projects, system improvements, spot repairs and large-scale
projects. CCTV is also used to verify the quality of preventative maintenance cleanings, new pipe
construction and pipeline rehabilitation.
1.3 STANDARDIZED PROCEDURES AND CODES
It is important for all CCTVs to be completed to a uniform standard of performance. The use of uniform
codes to describe conditions and defects allows the reviewer to gain a good understanding of the
condition of a pipe merely by looking at the CCTV report for the pipe. All CCTV performed by CCTV
contractors must be performed using the standards and coding system described in this manual, and be
delivered in compact disc (CD) or digital video disc (DVD) format.
1.4 GENERAL INFORMATION AND DEFINITIONS
Camera Set and End Points: The location at which the camera footage counter is set should be -
recorded using the SET code. The footage locations of observations made prior to the camera set point
should be estimated by the operator. The point where the camera footage counter is stopped (typically at
the end of the pipe at the manhole wall) should be recorded using the END code, and the footage at the
ending manhole centerline should be recorded as the END footage plus half the diameter of the manhole.
Catchbasin: A storm drain inlet. The point of entry to a storm pipe that is not a manhole, but a grate.
Storm drainage catchbasins are type -coded SDCB.
Clock Position: A clock position must be recorded for all taps, drops, or blind tee connections (see
explanation of clock positions later in this section).
Data Entry Direction: Data should be entered in ascending footage in the direction of camera travel as
the inspection proceeds from the starting manhole. The first entry of each pipe segment should be at the
centerline of the manhole (MH) at footage location 0.0.
Defect Panning: When a defect or other feature is encountered in a pipe, it should be recorded at the
footage indicated on the footage counter. Progress of the camera should be slowed and stopped for a
minimum of 15 seconds or as needed so that the observation can be panned with the camera, the data
recorded, narration made, and a still picture captured if required.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Direction of CCTV: The direction of camera travel should be in the direction of flow in the pipe unless
there are access problems that require a reverse set-up, or the camera cannot pass through the pipe from
end -to -end in the direction of flow.
End Point: The end point of the segment is the centerline of the manhole (or other structure) at the
opposite end of the pipe segment from the starting manhole.
Interruption of Progress: If the camera becomes stuck in a pipe or otherwise cannot progress, the cause
of the interruption should be evaluated and corrected. If the camera cannot pass, a reverse set-up should
be used to complete the CCTV of the pipe segment. If cleaning the pipe is required before the CCTV can
be resumed, recording of CCTV observations should continue at 0.1 foot beyond the position where the
CCTV was interrupted. A comment regarding the cleaning procedures should be included in the data
record. The CCTV contractor should notify CITY immediately if a blockage cannot be cleaned using
normal hydroflushing or rodding methods.
Mainlines: Pipes of the collection system are referred to as mainlines (ML). Sanitary sewer mainlines
are type -coded SS -ML, storm drainage mainlines are type -coded SDML.
Manhole: The point of entry into the sewer system is referred to as a manhole (MI -I). Sanitary sewer
manholes are type -coded SS-MH, storm drainage manholes are type -coded SDMH.
Manhole "Scanning": Data recording for a setup should begin at the street level and include scanning
the manhole for observations before the pipe inspection is started. Any observations in the manhole
should be recorded at footage .0.0. of the pipe being inspected. If a CCTV setup passes through a
manhole, the manhole should be scanned from the pipe with the manhole location and start of the new
pipe segment recorded at the centerline of the manhole.
Node: A node is a sewer manhole, storm manhole, storm catchbasin, or other sanitary sewer or storm
drain structure, displayed as a point on a utility map and assigned a structure identification number (ID#).
ID#'s begin with the underground map book page tile/page number plus a dash plus a number in
ascending order beginning with number "01." The City maintains two sets of Map Books, one that has a
true North -South grid, and one that has a grid which follows Highway 101 as an assumed North -South
grid providing an easier street pattern for pipe tracing. The true North -South grid has ID#'s that have an
Alpha -Numeric numbering system. These ID#'s are distinguished between being a sewer structure and a
storm structure by added in the letter "X" to the sewer structure ID#'s. For example, a sewer manhole on
map book page 12N would have an ID# of 12N -01X. A storm manhole on map book page 12N would
have an ID# of 12N -01. The Highway 101 grid is a strictly numeric numbering system. A sewer
manhole ID# example would be 373-01X. ID#'s for storm structures were never assigned under the
Highway 101 grid. So, whether a map is printed under true North -South or Highway101 grid, ID#'s will
be alpha -numeric for storm structures.
