Loading...
Project 171 - Specifications - 2012-02-14 COSTA MESA SANITARY DISTRICT ORANGE COUNTY, CALIFORNIA ' CONTRACT SPECIFICATIONS FOR IRVINE FORCE MAIN REHABILITATION ' Project No. 171 ' Bid Date: February 14 2012 Contract Time: 60 Working Days SANITA i wSP . ' rip Q7+ n 4). '"%zt,t,ntsdeb,/ ORA ' Robin B Hamers District Engineer Costa Mesa Sanitary District ' esoFES8 ROBIN B. HANIERS IS RCE NO. 31720 111111111 14 XP O12/31/2014 AI? Civit pp BID SET NUMBER I .1 IRVINE FORCE MAIN REHABILITATION Project No. 171 TABLE OF CONTENTS NOTICE INVITING SEALED PROPOSALS (BIDS) BID PROPOSAL STANDARD SPECIFICATIONS SPECIAL PROVISIONS SOILS INVESTIGATION 1 CITY OF COSTA MESA STANDARDS ENCROACHMENT PERMTI' REQUIREMENTS CITY OF COSTA MESA STD DWG. NO 312 CITY OF COSTA MESA STD DWG NO 813 ' COSTA MESA SANITARY DISTRICT STANDARDS CMSD STD DWG. NO S-112 COUNTY OF ORANGE ENCROACHMENT PERMIT REQUIREMENTS ' COSTA MESA SANITARY DISTRICT CONSTRUCTION AGREEMENT REQUEST FOR CHANGE ORDER FORM I I 1 I ' COSTA MESA SANITARY DISTRICT ORANGE COUNTY CALIFORNIA ' NOTICE INVITING SEALED PROPOSALS (RIDS) NOTICE IS HEREBY GIVEN that the Board of Directors of the Costa Mesa Sanitary District invites and will receive sealed proposals (bids) for furnishing all labor materials, equipment, transportation, 1 permits, and other items necessary for the construction of the following project: IRVINE FORCE MAIN REHABILITATION ' Project No. 17/ Bids will be received by the Costa Mesa Sanitary District office at 628 West 19"' Street, Costa Mesa, California until the hour of 10.00 a.m. on the 14th day of February 2012, at which time they will be opened publicly and read aloud in the Board Conference Room. Sealed proposals shall bear the title of ' the project and the name of the bidder Any bid received after the scheduled bid opening time shown above will not be accepted and returned to the bidder unopened. It shall be the sole responsibility of the bidder to seal and deliver the bid proposal to the District office at or before the time specified in this notice provided. A set of the approved contract documents Including plans and specifications may be obtained at the District office or requested by phone at (949) 645-8400 Extension 221 for a non-refundable payment of ' $30.00. An additional payment of$15.00 will be required to cover shipping costs. The Contractor shall comply with the provisions of the California Labor Code, the prevailing rate and scale of wages determined by the Director of the Department of Industrial Relations, State of California. Prevailing rates shall be paid to all workers employed in the performance of the contract. Such rates of wages are on file with Department of Industrial Relations and in the office of the District and are available to any interested party upon request. The contractor is responsible for all penalties prescribed for noncompliance to these provisions. Each bid shall be submitted on the Bid Proposal Form furnished as part of the contract documents, and ' shall be accompanied by a certified check, a cashier's check or a bidder's bond in an amount not less than 10-percent of the amount of the bid, made payable to the Costa Mesa Sanitary District. The check or bond shall be given as guarantee that the bidder will enter into a contract with the District and furnish the required payment and performance bonds and certificates of insurance and endorsements if awarded the work. The check or bond will be declared forfeited if the successful bidder does not enter into the contract or furnish the required bonds and insurance forms under the time frame specified in the construction agreement. ' It is imperative that the bidders carefully review this notice and the District s standard construction agreement and insurance forms. The successful bidder will be required to comply with all requirements in the standard construction agreement and insurance forms. In the event of failure or inability to meet these requirements after the award of contract, the District shall have the right to reject the bid and/or declare a forfeiture of the bid bond. 1 Pursuant to California Contract Code Section 22300, CONTRACTOR will be entitled to post approved securities with the District or an approved financial institution in order to have the District release funds retained by the District to insure perf'onnance of the contract. Liquidated damages in the sum of$250 per day shall be imposed for each unexcused day beyond the contract completion date. I 1 CMSD Project No. 171 Notice Inviting Sealed Proposals(Bids)— 1 of 2 1 1 The Board of Directors of the District reserves the right to select the schedule(s) under which the bids are to be compared and contract(s) awarded, to reject any and all bids,and to waive any and all irregularity in ' any bid. Dated: January 13, 2012 BY ORDER OF THE BOARD OF DIRECTORS OF THE COSTA MESA SANITARY DISTRICT 1 i i 1 1 1 i 1 1 1 1 1 1 1 ' CMSD Project No. 171 Notice Inviting Sealed Proposals(Bids)—2 of 2 1 ' COSTA MESA SANITARY DISTRICT ORANGE COUNTY CALIFORNIA ' BID PROPOSAL FORM IRVINE FORCE MAIN REHABILITATION Project No 171 Name of Bidder Address. Phone No. TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT Pursuant to and in compliance with the Notice Inviting Sealed Proposals (Bids) and the other documents ' relating thereto, the undersigned bidder has carefully examined and is completely familiar with the plans, specifications, and contract documents including the local conditions affecting the performance of the contract, the character, quality quantities, and scope of the work, and the materials to be furnished as to the requirements of the specifications and the contract. If awarded the contract, the undersigned bidder hereby proposes and agrees to perform within the time stipulated in the contract, including all of its component parts and everything required to be performed, and to furnish any and all of the labor, material, tools, equipment, transportation, services, permits, utilities, and all other items necessary to perform the contract and complete in a workmanlike manner, all of the work required in connection with the construction of said work all in strict conformity with the plans and specifications and other contract documents, including addenda Nos. , _._, and , on file in the District office for the prices hereinafter set forth. ' The undersigned as bidder declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm, or corporation; and he proposes and agrees, if the proposal is accepted, that he will execute a contract with the District in the form set forth in the contract documents and that he will accept in full payment thereof the following prices, to wit: I I CMSD Project No. 171 1 Bid Proposal Form— 1 of 9 I ' CMSD SEWER PROJECT NO 171 ISCHEDULE OF WORK ITEMS (SCHEDULE A) IRVINE FORCE MAIN REHABILITATION IBID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT I 1 Lump Sum Bonds, Insurance, and Permits: Work under this item includes any costs incurred for securing bonds, insurance Lump permits and financing for construction work. Sum $ I 2 Lump Sum Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, those necessary for the I movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, and maintaining the project site in a safe Lump I and orderly manner during construction. Sum $ 3 Lump Sum Traffic Control. Prepare and Submit for approval to the County of Orange, City of Costa Mesa, and the District I traffic control plan prepared by Traffic Engineer Furnish all labor, materials, and equipment for the installation and removal of the required traffic control including, but not I limited to, changeable message boards, signs, delineators, traffic cones, barricades, flashing arrow signs, steel plates, Lump and all other traffic control devices. Sum $ I 4 Lump Sum Provide Diversion Plan for Existing Sewage Flow During Construction: Work under this item shall include, but is not limited to, pumps, temporary hoses or piping, pumper trucks, I plugs, and all other equipment necessary to provide diversion of existing sewage flow during construction complete in Lump place. Sum $ I5 7 each Construct Launching/Receiving Pits to install HDPE liner Work under this item shall include furnishing and installing I all labor, material, pavement replacement, pavement striping and other work necessary to construct Launching/Receiving Pits. If Contractor desires to construct more pits or in different locations than shown on plans, they shall be i Iprovided at no extra cost to the District. each $ 6 Lump Sum Install 12' HDPE Liner Inside of 14' Force Main IWork under this item shall include furnishing and installing all labor material, cleaning and televising of force main and Lump Iwork necessary to install HDPE Liner Sum $ CMSD Project No. 171 Bid Proposal Form—2 of 9 1 CMSD SEWER PROJECT NO. 171 SCHEDULE OF WORK ITEMS (SCHEDULE A) IRVINE FORCE MAIN REHABILITATION ' RID APPROX. UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE AMOUNT 7 Lump Sum Rehabilitate sewer force main by CIPP method. ' Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow diversion, traffic control plan, and work necessary to Lump rehabilitate sewer force main. Sum $ 8 Lump Sum Remove and Replace existing air-release valve assembly per 1 detail shown on the plan. Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow ' diversion, traffic control plan, and work necessary to remove Lump and replace existing air-release valve assembly Sum $ ' 11 Lump Sum Construct By-Pass Assembly per detail shown on the plan. Work under this item shall be all Inclusive and include furnishing and installing all labor, material, sewer flow diversion, traffic control plan, and work necessary to Lump construct by-pass assembly Sum S 12 Lump Sum Reconstruct force main connection at pump station per detail ' shown on the plan. Work under this item shall be all inclusive and include ' furnishing and installing all labor, material, sewer flow diversion, traffic control plan, and work necessary to Lump reconstruct force main connection. Sum $ 13 Lump Sum Construct 6' Curb & Gutter per City of Costa Mesa Std. Dwg. 312. ' Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control plan, and work necessary to construct curb and gutter as damaged by contractor and as required by the City of Costa Lump Mesa. Sum $ 14 Lump Sum Construct Trench Replacement per City of Costa Mesa Std. Dwg. 813 Work under this item shall be all inclusive and include furnishing and installing all labor material, sewer flow ' diversion, traffic control plan, and work necessary to Lump construct trench replacement. Sum $ CMSD Project No. 171 Bid Proposal Form—3 of 9 I ' CMSD SEWER PROJECT NO. 171 SCHEDULE OF WORK ITEMS (SCHEDULE A) ' IRVINE FORCE MAIN REI-IAI3ILITATION ' 1311) APPROX. ITEM QUANTITY DESCRIPTION UNIT TOTAL PRICE AMOUNT 15 1 Cut d. Plug exist. 2' PVC air-release line just outside new valve box and plug exist. 2' PVC incoming line at manhole • at sta. 16+10 Work under this item shall be all inclusive and include ' furnishing and installing all labor, material, sewer flow diversion, traffic control plan, and work necessary to cut and plug existing air-release line. each $ ' 16 1 Install 2' PVC air-release line and new air-release valve assembly as shown on the plan. Work under this item shall be all inclusive and include ' furnishing and installing all labor, material, sewer flow diversion,traffic control plan, and work necessary to install 2' PVC air-release line and new air-release valve assembly ' each $ TOTAL AMOUNT OF $ ' ITEMS I THROUGH 16 (TOTAL IN WORDS) Bidders Initials Note. In case of a discrepancy between the words and figures, the words shall prevail. ' The Contractor agrees that the District will not he held responsible if any of the approximate quantities shown in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as ' estimated and the work actually done. If any error, omission or mis-statements shall be discovered in the estimated quantities, it shall not invalidate this contract or release the Contractor from the execution and completion of' the whole or part of the work herein specified, in accordance with the ' specifications and the plans herein mentioned and the prices herein agreed upon and fixed therefor or excuse him from any of the obligations or liabilities hereunder or entitle him to any damages or compensation otherwise than as provided for in this contract. CMSD Project No. 171 l3id Proposal Form—4 of 9 ' The Contractor agrees that the District shall have the right to increase or decrease the quantity of any hid item or portion of the work or to omit portions of the work as may be deemed necessary or expedient, and that the payment for incidental items of work, not separately provided in the proposal shall be considered included in the price bid for other various items of work. Accompanying this proposal is (S ) NOTICE Insert the words 'Cash' 'Certified Cheek or 'Bidder s Bond' as the case may be in an ' amount equal to at least 10%of the total bid price, payable to the Costa Mesa Sanitary District. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the Costa Mesa Sanitary District as liquidated damages in case this proposal is accepted by the District and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the District with surety satisfactory to the District within 10 Days after the bidder has received written ' notice of the award of the contract, otherwise, said security shall be returned to the undersigned. Respectfully submitted, Contractor's Business Name Contractor Title iBusiness Address: Street By- Title ' City State Zip Contractor's License, Expiration Date& Classification Business Phone Number Name Title Residence Phone Number Bidder's Residence. Street City State Zip ' I declare under penalty of perjury under the laws of the State of California that the forgoing is true and correct. ' Dated at this day of 2012 (Signed) CMSD Project No. 171 Bid Proposal Form— 5 of 9 ' The full names and residences of all persons and parties interested in the foregoing proposal, as principals, are as follows: NOTICE. Give first and last names in full; in case of corporation, give names of President, Secretary Treasurer and Manager, and affix corporate seal, in all cases of partnerships and joint ventures give names of all the individual members. CONSTRUCTION PROJECT REFERENCES ' In order to more fully evaluate your background and experience for the project herein proposed, it is requested that you submit a list of Public Works and/or similar construction projects completed, or in progress, within the last 24 months. Your cooperation in this matter is greatly appreciated. ' DATE PROJECT AGENCY'S CONTRACT AWARDED AWARDING AGENCY ADMINISTRATOR 1 CMSD Project No. 171 Bid Proposal Form—6 of 9 1 ' PROJECT ADDENDA Bidder shall signify receipt of all Addenda here, if any ' ADDENDUM NO DATE RECEIVED BIDDER'S SIGNATURE 1 1 1 1 1 DESIGNATION OF SUBCONTRACTORS In compliance with the 'Subletting and Subcontracting Fair Practices Act' being Sections 4100-4113 of the Government Code of the State of California, and any amendments thereto, each bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or 1 improvement in an amount in excess of 1/2 of 1% of the prime Contractor's total bid and shall further set forth the portion of the work which will be done by each such Subcontractor Only one Subcontractor for each such portion shall be listed. ' If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the contract, he shall be deemed to have agreed to perform such work himself, and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting or subcontracting of any portion of the work to which no Subcontractor was designated in the original bid, shall only be permitted in cases of public emergency or necessity and then only after a finding reduced to writing as a public record of the Legislative Body of the owner Portion State License Of Work Subcontractor's Name and Address Number Class 1 1 1 CMSD Project No. 171 1 Bid Proposal Form—7 of 9 I ' 10% BIDDER'S BOND TO ACCOMPANY PROPOSAL (Required if the bidder desires to submit bond instead of a certified or cashiers check). KNOW ALL PEOPLE BY THESE PRESENTS. That we, as principals, and as surety arc held and firmly bound unto the Costa Mesa Sanitary District,a special district, organized under the laws of the State of California and situated in Orange County in the sum of ($ ) to be paid to the District, its successors and assigns, for which payment well and truly to he made, we bind ourselves, our heirs, executors, and administrators, successors or ' assigns,joint and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the certain proposal of the above bounden ' is accepted by the Costa Mesa Sanitary District, and if the above bounden, his heirs, executors, administrators, successors and assigns, shall duly enter into and execute a contract for such construction, and shall execute and deliver the LABOR AND MATERIAL and the FAITHFUL PERFORMANCE BONDS described within 10 days (not including Sunday) from the date of the mailing of a notice of the above bounden, by and from District, that said contract is ready for execution, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. IN WITNESS WHEREOF We hereunto set our hands and seals this day of 20 1 — — I CMSD Project