Photo Capture: Still picture images should be collected for all severe defects, broken or
collapsed pipe, medium and severe corrosion or ovality problems, and for any defects coded as Other.
Still pictures should also be captured at 100 -foot intervals along the pipe segment to document the typical
condition of the pipe.
Pipe Segment: A pipe segment is the section of mainline between two nodes displayed as a line on a
utility map and assigned a structure ID#. Sewer pipe ID#'s are coded by
upstreamMH#_downstreamMH#. For example, a sewer pipe on map book page 12N that has an
upstream MH of 12N-01 X and a downstream manhole on page 12M of 12M -05X would have an ID# of
12N01X 12M05X. If the sewer pipe is displayed using the Highway 101/all numeric grid; the pipe ID
would be 37301X_37201X.
Reverse Set-up: CCTV performed against the flow due to an upstream manhole access problem,
restricted mainline access, or because an obstruction prevents the camera passing. Reverse setups for
convenience are not acceptable. All CCTV observation locations are to be recorded based on the direction
of camera travel.
Setting "Zero" Point For Camera: The zero point of the CCTV is the centerline of the manhole where
the camera is inserted. The footage counter should be set accordingly by adding the footage from the
centerline of the manhole to the edge of the manhole, the camera length, and the camera focal length.
1
1
1
1
1
1
I
1
1
Sewer Service Line: A sewer service line is a section of smaller pipe discharging from a parcel into a
mainline, typically extending from the edge of the property line or easement to the mainline. Sewer
service lines are also referred to as sewer "laterals" and are type -coded SSLAT. Sewer service lines are
generally identified by property address (street number and street name).
Taps: Sewer service lines join mainlines at taps. There are four types of taps: factory tees, factory wyes,
cored taps, and hammer taps. Any of the types should be recorded as a sewer service connection (TAP).
However, a plugged service line should be recorded as a dead tap (DT), rather than a TAP. In addition,
any protrusion of a cored tap or hammer tap should also be recorded as a protruding tap (PT) and given an
appropriate severity rating.
Taps in Manhole. Taps connecting directly into the starting manhole of the CCTV should be recorded at
footage location 0.0 along with appropriate clock position (see below).
CCTV of Multiple Segments. It may be necessary to perform CCTV on several consecutive pipe
segments with one set-up. If this is the case, each segment should be considered a separate data report.
Water Level. Water level should be the first item of information to be entered after the manhole
information. After this initial entry, water level is only entered again for changes in the water level. Enter
the water level using the coding which designates depth in relation to the inside pipe diameter.
SECTION 2 - MOBILIZATION
This section describes the general data collection process. It includes basic information on pre -inspection
activities including mobilization and site assessment, and describes CCTV performance standards,
including general information and definitions, quality standards, record keeping requirements, digital data
formatting, appropriate screen text information and narration, and special CCTV procedures.
The CCTV operator and field crew should refer to the following documents describing procedures for
activities related to CCTV:
- Standard Construction Specifications, GREENBOOK 2006 Edition
- Section 7-10.1 — "Traffic and Access
Section 7-10.3 — "Street Closures, Detours, Barricades"
- Section 7-10.4.1 — "Safety Orders"
- Section 7-10.4.4 — "Confined Spaces"
- Section 500-1.1.4— "Cleaning and Preliminary Inspection"
Section 500-1.1.5-- "Television Inspection"
- Health and safety procedures
- General mobilization/demobilization procedures
- CALTRANS STANDARD for traffic control procedures
- Procedures for plugging pipes, flow diversion, and bypass pumping
- Equipment owner's manuals (for equipment operation, maintenance, and troubleshooting)
- Software user's manuals (for software operation, maintenance, and troubleshooting)
2.1 MOBILIZATION AND SITE ASSESSMENT
Pre -inspection activities include all activities required to mobilize for the field and set up equipment
before actually performing the CCTV, as well as assessing the requirements for working at the project
site. The following sections summarize the standards required by CITY. The information provided in this
manual is intended to supplement any contractual requirements that bind a contractor performing this
work for the CITY.
Access to Private Property - Property owners must be notified if access to property is required. CCTV
contractors must follow the CITY prescribed easement access procedures for the project being performed.
Traffic Control - Traffic control is normally required to perform CCTV. CALTRANS STANDARD
must be followed at all times. Flashing lights must be used for all night work.
Atmospheric Testing - Atmospheric Testing must be performed even if entry into the manhole is not
planned. This prevents personnel leaning over the manhole from being overcome by noxious gasses and
allows emergency confined space entry if necessary. If the gas detector alarm sounds, contact a
supervisor immediately.
Plugging or bypassing - Plugging or bypassing of flow is NOT to be performed by CCTV contractors
without prior approval by the CITY.
1
I
1
1
1
1
1
1
NOTE: If the safety of field personnel or the public, or safe use of field equipment, is threatened at any
time during the CCTV process, the field activities should be stopped and the site secured If CITYfeld
personnel are performing the CCTV the supervisor should be notified immediately. If a CCTV contractor
is performing theCCTV, the prime contractor and CITY'S project manager should be notified
immediately.
SECTION 3 - DATA COLLECTION/PERFORMANCE STANDARDS
3.1 CCTV PERFORMANCE
CCTV performance includes the following:
• Consistent use of standard forms and codes
• Uniform compliance with setup and inspection procedures
• Quality picture and audible records
• Suitable camera speed, lighting, and panning
• Accuracy when recording file names and electronic data
3.2 CCTV QUALITY STANDARDS
Counter Calibration: The footage counter for the camera must be calibrated at least every two weeks
during CCTV operations. The footage counter must be accurate to 0.5 feet per 100 feet. The calibration is
performed by checking the cable counter against a measured length of 400 feet. The date of last
calibration should be recorded for every CCTV report.
Verification of Map Length: If the map length (as indicated by the written distance shown on sewer or
storm drain maps) and the CCTV field length for a pipe segment differ by more than 2 feet, the field
length should be verified by measuring between the centerlines of the manholes using a measuring tape or
wheel.
Lighting: Lighting in the pipe should be such that the pipe is illuminated and there is a minimum amount
of glare. Lighting should be adjusted as needed according to the size of the pipe to provide a clear picture
of the entire periphery of the pipe for all conditions encountered. Illumination sensitivity should be 3 lux
or less.
Flow Level: The flow level requirements for CCTV vary depending on the type of inspection being
performed. Generally, the more pipe visible, the more data are obtained. The following standards apply to
various types of CCTV. Lower percentages of visible pipe wall may be inspected only with approval of
the CITY.
Maintenance: At least 75 percent of the circumference of the pipe wall must be visible except in areas
with sags or obstructions, in which case cleaning and dewatering (plugging) may be required to expose
the required amount of pipe wall.
Condition Assessment: At least 75 percent of the circumference of the pipe wall must be
visible. Certain types of condition assessment projects may require a greater amount of visibility.
Pre- and Post -Rehabilitation: At least 75 percent of the circumference of the pipe wall
must be visible.
New Pipe Construction: Nearly 100 percent of the circumference of the pipe wall circumference must be
visible. A small amount of water will be introduced for purposes of sag identification.
11
1
1
I
I
I
1
1
In some cases, nighttime work may be required in order to obtain appropriately low flow levels for
CCTV. If maximum pipe wall visibility is critical for the specific project and sufficiently low flow levels
cannot be obtained even at night, flow plugging and/or bypass pumping may be required. Plugging should
only be performed by CITY employees or under the direction and approval of the CITY.
Camera Travel Speed: The camera travel speed should be a uniform rate of no more than 30 feet per
minute. The camera speed should be slower when recording features and defects.
Clarity: All video and still picture images must be clear and sharp. The camera operator should adjust
focus, iris, zoom, and lighting as needed to obtain a satisfactory image. The recorded image from the
CCTV camera must be free of fog or haze in the pipe. If the camera lens becomes obscured with
condensation, grease, scum, or debris, the camera should be removed from the pipe, cleaned, and
reinserted to continue inspecting the pipe. For increased clarity, the contractor should also try adjusting
the iris, focus and zoom of the camera.