No. 171 Bid Proposal Form—S of 9 I ' NON-COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say that neither they nor any of them have in any way directly or indirectly entered into any arrangement or agreement with any other bidder, or with any public officer of Costa Mesa Sanitary District whereby such affiant or affiants or either of them has paid or is to pay to ' such bidder or public officer any sum of money or has given or is to give to such other bidder or public officer anything of value whatever or such affiant or affiants or either of them has not directly or indirectly entered into any arrangement or agreement with any other bidder or bidder, which tends to or does lessen or destroy free competition in the letting of the contract sought for on the attached bids, ' that no bid has been accepted from any Subcontractor or supplier through any bid depository the By Laws, Rules, or Regulation of which prohibit or prevent the Contractor from considering any bid from any Subcontractor or supplier which is not processed through said bid depository or which prevent any ' Subcontractor or supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person of the 1 contract, nor has this bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this hid. I Subscribed and sworn to before me by I This day of 20 ' My Commission expires: ' Notary Public CMSD Project No 171 Bid Proposal Form—9 of 9 A CONTRACTOR TO USE THIS CORRECTED BID SCHEDULE CORRECTED CMSD SEWER PROJECT NO. 171 SCHEDULE OF WORK. ITEMS (SCHEDULE A) IRVINE FORCE MAIN REHABILITATION BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 1 Lump Sum Bonds. Insurance, and Permits: Work under this item includes any costs incurred for securing bonds, insurance Lump permits and financing for construction work. Sum $ 2 Lump Sum Mobilization. Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to. those necessary for the movement of personnel. equipment. materials. and incidentals to and from the project site, securing a temporary construction yard. and maintaining the project Lump site in a safe and orderly manner during construction. Sum $ 3 Lump Sum Traffic Control: Prepare and Submit for approval to the County of Orange, City of Costa Mesa. and the District traffic control plan prepared by Traffic Engineer Furnish all labor materials, and equipment for the installation and removal of the required traffic control including, but not limited to, changeable message boards, signs, delineators, traffic cones, barricades, flashing arrow signs, steel plates, Lump and all other traffic control devices. Sung $ 4 Lump Sum Provide Diversion Plan for Existing Sewage Flow During Construction: Work under this item shall include, but is not limited to, pumps, temporary hoses or piping, pumper trucks. plugs, and all other equipment necessary to provide diversion of existing sewage flow during construction Lump complete in place. Sum $ 5 7 each Construct Launching/Receiving Pits to install I-IDPE liner Work under this item shall include furnishing and installing all labor material. pavement replacement, pavement striping and other work necessary to construct Launching/Receiving Pits. If Contractor desires to construct more pits or in different locations than shown on plans, they shall be provided at no extra cost to the District. each $ 6 Lump Sum Install 12' HDPE Liner Inside of 14' Force Main Work under this item shall include furnishing and installing all labor material, cleaning and televising of force main Lump and work necessary to install HDPE Liner Sum $ CMSD SEWER PROJECT NO. 171 SCHEDULE OF WORK ITEMS (SCHEDULE A) IRVINE FORCE MAIN REHABILITATION BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 7 Lump Sum Rehabilitate sewer force main by CIPP method. Work under this item shall be all inclusive and include furnishing and installing all labor material, sewer flow diversion, traffic control plan. and work necessary to Lump rehabilitate sewer force main. Sum $ 8 Lump Sum Remove and Replace existing air-release valve assembly per detail shown on the plan. Work under this item shall be all inclusive and include ' furnishing and installing all labor material, sewer flow diversion, traffic control plan. and work necessary to Lump remove and replace existing air-release valve assembly Sum $ 9 Lump Sum Construct By-Pass Assembly per detail shown on the plan. Work under this item shall be all inclusive and include furnishing and installing all labor material, sewer flow diversion, traffic control plan. and work necessary to Lump construct by-pass assembly Sum $ 10 Lump Sum Reconstruct force main connection at pump station per detail shown on the plan. Work under this item shall be all inclusive and include furnishing and installing all labor material, sewer flow diversion, traffic control plan. and work necessary to Lump reconstruct force main connection. Sum $ 11 Lump Sum Construct 6' Curb & Gutter per City of Costa Mesa Std. Dwg. 312. Work under this item shall be all inclusive and include furnishing and installing all labor material, traffic control plan, and work necessary to construct curb and gutter as damaged by contractor and as required by the City of Costa Lump Mesa. Sum $ 12 Lump Sum Construct Trench Replacement per City of Costa Mesa Std. Dwg. 813 Work under this item shall be all inclusive and include furnishing and installing all labor material. sewer flow diversion, traffic control plan, and work necessary to Lump construct trench replacement. Sum $ CMSD SEWER PROJECT NO. 171 SCHEDULE OF WORK ITEMS (SCHEDULE A) IRVINE FORCE MAIN REHABILITATION BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 13 1 Cut& Plug exist. 2' PVC air-release line just outside new valve box and plug exist. 2' PVC incoming line at manhole at sta. 16+10 Work under this item shall be all inclusive and include furnishing and installing all labor material, sewer flow diversion, traffic control plan, and work necessary to cut and plug existing air-release line. each $ 14 1 Install 2' PVC air-release line and new air-release valve assembly as shown on the plan. Work under this item shall be all inclusive and include furnishing and installing all labor material, sewer flow diversion, traffic control plan, and work necessary to install 2' PVC air-release line and new air-release valve assembly each $ TOTAL AMOUNT OF S ITEMS I THROUGH 14 (TOTAL IN WORDS) Bidders Initials Note: In case of a discrepancy between the words and figures, the words shall prevail. The Contractor agrees that the District will not be held responsible if any of the approximate quantities shown in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done. If any error omission or mis-statements shall be discovered in the estimated quantities. it shall not invalidate this contract or release the Contractor from the execution and completion of the whole or part of the work herein specified, in accordance with the specifications and the plans herein mentioned and the prices herein agreed upon and fixed therefor or excuse him from any of the obligations or liabilities hereunder or entitle him to any damages or compensation otherwise than as provided for in this contract. STANDARD SPECIFICATIONS Except as hereinafter provided, the provisions of the latest edition of the 'Standard Specifications ' for Public Works Construction' (Green Book) and all amendments thereto, adopted by the Joint Cooperative Committee of Southern California Chapter, American Public Works Association; hereinafter referred to as Standard Specifications, are adopted as the 'Standard Specifications' of the Costa Mesa Sanitary District and shall be considered as a part of these specifications. Also a part of these ' specifications are the Costa Mesa Sanitary District's Standard Plans and Specifications for the Construction of Sanitary Sewers. The following additions are made to the 'Standard Specifications If there is a conflict between the Standard Specifications and these additions, these additions shall have first precedence. ' 1 2 DEFINITIONS (a) AGENCY The Costa Mesa Sanitary District, also hereinafter called 'District' (b) BOARD The Board of Directors of the Costa Mesa Sanitary District. ' (c) CONTRACT Documents including but not limited to the Proposal, Standard Specifications, General Provisions, Special Provisions, Plans, Bonds, Insurance, Contract Agreement and all Addenda setting forth any modifications of the document. (d) ENGINEER District Engineer of the Costa Mesa Sanitary District. (c)BIDDER Any individual, co-partnership, association or corporation submitting a proposal for the work contemplated acting directly or through a duly authorized representative. (f)LEGAL