3.3 RECORD KEEPING
CCTV Field Log: A field log is to be used by the CCTV crew to track daily work. This log should be
returned with the completed fieldwork at the end of the day (by CITY employees) or when data are
delivered (by contractors).
Catalogue Number for CD/DVDs: CITY provides a unique project number for each CD or DVD; this
number must be obtained from CITY prior to the start of the CCTV data collection.
CD/DVD Labels: All CD/DVDs must be properly identified with
• Project number and/or name (if applicable)
• Agency name
• Contractor name, address, and phone number
• Date of inspection(s)
• Pipe segments listed by upstream MH# to downstream MH# (followed by R if
reverse set-up)
3.4 DIGITAL DATA FORMAT
CCTV Video: The full CCTV video must be captured in MPEG-1 format.
Files should be named in accordance with the following convention:
UpstreamMH#-MH#-mmddyy-F/R.mpg
where:
• Upstream/Downstream Node ID is the ID# of the point structure (i.e.
12N -01X, or 373-01 X for a sewer manhole, and I2N-01 for a storm manhole or catchbasin)
• mmddyy is the date of the inspection
• F or R indicates whether the CCTV direction is upstream -to -downstream (F) or
downstream -to -upstream (R)
For example, a typical file name for an inspection conducted on August 13, 2007, starting at upstream
manhole 12N -01X and extending to downstream manhole 12M -05X would be:
12N01 X -12M 05 X-0813 07-F. mpg
Digital video files are to be copied onto CD or DVD and grouped in a logical manner (e.g., by area of
inspection). CCTV contractors must provide two copies of each CD or DVD to the CITY.
Still Picture Captures: Still images should be captured for all observed defects with a severe rating
and/or as directed by CITY. In addition, additional still images should be captured every 100 feet to
illustrate the typical condition of the pipe. Still images should be in jpeg format at least 640 x 480
resolution and should utilize the same file naming convention as described above for the digital video
files with the addition of the footage location of the image. Therefore, the file naming convention is:
UpstreamMH#-Downstream MH#-mmddyy-F/R-xxx.jpg
where:
1
r1
1
I
1
1
1
1
I
1
1
I
• xxx is the footage location of the defect or observation (to the nearest foot)
For example, a typical file name for a still image at footage 123.4 for the example inspection described
above would be:
12N01 X-12M05X-081307-F-120.jpg
If two or more images are captured at the same footage, add .a, b, etc. after the footage, e.g.:
12N0 IX-12M05X-081307-F-120a.jpg
12N01X-12M05X-081307-F-120b jpg
Still image files are to be copied onto the same CD or DVD as the corresponding video file for the pipe
segment.
Site and CCTV Observations Data: All inspection (header) information and pipe features and defects
observed during CCTV must be recorded and captured in a digital database format using the coding
system described in Section 5 of this manual. Various software may be used to capture the data depending
on how each CCTV vehicle and/or contractor is equipped. CCTV contractors must provide the data in a
format as specified by the CITY that will permit uploading to the CITY's computerized maintenance
management system.
3.5 SCREEN TEXT
Start-up Screen Text: Immediately before the insertion of the camera into the manhole, the following
information must be provided as text on the video recording. This text should be displayed for
approximately 15 seconds or for the duration of the Start-up Narration, whichever is longer. If an
inspection is being performed on consecutive pipe segments with the same setup, this information must
be provided at the start of each pipe segment.
• Upstream and downstream node numbers
• Direction of camera travel
• Purpose of CCTV
• Location
• Date and time of day
• Job number
• CCTV company or CITY staff
• Operator's name
Running Screen Text: During CCTV, the running screen must include the following information. The
display of this information must in no way obscure the central focus of the pipe being inspected.
• Running footage (distance traveled)
• Pipe ID (UpstreamMH#-DownstreamMH#)
End Screen Text. The end point of the inspected pipe segment should be indicated with screen text for
approximately 15 seconds. The ending screen text should indicate:
• Ending footage
• Date and time of day
• UpstreamMH# and DownstreamMH# of inspected pipe segment
3.6 NARRATION
Language and Background Noise: The CCTV video recordings are part of the CITY.s
permanent records and should not contain inappropriate language, idle chatter, background noise, and
discussions between the operator and other crew members.