ADDRESS The legal address of the Contractor shall be the address of contractor given on ' the Contractor's bid and is hereby designated as the place to which all notices, letters or other communications to the Contractor shall be mailed or delivered. (g) LABORATORY An established laboratory approved and authorized by the Engineer for testing materials and work involved in the contract. (h) STATE Chapter 3 Part S, Division 3, Title 2 of the CONTRACT Government Code. The provisions of this ACT and other applicable laws form and constitute a ' part of the provisions of this contract to the same extent as if set forth herein, in Dill. ' 2 1 AWARD AND EXECUTION OF CONTRACT The award of contract, if awarded, will be to the lowest responsible bidder whose proposal ' complies with all requirements of the notice inviting bids.The District, however, reserves the right to reject any or all bids, and to waive any informality in the bids received. The award, if made, will be made within 10 days after the opening of the bids. ' PROCEDURE FOR PROPOSAL SUBMITTAL Proposal shall be made and submitted on the Proposal Forms in accordance with the Notice Inviting Bids. No person, firm, or corporation, shall be allowed to make, file, or be interested in, more than one bid for the same work, unless alternate bids are called for A person, firm, or corporation, who has submitted a sub-proposal to a bidder or who has quoted prices on materials to a bidder, is not CM SD Project No. 171 Standard Specifications— 1 of S. 1 ' hereby disqualified from submitting a sub-proposal or quoting prices to other bidders. If, on the opening of bids, more than one bid appears in which the same person, firm, or corporation, is interested as a principal, all such bids shall be rejected. ' Proposals with interlineations, alterations, or erasures, shall be initialed by the bidder's authorized agent. Alternative proposals, special conditions, or other limitations or provisions affecting the bid,except as such called for by the contract documents, will render the bid informal and may cause its rejection. All ' proposals must give the prices bid for the various items of work and must be signed by the bidder who shall give his address. Each bid shall have thereon the affidavit of the bidder that such bid is genuine and not sham or collusive or made in the interest or behalf of any other person not therein named and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any ' person, firm or corporation to refrain from bidding and that the bidder has not in any manner sought by collusion to secure himself an advantage over any other bidder ' REQUEST FOR INTERPRETATION If any person contemplating submitting a bid is in doubt as to the true meaning of any part of the plans, specifications, or other proposed contract documents, or finds discrepancies in, or omissions from the drawings or specifications, he may request the Engineer, in writing, for an interpretation or correction thereof. The person submitting such a request shall be responsible for its prompt delivery All such interpretations of the contract documents will be made only by Addenda duly issued and a copy of each such Addendum will be mailed or delivered to each person receiving a set of contract documents at his ' last address of record. The District will not be responsible for any other explanations or interpretations of the contract documents. ' RETURN OF 131D SECURITY Any bidder may withdraw his bid, either personally or by telegraphic or written request, at any time prior to the scheduled closing time for the receipt of bids. It is the sole responsibility of the bidder to ' see that any such telegraphic or written request is delivered to the District Clerk prior to said closing time. Bid security of such bidders will be returned promptly to the bidder ., The bid security of the three lowest bidders will be retained until the contract is awarded, entered into and executed with the bidder of accepted bid, after which those will be returned to the respective bidders with whose proposal they accompanied. The bid security of all other bidders will be returned after the canvass of bids. ' The bid security of the bidder of accepted bid will be held by the District until the contract has been entered into, and the bonds accompanying the same are approved and filed, whereupon the said bid security will be returned to the bidder ' If the bidder fails or refuses to enter into contract to do the work, the bid security shall be forfeited to the District and shall be collected and paid to the General Fund of the District. LICENSE REQUIRED Contractor shall have a Class A or C42 license to perform this work. ' 'OR EQUAL PROVISION When otherwise specified, any product called for on these Specifications may be substituted using tthe process described in Public Contract Code Section 3400. EXECUTION OF CONTRACT ' The contract shall be signed by the successful bidder and returned to the District, together with the contract bonds as specified in Section 2-4 of the Standard Specifications and as amended below and any changes or additions made thereto in these specifications within 10 days after receipt of written notice of ' award of contract. The form of contract agreement to be executed by the Contractor will be supplied by CMSD Project No. 171 Standard Specifications—2 of 8 I the Counsel for the District. No proposal shall be considered binding upon the District until the execution of the contract by the District. ' ASSIGNMENT OF CLAYTON ACT AND CARTWRIGHT ACT CLAIMS In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the ' awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be ' made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgement by the parties. 1 MINED CONSTRUCTION MATERIAL CONTRACTOR warrants that it will not purchase mined construction material for PROJECT t except from a mining operation that is currently identified in the list published pursuant to subdivision(b) of Section 2717 of the Public Resources Code. 2 3.1 SUBCONTRACTS. GENERAL The Engineer as duly authorized officer may consent to Subcontractor substitution requested by the Contractor subject to the limitations and notices prescribed in Section 4107 of the Public Contract ' Code. 2-4 CONTRACT BONDS ' The 'Faithful Performance Bond' and the 'Labor and Material Bond' shall both be one hundred percent (100%) of the contract price and shall be furnished on the District's standard (boons. The Faithful Performance Bond shall be held for one year from the date the Notice of Completion is recorded. ' Sureties providing performance bonds for Contractors must be licensed or agree to employ a licensed Contractor with a Class A or other applicable specialty contractor's license from the State of California. 2 5 PLANS AND SPECIFICATIONS t Engineer will provide the Contractor free of charge, copies of plans and specifications that are reasonably necessary for the execution of work. Contractor shall, at his own expense, obtain copies of Standard Specifications and Standard Plans and Specifications of the State of California, for his general use. If after award of contract, should it appear that the work to be done, or any matter relative thereto, ' is not sufficiently detailed or explained in the specifications and plans, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform to such explanation or interpretation as part of the contract. All scaled dimensions are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform the Engineer or his representative of any discrepancies. CMSD Project No. 171 1 Standard Specifications—3 of 8 I ' 2 9 I PERMANENT SURVEY MARKERS Unless otherwise provided in the Special Provisions, the Contractor shall be responsible for protecting all existing horizontal and vertical survey controls, monument, ties and benchmarks located within the limits of the work. If any of the above require removal, relocating or resetting, the Contractor shall, prior to any construction work and under the supervision of a California-licensed Land Surveyor or Civil Engineer, establish sufficient temporary ties and benchmarks to enable the points to be reset after completion of construction. Any ties, monuments and benchmarks disturbed during construction shall be reset per local ' agency standards after construction and the tie notes submitted to the appropriate governing agency on 8- 1/2' X 11 loose leaf paper The Contractor and his sureties shall be liable for, at his own expense, any resurvey required due to his negligence in protecting existing ties, monuments, benchmarks or any such horizontal and vertical controls. ' Unless a separate bid item is