Start-up Narration: A voice narration must be included in the video recording. This narration must
include the following information at the beginning of each pipe segment:
• Type (sewer mainline, sewer lateral, storm drain) and purpose of inspection
• Upstream and downstream MH#'s
I
I
I
1
1
1
I
1
I
• Direction of camera travel
• Location
• Date
• Pipe size
• Pipe material
• CCTV company or City staff
• Operator name
Running Narration: All observations along the length of the pipe must also be narrated, with a
description of the observation and clock position, if applicable. For example:
• Tap at 10 O'clock at 56 feet; factory wye.
• Severe roots at 23 feet, all around crown of pipe.
• Medium grease and scum at flowline starting at 45 feet. End grease at 85 feet.
End Narration: At the conclusion of the inspection of a pipe segment, the operator should state the final
CCTV footage and indicate that the CCTV of the pipe segment is complete. For example: TV inspection
of sewer mainline from manhole 12N -01X to manhole
12M -05X is complete at 222 feet.
3.7 SPECIAL CCTV PROCEDURES
Buried Manholes: If the CCTV crew encounters a buried manhole, they should notify CITY that the
manhole needs to be exposed. CCTV may proceed through the buried manhole, however, a new file
should be started, treating the CCTV inspection as a separate pipe segment from the initial pipe segment,
coding the new MH as NEWMH. If it is not possible to CCTV through the manhole, the crew should
notify CITY that the manhole needs to be exposed in order to complete the assigned CCTV.
Service Line CCTV: Performing CCTV on sewer service lines (laterals) requires the use of special,
smaller cameras. In the past, service line cameras have been pushed in the direction of flow through the
sewer service from the clean out to the mainline. Newer service line cameras are launched from the
mainline camera and proceed against the direction of flow from the mainline toward the clean out.
Flow Control: As noted above, flow plugging and/or bypass pumping is to be performed by CITY
employees or under the direction and approval of the CITY. CCTV contractors requiring flow control
services must contact CITY for assistance.
Pre -Rehabilitation CCTV: Pre -rehabilitation CCTV may be performed immediately before construction
of a repair or rehabilitation project. The purpose of this CCTV is to locate gross defects that are to be
corrected or might interfere with the rehabilitation project. This CCTV is for the use of the construction
contractor and does not require the same level of defect identification as maintenance or condition
assessment CCTV.
Large diameter pipes: Large diameter pipes often require special procedures for flow control, lighting,
and camera travel. Only CCTV crews with the appropriate equipment and training to perform large
diameter pipe inspection should do so.
SECTION 4 - STANDARDIZED CCTV CODES
This section covers the information and standard formats and codes required for completion of the CCTV.
4.1 GENERAL GUIDELINES
The following guidelines must be followed when completing the header section of the CCTV form:
• Unless specifically required, do not enter units or abbreviations for measurements (e.g.,
feet, ft, etc.)
• Enter all alphabetic entries in all capital letters.
• Enter all decimal entries to one decimal place, unless otherwise directed in these
instructions.
" I f t h e C C T V e x t e n d s t h r o u g h a m a n h o l e a n d s p a n s m o r e t h a n o n e p i p e s e g m e n t , a n e w
h e a d e r f o r m m u s t b e c o m p l e t e d a t t h e s t a r t o f e a c h s u b s e q u e n t p i p e s e g m e n t .
" I f a r e v e r s e s e t - u p i s r e q u i r e d b e c a u s e t h e C C T V i n t h e d o w n s t r e a m d i r e c t i o n c o u l d n o t b e
c o m p l e t e d d u e t o a n o b s t r u c t i o n , a n e w h e a d e r f o r m m u s t b e c o m p l e t e d a t t h e s t a r t o f t h e
r e v e r s e s e t - u p C C T V .