provided, full compensation for conforming to the requirements of this sub-section shall be considered as included in the contract bid price paid for various other items of work and no additional compensation will be allowed. ' 211 INSPECTION ' The Contractor shall give at least 48 hours advance notice of time when he or his Subcontractor will start or resume the various units of operations of the work as per the contract, or resume the said units or operations when they have been suspended as per the contract. The above notice is to be given during working hours, exclusive of Saturday Sunday or holidays for the purpose of permitting the Engineer to make necessary assignments of his representative or inspector on the work. 1 Any work performed in conflict with said notice without the presence or approval of the inspector, or work covered up without notice, approval or consent may be rejected or ordered to be uncovered for examination at Contractor's expense, and shall be removed at Contractor's expense, if so ordered by the 1 Engineer or inspector on the work. Any unauthorized or defective work, defective material or workmanship or any unfaithful or imperfect work that may be discovered before the final payment or final acceptance of work or exoneration of bonds shall be corrected immediately without extra charge even though it may have been overlooked in previous inspections and estimates or may have been caused due to failure to inspect the work. All authorized alterations affecting the requirements and information given on the approved plans ' shall be in writing.No changes shall be made on any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer in writing. Deviations from the approved plans, as may be required by the exigencies of constructions will be determined in all cases by the Engineer and authorized in writing. All instructions, rulings and decisions of the Engineer shall be in writing and shall be final and binding on all parties unless formal protest is made in writing, as provided in the following paragraph, and as provided in Section 1670 of the Civil Code. If the Contractor considers any work demanded of him to be outside the requirements of the contract, or if he considers any instruction, ruling or decision of the Inspector or Engineer to be unfair, he ' shall within 10 days after any such demand is made, or instruction, ruling or decision is given, file a written protest with the Engineer stating clearly and in detail his objections and reasons therefore. Except for such protests and objections as are made of record, in the manner and within the time above stated, the Contractor shall be deemed to have waived and does hereby waive all claims for extra work, damages and ' extensions of time on account of demands, instructions, rulings and decisions of the Engineer Upon receipt of any such protest from the Contractor the Engineer shall review the demand, instruction, ruling or decision objected to and shall promptly advise the Contractor in writing, of his final CMSD Project No 171 Standard Specifications—4 of 8 ' decision, which shall be binding on all parties, unless with the 10 days thereafter the Contractor shall file with the Board of Directors a formal protest against said decision of the Engineer The Board of Directors shall consider and render a final decision on any such protest within 30 days of receipt of same. 3-1 1 CHANGES REQUESTED 13Y THE CONTRACTOR. GENERAL Engineer shall be the duly authorized officer to grant the changes prescribed in this section. ' 3-3.1 EXTRA WORK. GENERAL The extra work as defined in this section of Standard Specifications and any work done beyond the lines and grades shown on the plans shall only be performed when ordered in writing by the Engineer In absence of such written order any such work shall be considered unauthorized and will not be paid for Work so done may be ordered removed at the Contractor's expense. 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ' Prior to the commencement of construction, arrangements will be made for a meeting between the Contractor and the Engineer The purpose of this meeting is to coordinate the activities of the Contractor within the limits of this contract, review scheduling, discuss construction methods and clarify inspection procedures. The Contractor will be required to submit for approval by the Engineer,a complete ' schedule showing the number of working days required to complete the project. 6-6.2 EXTENSIONS OF TIME ' In the event the work called for under the contract is not finished and completed in all pans and requirements within the time specified, the Board of Directors shall have the right to increase the number of working days for completion or not, as may seem best to serve the interest of the District. ' Except for the delays beyond Contractor's control as described in Sections 5-5 and 6-6.1 the District shall have the right to charge the Contractor, his heirs, assigns, or sureties and to deduct from the final payment for the work, all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendent and other overhead expenses which are directly chargeable to the Contractor ' and which accrued during the period of such extensions except that the cost of the final services and preparation of the final estimates shall not be included in such charges. ' In addition to the above charges, Contractor shall pay to the District liquidated damages as specified in Section 6-9 for such delays. No extension of time for the completion of the work called for under the contract shall be allowed unless at least 20 days prior the the time fixed for the completion thereof, or the time fixed by the Board of Directors or its designee for such completion as extended, Contractor shall have filed application for extension thereof, in writing, with the Engineer addressed to the Board of Directors or its designee. In this connection it is understood that the Engineer shall not transmit any such request to the Board or its designee if not filed within the time herein prescribed. 7 2 LABOR The Contractor shall comply with the provisions of Section 1770 to 1780, inclusive, of the California Labor Code, the prevailing rate and scale of wages determined by the Director of the Department of Industrial Relations, State of California, which are filed with the Assistant Secretary of said District, and shall forfeit penalties prescribed therefore for noncompliance of said Code. Travel and subsistence payments shall be paid in accordance with Labor Code 1773.8 as defined in applicable collective bargaining agreements. ' In order to verify the compliance of said code, Contractor may be required by the District, from time to time, to furnish weekly for the duration of the contract period, copies of his payroll statements showing wages paid each employee during the preceding week and the employee work classification to CMSD Project No. 171 1 Standard Specifications—5 of 8 1 the Engineer for checking. Using Form DFI-H-347 Payroll Statement of Compliance is an acceptable method of fulfilling the above requirement. APPRENTICES Attention is directed to the provisions in Section 1777 5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any Subcontractor under him.The Contractor and any Subcontractors under him shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, Ex-Officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of'Apprenticeship Standards and its branch offices. 7 3 LIABILITY INSURANCE The Contractor shall not commence work under his contract until he has obtained all insurance required under this heading in a company acceptable to the District, nor shall the Contractor allow any 1 Subcontractor to commence work on his sub-contract until all insurance required of the Subcontractor has been obtained. The Contractor shall take out and maintain at all times during the life of the contract the following policies of insurance. ' a. Workman's compensation insurance to cover his employees as required by the Labor Code of the State of California, and the Contractor shall require all subcontractors similarly to provide such compensation insurance for all of the latter's employees. ' b. Public liability and property damage insurance on account of bodily injuries, including death resulting therefrom in the sum of $5,000,000. combined, single limit for any one accident which may arise from the operations of the Contractor in performing the work provided for ' herein. ' Each of the policies of insurance provided for shall contain a clause substantially in the following words: It is hereby understood and agreed that this policy may not be cancelled nor the amount of coverage thereof be reduced until ten days after receipt by the Engineer of a written notice of such cancellation or reduction in coverage, as evidenced by receipt of a registered letter The insurance required to be provided herein shall be provided by a domestic carrier authorized to, and doing business in, the State of California and rated A+ XI by Best Key Rating Guides—Property- Casualty and admitted for coverage in the State of California Insurance Guarantee Fund. The Contractor shall, at the time of the execution of the contract, present the original policies of insurance required herein, or present a certificate of insurance showing the issuance of such insurance. Contractor shall also provide an endorsement naming the District as an additional insured. 