4 . 2 R E Q U I R E D H E A D E R I N F O R M A T I O N
T h e h e a d e r i n f o r m a t i o n c o n t a i n s t h e d a t e a n d t i m e o f C C T V a n d i n f o r m a t i o n a b o u t t h e i n s p e c t i o n
l o c a t i o n , c o n d i t i o n s a t t h e t i m e o f C C T V , o p e r a t o r c o n d u c t i n g t h e C C T V , r e a s o n f o r t h e C C T V , a n d
p e r t i n e n t d a t a a b o u t t h e p i p e b e i n g i n s p e c t e d . T h e h e a d e r i s c o m p l e t e d i n t h e f i e l d t o p r o v i d e a s m u c h
i n f o r m a t i o n a s p o s s i b l e a b o u t t h e i n s p e c t i o n w o r k .
T a b l e 4 . 2 - 1 l i s t s r e q u i r e d h e a d e r i n f o r m a t i o n f o r C C T V a n d p r o v i d e s a n e x p l a n a t i o n o f a p p r o p r i a t e
r e s p o n s e s t o e a c h i t e m . T a b l e s 4 . 2 - 2 a n d 4 . 2 - 3 l i s t a b b r e v i a t i o n s t o b e u s e d f o r e n t e r i n g p i p e m a t e r i a l a n d
r e a s o n f o r C C T V , r e s p e c t i v e l y .
1
I
r
1
I
1
1
I
I
I
I
1
TABLE 4.2-1
CCTV HEADER INFORMATION
Information
Label
Appropriate
Reponses
Description/Comments
Project #
46####-##1k#
Relates to the project title. This number
to be provided by CITY
Date
08/28/01
Write date TV was performed
( / / )
Time
8:00
Time of day using 24 -hour clock
CD/DVD #
1of 5, or 1/5
The CD or DVD number out of the total
number submitted
Cleaning Area Code
A2b
A, B, C D or E indicates the major
sewer Basin;
1,2,3 or 4 indicates the Subbasin;
a,b,c.... indicates the specific cleaning
area in which site is located
Maps will be provided by City.
Upstream MH
22N -01X
ID of upstream manhole or structure
Downstream MH
22N -02X
ID of downstream manhole or structure
Direction of WI
F or R
Indicates whether TVI is in normal,
forward upstream -to -downstream
direction (F) or reverse set-up (R)
Address / Street #
123
Nearest address/street # of upstream
node (if applicable)
Street Name
MAIN ST
Street Name (if applicable)
Cross Street or Nearest
Street location
Cross Street (if applicable) OR, nearest
street if pipe is in an easement
TV Operator
SMITH
COMPANY X
Staff performing the WI
Company Name
Weather
DRY, RAIN, etc.
General conditions at the time of WI
Facility Type
SSML
SSSL
SDML
Identifies whether the WI is for the
sewer mainline (SSML), sewer service
line ("lateral"; SSSL) or storm mainline
(SDML)
Pipe Size
8
Pipe diameter in inches
Pipe Material
VCP Pipe
Pipe material (see abbreviations list in
Table 3-2)
Map Length
214
Length of the mainline in feet as
indicated on sewer maps
WI Length
215
Actual footage obtained from WI
Joint Length
3
Typical joint -to -joint pipe length in feet
Reason for WI
MLF
See abbreviations list in Table 3-3
Comments
Comments Indicate other pertinent
information, such as if pipe was plugged
during WI, whether pipe was cleaned
prior to, during, or after WI, last PM
date, etc.