75 PERMITS Except as otherwise specified in the Special Provisions, the Contractor shall procure all permits and licenses, pay all charges, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. These permits and licenses shall be obtained in sufficient time to prevent delays to the work. In the event that the agency has obtained permits, licenses or other authorization, applicable to the work, the Contractor shall comply with the provisions of said permits, licenses and other authorizations. In the case the agency does procure any permits, it is understood that the agency is acting as an authorized agent for the contractor, and that the Contractor shall be solely responsible for all work performed under the permit. CMSD Project No. 171 Standard Specifications—6 of 8 1 7-6 THE CONTRACTOR'S REPRESENTATIVE Contractor shall also file with the Engineer the addresses and telephone numbers where he or his ' designated representative may be reached during hours when the work is not in progress. instructions and information given by the Engineer to the Contractor's authorized representative or at the address or telephone numbers filed in accordance with this section shall be considered as having ' been given to the Contractor 7-8.1 CLEANUP AND DUST CONTROL ' All surplus materials shall be removed from the site of the work daily after completion of the work causing the surplus materials. ' Unless the construction dictates otherwise, and unless otherwise approved by the Engineer, Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day to keep paved areas acceptably clean whenever construction, including restoration, is ' incomplete. Failure of the Contractor to comply with the Engineer's dust control orders may result in an order to suspend work until the condition is corrected; and after filing notice to the Contractor, the Engineer may order this accomplished by others. All costs thus incurred shall be deducted from the amount to be ' paid to the Contractor No additional compensation will be allowed as a result of such suspension. No separate payment will be made for any work performed, of material used, to control dust resulting from the Contractor's performance on the work, or by public traffic, either inside or outside the right of way Full compensations for such dust control will be considered as included in the prices paid ' for the various items or work involved. 7-8.5 TEMPORARY LIGHT POWER AND WATER ' The Contractor shall provide for his employees and adequate supply of clean potable drinking water, which shall be dispensed through approved sanitary facilities. 7 10 PUBLIC CONVENIENCE AND SAFETY The Contractor shall abide by the following publications which arc hereby made a part of these specifications: a. The Work Area Traffic Control Handbook(WATCH). 1 b. The Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon Highways. ' c. State Labor Code Sections 6704, 6706 and 6707 d. The Construction Safety Orders(CAL/OSHA). 1 e. The General Industry Safety Orders (CAL/OSHA). f. Standard Specifications for Public Works Construction(The Green Book) 1 7 13 LAWS '1'0 BE OBSERVED The Contractor shall protect and indemnify the District, the Board of Directors, the Engineer and 1 all of its or their officers, agents and servants against any claim or liability arising from or based on the violation of any existing or future State, Federal and Local laws, ordinances. regulations, orders or decrees, whether by himself or his employees. If any discrepancy or inconsistency is discovered in the 1 CMSD Project No. 171 1 Standard Specifications—7 of 8 ' plans, drawings, specifications or contract for the work in relation to any such law ordinance, regulation, order or decree,the Contractor shall forthwith report the same to the Engineer in writing. 9-3 1 PAYMENT GENERAL Contractor is reminded that the unit and lump sum prices shown in the proposal shall be full compensation for the items of work described in the proposal including all incidental, appurtenant, or ' related work and materials, whether or not mentioned or specified, required to deliver the final product shown on the plans. Contractor shall have examined the contract documents and site and shall include in his bid furnishing all materials, labor, equipment, tools, incidental, appurtenant, or related work to complete the job in order that no separate work or compensation is needed to complete the work. ' 9-3.2 PARTIAL AND FINAL PAYMENT The lead time for processing invoices for the monthly progress payment approved by the Engineer for inclusion on the warrant list of the District is governed by the rules and regulations established by the Board of Directors. Invoices for monthly payments shall be submitted to the Engineer no later than the 25th of each month. After completion of the contract, the Board shall, upon recommendation of the Engineer, accept the work as complete and authorize the final payment. The amount retained and deducted by the District shall be S% of the progress estimates for all progress payments. The final payment of the retention amount to the Contractor shall be made 35 days from the date of the recording of the Notice of Completion of the work after it is accepted by the Board of iDirectors and shall be made on duly certified voucher therefore. It is mutually agreed among the parties to the contract that no certificate given or payment made under the contract, except the final certificate of final payment, shall be conclusive evidence of full or ' substantial performance of this contract; and no payment shall be construed to be an acceptance of any defective work or improper material. ' The acceptance of final payment by the Contractor shall release the District, the Board of Directors and the Engineer from any and all claims or liabilities on account of work performed by the Contractor under the contract or any alterations thereof. 9-3.3 DELIVERED MATERIALS Materials delivered, but not in place, will not be classified as work done,except as otherwise provided in these specifications. I r 1 CMSD Project No. 171 Standard Specifications—8 of 8 SPECIAL PROVISIONS IRVINE FORCE MAIN REHABILITATION ' Project No 171 ' SECTION 1. GENERAL SPECIFICATIONS All construction including materials, testing, and installation shall conform to the following specifications: I I Costa Mesa Sanitary District `Standard Plans and Specifications for the Construction of Sanitary Sewers' as last revised. 1.2 Standard Specifications for Public Works Construction (SSPWC) latest edition, also referred to I as the `Greenbook 1.3 American Society of Test and Materials(ASTM) latest edition. SECTION 2. HIGII DENSITY POLYE'T'HYLENE (HDPE) ' 2.1 Contractor shall furnish and install complete sewer pipe to the limits shown on the Plans including appurtenant connections in conformance with manufacturer's installation requirements and compliance with applicable construction safety codes and standards. ' 2.2 Acceptable manufacturers include: JMM Manufacture or approved equal. 2.3 High Density Polyethylene (I-IDPE) pipe and fittings shall be constructed to the following ' specifications: Size Type DR Standard(if applicable) 4'-63' IPS/DIPS 7-41 ASTM F714, AWWA 906, NSF SECTION 3. LINER PIPE(CURED-IN-PLACE PIPE) 3.1. GENERAL ' A. Description 1 The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. ' The liner pipe shall be cured-in-place-pipe (CIPP) per these specifications. The work includes but is not limited to, cleaning, repairing, lining, lateral connections, pre and post-CCTV and testing. B. System Description ' I Design Requirements: Design newly installed liner for minimum 50-year continuous loading condition. ' 2. Structural Requirements. The CIPP shall be designed as per ASTM F1216, Appendix X1.3 based on said condition specified for Fully Deteriorated Pressure Pipe Condition. Submitted detailed calculations shall provide the input data as well as the actual calculations. ' The design submittal shall also clearly identify the physical properties used for design. CMSD Project No. 171 Special Provisions— 1 of 12 1 1 3 The design of the CIPP shall be based on the following parameters: Inside Diameter of host pipe 14 inches nominal, Ductile Iron Pipe ' Internal Design Pressure 80 psi Normal Internal Operating Temperature (Design) 70 °F ' Maximum Internal Temperature 80 °F Soil Depth (above top of pipe) 8 feet 1 Type of Live Load, if applicable 1120 Soil Density 112 pounds per cubic foot For the external load design in Appendix X.1 of ASTM F1216, the long-term (time 1 corrected) flexural modulus of elasticity shall be determined by multiplying the design initial flexural modulus of elasticity by a creep retention factor(CL). At a minimum, a creep retention factor of 50% shall be applied. ' The external load design shall be based on an enhancement factor(K) of 7.0, an ovality(q) of 0% a Poisson s (v) ratio of 0.30 and a factor of safety of 2.0. -For the internal pressure design in Appendix X.1 of ASTM F 1 216, the design shall be based ' on factor of safety of 2.0 and a long-term tensile strength (or tensile load capacity per layer) equal to 25% of the design initial tensile. 4 The physical properties used in the design submittal shall be clearly identified. These 1 physical properties shall be the basis for the acceptance of the final product At a minimum, the CIPP shall have the following physical properties. PROPERTY ASTM TEST METHOD(S) MINIMUM VALUE* 1 Initial Flexural Modulus of Elasticity Inversion (ASTM F1216) D790 500,000 psi 1 Pull-In-Place (ASTM F2019) D790 725,000 psi Initial Flexural Strength D790 6,500 psi 1 Initial Tensile Strength D638 9,000 psi D3039/D3039M 9,000 psi 1 *Values are for design conditions @ 75°F (25°C) 5 Hydraulic Capacity 1 Overall, the hydraulic profile shall be maintained as large as possible. Manning `n value used for host pipe shall be 0 015, and rehabilitated line shall be 0.013 1 The Contractor shall measure the inside diameter of the existing pipe in the field so that the liner can he lined in a tight fitted condition. 6. Performance Requirements 1 -Proposed liner material shall be inert to attack by domestic sewage and suitable for use in underground sewer environment. -Liner material shall be manufactured in such manner as to result in tight-fitting liner after installation. There shall be no measurable continuous annular space between outside diameter of new liner and existing host pipe. 1 CMSD Project No. 171 Special Provisions—2 of 12 1 ' C. Reference Specifications,Codes and Standards 1 Standard Specifications: ' a. SSPWC Section 500 Pipeline System Rehabilitation. b. SSPWC Section 500-1 4 Cured-ln- Place Pipc Liner(CIPP). 2. Commercial Standards ASTM D543 Resistance of Plastics to Chemical Reagents ASTM D638 Tensile Properties of Plastic ASTM D790 Test Methods for Flexoral Properties of Un-reinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D2990 Tensile, Compressive and Flexoral Creep and Creep-Rapture of Plastics ASTM D5811 Cured-in-Place Thermosetting Resin Sewer Pipe ' ASTM FI216 Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube ASTM F1743 Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of ' Cured-in-Place Thermosetting Resin Pipe (CIPP) ASTM F2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place ' Thermosetting Resin Pipe (CIPP) D. Qualification Requirements ' Products and Installers seeking approval must meet all of the following criteria to be deemed Commercially Acceptable: For a Product to be considered Commercially Proven,a minimum of 100,000 linear feet or 4,000 manhole-to-manhole line sections of successful wastewater collection system installations in the U.S. must be documented to the satisfaction of the District to assure commercial viability For an Installer to be considered as Commercially Proven, the Installer must satisfy all insurance, financial,and bonding requirements of the District,and must have had at least three years of active experience in the commercial installation of the product bid. In addition, the Installer must have successfully installed at least 25,000 feet of the product bid in wastewater collection systems. Acceptable documentation of these minimum installations must be submitted to the District. ' Sewer rehabilitation products submitted for approval must provide Third Party Test Results supporting the long term performance and structural strength of the product and such data shall be satisfactory to the District. Test samples shall be prepared so as to simulate installation methods and ' trauma of the product. No product will be approved without independent third party testing verification. Both the rehabilitation manufacturing and installation processes shall operate under a quality ' management system which is third-party certified to ISO 9000 or other internationally recognized organization standards. Proof of certification shall be required for approval. I CMSD Project No. 171 Special Provisions—3 of 12 E Contractor Submittals I After Contract Award: Submit the following submittals to the District for approval prior to performing the work: ' a. CIPP pipe thickness calculations. b. Flexural Modulus of Elasticity test data, Flexural Strength testing and chemical resistance testing ' (3rd party). c. Long term creep testing (3rd party). d. Field samples of past performance testing from 5 prior installations using the same CIPP Liner proposed herein (3rd party). The test results submitted shall verify that the physical properties specified have been achieved in prior field applications as tested per ASTM D790. 1 c. Subcontractors/Contractors license or certification by the manufacturer/Owner of the process or materials. Manufacturer letter summarizing `Greenbook review team inspection. f Installation procedures for CIPP lining of the sewer g. Sewage bypass plan. h. Procedures and equipment for television inspection. ' i. Procedures and equipment for cleaning, grinding and removal of solids, protrusions or other materials. j. Procedures and equipment for sewer flushing and pumping of excess water and debris from host ' pipe. k. Procedures, equipment and materials for patching and scaling of host pipe, if necessary for CWP Liner ' I. Procedures, materials and equipment for repair or replacement of liner if the CIPP fails to meet the field test. ' F Removal and Restoration of Existing Improvements and Landscaping 1 Existing improvements, removed or damaged, shall be replaced, repaired or reconstructed in accordance with the applicable provisions of these specifications and permits from other agencies. G. Cleaning and Preliminary Inspection 1 Pipeline cleaning shall he performed prior to CCTV inspection and rehabilitation, in accordance ' with SSPWC 500-1 1 4 2. The Contractor shall be responsible to perform cleaning of the existing pipes to the satisfaction of the District prior to installing lines. II. 'Television Inspection I Closed circuit television (CCTV) inspection will be required prior to rehabilitation to document ' the condition of the host pipeline, and to verify that it was cleaned, in accordance with S SPWC 500-1 1.5 2. Ike-lining CCTV inspection shall be performed utilizing a rotating lens video camera system. 3. Post-lining video shall be video inspected with a rotating head camera. 4 The pre-lining and post-lining video will be performed while the line are plugged or bypassed. The line shall be dry 5 To minimize downtime at least one spare color CCTV camera shall be on the TV truck. A spare video monitor and video tape recorder shall he mounted and connected inside the TV truck. CMSD Project No. 171 Special Provisions-4 of 12 I. Warranty I Provide a warranty to he in force and effect for a period of 5 years from the date of final acceptance. The warranty shall causc the Contractor to repair or replace the liner should failure result from faulty materials or installation. 3. 