1
1
1
I
1
I
I
1
I
1
1
1
1
TABLE 4.2-2
PIPE MATERIAL ABBREVIATIONS
Type of Pipe Abbreviation
Acrylonitrile butadiene styrene
ABS
Asbestos cement pipe
ACP
Brick
BRK
Cast iron pipe
CIP
Cement mortar lined coated steel
CML
Concrete cylinder pipe
CCP
Corrugated metal pipe
CMP
Cured -in -place pipe
CPP
Poured -in -place concrete
CON
Non -reinforced concrete pipe
CPN
Corrugated steel pipe
CSP
Ductile iron pipe
DIP
Fold and form PVC
FFP
Fold and form HDPE
FFH
High -density polyethylene pipe
HDP
Fiberglass reinforced pipe
FRP
Multiple VCP-CIP or RCP-VCP
MUL
PVC or PE -lined RCP
LRC
Orangeburg pipe
ORG
Plastic -lined pipe
PLP
Polyethylene pipe
PEP
Polyvinyl chloride pipe
PVC
Reinforced concrete box
RCB
Reinforced concrete pipe
RCP
Reinforced plastic mortar pipe
RPM
Steel pipe
SP
Truss pipe
TP
Unreinforced concrete
URC
Variable material
VAR
Vitrified clay pipe
VCP
Vitrified segmented duct
VSG
Wooden pipe
WOD
r
I
TABLE C2-3
REASONS FOR CCTV
I
1
I
U
1
r
I
1
I
I
I
1
I
Reason Abbreviation
Maintenance
Mainline stoppage follow-up
MLF
Maintenance problem response
M&O RESPONSE
Preventive maintenance evaluation
(pre)
PRE PM
Preventive maintenance evaluation
(post)
POST PM
Service line stoppage follow-up
SLF
Locate tap
TAP LOCATE
Response to legal claim
LEGAL CLAIM
Manhole screening
MH SCREEN
Construction
New construction acceptance
NEW CONSTRUCT
Pre -rehabilitation
PRE REHAB
Post -rehabilitation construction
acceptance
POST REHAB
Verify pipe integrity following other
underground construction
PIPE INTEGRITY
Condition Assessment
Sanitary Sewer District Pipe
Condition Assessment Program
SSPCAP
Target problem areas
PROBLEM AREA
Predictive model
PREDICT MODEL
Special applications
SPECIAL APPS
r
I
i
I
I
1
I
I
I
I
i
I1
I1
4.3 CCTV OBSERVATION CODES
The City uses NASSCO standard pipe observation codes.
Defect Ratings: Most defect observations are assigned a severity rating of "L" (light or minor), "M"
(medium or moderate), or "S" (severe or heavy). The TV operator should err on the conservative side
when judging severity. Roots are rated on a scale of 1 to 9, representing the relative portion of the cross-
sectional area of the pipe that is blocked by the roots. Water level is assigned an alphabetic rating based
on the depth of water in the pipe. Grease and water level are also assigned an "N" rating if no grease or no
water, respectively, is present. Observations that are not defects, but pertain only to sewer features, e.g.,
manhole, flusher branch, tee, tap, change in pipe material, etc. do not include a severity rating.
Still Images: Still images of defects should be taken for all severe defects and/or as required in the
explanation of the codes, Still images of typical pipe condition should also be captured at 100 -foot
intervals along the pipe.
Multiple Defects. Multiple features or defects at a single location should each be recorded as separate
observations at the same footage location. For example, a pipe may have a severe crack (CPS) at the
location of tap (TAP at 2 o'clock) that is protruding 2 inches into a 10 -inch diameter mainline (PTM) with
No. 2 roots seen in the service line (RS2). This would require four separate entries at the same footage
location. If a defect such as roots or infiltration is observed at the same footage location as a crack,
protruding tap, or other structural defect, both defects should be recorded at the same footage location. In
this case, it would generally be assumed that the roots or infiltration are entering the pipe through the
structural defect. Recording every observed defect is very important to accurately assessing the condition
of the pipe.
Roots and Infiltration Subcategories. There are two subcategories for roots and infiltration. One is for
the defect in the mainline (RP or IP), and the other is for the defect in the service line (RS or RS). If roots
are observed within the service line during a mainline CCTV, the code RS should be used and the roots
rated according to the percentage of the service line cross section that is obstructed. If the roots also
intrude into the mainline, then the code RP should also be recorded and the roots rated based on the
percentage of the mainline cross section that is obstructed by the roots coming from the service line. For
infiltration, if the infiltration is observed coming from a joint, crack, hammer tap connection, etc. in the
mainline, the IP code should be used. If the infiltration.(e.g., an obvious stream of clear water) is
discharging from the service line into the mainline or is seen coming through a joint or crack in the
service line when viewing up the service line, then the IS code should be used.
Comments. Comments should be minimized when identifying defects and should be used only in
atypical situations such as a change in pipe material or joint length, foreign material found in the pipe, or
as otherwise indicated in the code explanations later in this section. Examples of appropriate comments
are: VCP to PVC, Fence post protruding into top of pipe, Pipe cleaned during CCTV by sewer crew due
to heavy grease, etc.
4.4 CONTINUOUS DEFECTS
Continuous defects are those defects or observations that extend more than one foot from beginning to
end. A continuous defect can be any one of the following code types:
• Cracked pipe (CP) - typically longitudinal or spiral cracks
• Corrosion (C)
• Grease (G)
• Sediment or solids (S)
• Water level (W)
• Out of round (OV)
• Horizontal bend (BH)
1
I
I
I
1
I
1
I
I
I
I
I
A "start" of continuous defect should be recorded at the footage location where the defect or observations
begins, and a "stop" should be recorded at the footage location where the defect or observation ends.
Water level and grease should be also coded as continuous observations, with a "start" at footage 0.0 and
corresponding "stop" and "start" entries at each change in water level or grease rating. Note: Defects that
occur at regular intervals along the sewer length (e.g., at each joint) but are not truly continuous should be
recorded as individual observations at each location where they occur. Examples include roots at joints,
open or displaced joints, and circumferential fractures occurring at joints.
The general procedure for coding continuous defects is as follows:
1. At the first occurrence of a continuous defect, record it in the usual manner (defect code plus
severity rating).
2. If it is immediately noticed that the defect continues for more than one foot, also record a
"start" of continuous defect.
3. If the defect is not initially observed to be more than one foot in length but, as the inspection
proceeds, is still present, go back to the initial entry of the defect code and record a "start" of the
continuous defect.
4. No further action is necessary until the end of the continuous defect is reached.
5. When the end of the defect is reached, re-enter the same defect code and severity as at the start
of the defect and record a "stop" of the continuous defect.
Note: If a continuous defect changes in severity (e.g., change from light to medium corrosion),
record a "stop" and then a "start" of the same defect code with a different severity rating. This
also applies to recording changes in water level.
Other guidelines for coding continuous defects:
• If the camera becomes submerged, end all continuous defects at the footage that the camera goes under
water, and then record the start of a "WS" water level observation. If a continuous defect is still observed
after the camera re-emerges, then record a new "start" of the continuous defect at the footage where the
"WS" water level stops. An exception would be if the camera is under water for only a very short length
and the defect appears to be continuous throughout the length of pipe in which the camera was
submerged. In this case, it is not necessary to stop the continuous defect during the submergence.
• To revise continuous defect entries that cannot be immediately corrected, make a note in the comments
column to recheck the defect, e.g., .Recheck CPM between footage 205.1 and 225.8.
• Start and stop labels should be verified for all continuous defects. The defect code and severity must be
identical to the code at the start and stop entries. Continuous defects must be ended at the end of each pipe
segment or at the point where the CCTV was terminated (e.g., in the case of an obstruction that prevents
the camera from passing).
• Any other features or defects observed at the same location as the start or end of a continuous defect or
within the footage spanned by the continuous defect must be entered in the usual manner separately from
the continuous defect.
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
1
5.3 CLOCK POSITION
All blind tee (TEE) and service line connection (TAP) observations must also include a clock position
indicating the relative position of the pipe or service line connection.
Clock Position in Pipes. The clock position for blind tees or taps into pipes is based on the camera
pointing in the direction of travel, with "12 o'clock" at the crown (top) of the pipe. The clock numbers (1,
2, 3, etc.) go in a circle in a clockwise direction (from right to left) around the circumference of the pipe.
For example, a sewer service discharging into the left-hand side of the mainline pipe (based on camera
travel direction) about 30 degrees above the springline (horizontal centerline) of the pipe would be in the
"10 o'clock" position.
Clock Position in Manholes. The clock position for taps into manholes is based on the direction of
CCTV of the associated pipe. When looking into the manhole from the surface, "12 o'clock" is the
location of the pipe to be inspected. The clock numbers (1, 2, 3, etc.) go in a clockwise circle (from right
to left) around the circumference of the manhole chamber. For example, a sewer service discharging into
a manhole on the right side of the manhole (when facing in the direction of the camera travel in the pipe)
and at right angles to the pipe being inspected would be at the "3 o'clock" position. The clock positions
are illustrated below:
rare!/N, IfWJ-lrow,.