2. MATERIALS ' A. Cured-In-Place Pipe Liner 1 General a. The intent of the work under this section involves the trenchless rehabilitation of existing sewer pipelines. This seamless,jointless, solid wall lining shall rebuild strength and substantially reduce possible infiltration, exfiltration, or root intrusion by providing a tight molded fit to the inside wall of the host pipe. The liner materials shall mold into the joints and over offsets to lock the liner into place and resist tracking of roots and water that could cause infiltration or ' exfiltration. The liner materials shall be chemical resistant to protect the host pipe against future deterioration of the pipeline and or joint materials due to the sewer environment. The wall of the interior pipe surface of CIPP shall be a light reflective color so that a clear detailed examination with CCTV equipment can be made. b. SEWER REHABILITATION SHALL CONFORM TO SECTION 500 OF THE LATEST EDITION OF APWA STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION `GREENBOOK AND ITS SUPPLEMENTS EXCEPT AS MODIFIED ' HEREIN. c. The Contractor shall select one of the following CIPP solid wall, seamless,jointless, tight molded fitting liner systems listed below for the rehabilitation of existing sewer ' 1) Cured-in-Place Pipe Liner(CIPP Liner). Shall comply with Subsection 500-1-4 Type A of the Standard Specifications for Public Works Construction (inversion process in compliance with ASTM F 1216). 2) Cured-in-Place Pipe Liner(CIPP Liner). Shall comply with Subsection 500-1-4 Type 'B' of the Standard Specifications for Public Works Construction (pull-in-process in compliance with ASTM F 1743 for installation using heated-water cure). CIPP Liner shall be `Insituform as manufactured by Insituform Technologies, Inc. Sancon CIPP or approved equal. ' d. The CIPP linear shall use an approved epoxy or epoxy-vinyl ester-resin-impregnated flexible fabric tube. The tube is installed by an inversion method using a hydrostatic head or by pulling it through an existing pipe and inflating by inverting a membrane using a hydrostatic head. ' e. The Contractor shall field verify the pipe diameter and lengths prior to ordering liner materials. The Contractor shall notify the District of any discrepancies between information obtained in the field and existing plans. ' L Installation of the sewer lining shall be performed by a Contractor/Subcontractor licensed or certified by the manufacturer/owner of the process or materials. Manufacturing of the sewer lining materials shall be performed only at manufacturing plants inspected and evaluated by the ' 'Greenbook review team. A letter from the manufacturer shall be submitted stating the location of the plants that have been inspected and date of the inspection. 2. Minimum pipe liner wall thickness: ' The thickness of the CIPP shall be determined per ASTM F 1216-98, Appendix XI with the assumption that the existing sewer pipe is fully deteriorated. The minimum finished liner CMSD Project No. 171 Special Provisions—5 of 12 waterway thickness shall be determined (based on the minimum physical properties per Table 1 of ASTM F 1216-98 CIPP initial structural properties). The structural design calculations shall be signed by a California Registered Civil Engineer and ' shall show all the assumptions made based on the project plans and the site conditions. The safety factor for external loads shall be 2. The ovality shall be 2%. If the pipe liner process requires a thicker DR for the site, or existing pipeline condition designed with a 2 to I safety factor the Contractor shall provide the thicker pipe required. CIPP designs shall use sufficient extra resin to compensate for resin migration/seal factor to fill ' joints, cracked or deteriorated pipelines unless a higher% is required by the manufacturer or host pipe condition to maintain the minimum wall thickness required for the project. 3. All curing water shall be discharged to a sanitary sewer The curing water must be cooled ' and tested to verify meeting the District s standards before releasing the flow All costs for testing shall be included in the Contractor s bid. 4. The side of the liner exposed to the sewer flow after inversion is completed shall have a ' layer of polyurethane/elastomeric coating bonded to it, with a minimum thickness of 0.01-inch and shall he pinhole free. All scams and patches in the polyurethane/elastomeric coating shall be inspected under a black light or thermal imaging device to assure a good bond. ' 5 The factory test results for each size of liner to be installed shall be submitted to the District before installation. 6. The felt tube shall be continuous and of sufficient length to extend the entire reach (from ' entry to end or exit point) to be rehabilitated. No joints or laps will be permitted in the finished pipe between manholes. 7 The factory test results for each batch of resin shall be submitted to the District before each ' installation. 8. The Contractor shall supply an infrared spectrum analysis test kit for each inversion or ' recommend an alternative method of testing the actual resin with what was proposed. A sample shall be taken from the excess resin being used at the site at the time of each installation. These samples shall be marked and submitted to the District. The samples shall be submitted to an independent laboratory to verify that the resin is a vinyl ester of the type that has passed the GREENBOOK chemical resistance test. The Contractor shall pay for this testing and the price shall be included in the Contractor's bid. ' 9 The physical properties of the installed CIPP liner shall be verified through field sampling and laboratory testing as approved by the District. The samples shall be submitted to an independent or factory testing laboratory and tested in accordance with ASTM F1216, paragraph B, Inspection Practices and ASTM D5813, paragraph B, Test Methods, applicable to gravity pipe. All costs for testing shall be paid for by the Contractor and included in the bid price. Test results are due within 30 calendar days from the date the samples were taken. The Contractor shall be responsible for repairing non-compliant pipe liner in accordance with section 500-1 4.8 of the ' SSPWC.The District will not grant a time extension for this repair. 10. The CIPP liner system furnished shall include an epoxy or epoxy vinyl ester resin and shall conform to the chemical resistance test requirement of 210-2.3 ' I 1 A sample of the Infra-Red Spectrograph fingerprint for this resin shall be submitted to the District with the submittal package. 12. Cured-In-Place Liner should be: Capable of carrying resin, and withstanding installation pressures and curing temperatures. Able to stretch to fit irregular pipe sections and negotiate bends. ' 13 Resins shall be epoxy resin and hardener system that is compatible with the liner material CMSD Project No. 171 Special Provisions—6 of 12 1 and installation process. 14 Outside layer of tube should be plastic-coated with material compatible with resin system used. ' 15 Finished and Cured Liner Properties The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occur during testing of field samples, new samples will be cut from the work. Any reoccurrence may cause ' rejection of the work. 16. The finished cured-in-place pipe liner shall fit tightly and neatly against the existing pipe walls. 17 Pre-Liner Material: If used, pre-liner shall be manufactured from material capable of withstanding temperatures and pressures encountered during installation. 3.3. EXECUTION ' A. Workmanship Workmanship shall be of the highest level compatible with current commercial practice. The liner shall be homogeneous throughout and free of visible cracks, holes, foreign ' inclusions, or other injurious defects. It shall be uniform in color opacity density and other physical properties. 2. The manufacturer shall have adequate equipment and quality control facilities to consistently provide a finished product that will have the properties indicated herein. B. Handling and Installation ' 1 Pipe shall be stored on clean level ground to prevent undue scratching or gouging. Sections of pipe with deep cuts or gouges shall be removed and the ends of the pipe rejoined. The joined pipe shall be handled in such a manner so that the pipe is not ' damaged or dragged over sharp or cutting objects. 2. The Contractor shall provide sufficient field supervision by the liner manufacturer's representative. The manufacturer's representative shall be present as required during ' 3. joining and installing of the liner The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated felt tube liner shall be vacuum impregnated prior to ' installation. The Contractor shall allow the District to inspect all materials and procedures. 4 Bypass pumps sized to adequately handle the flow and hoses shall be set up for every ' run. The bypass shall be set up and run prior to the pre-lining CCTV video and continued throughout the entire lining process, lateral cutting, and not shut down until after the post- lining CCTV video is completed. C. Line Obstructions The Contractor shall clean the line of obstructions such as solids that will prevent the insertion of CIPP Obstructions that cannot be removed by a routine cleaning shall be removed from within the pipe by means of a mechanized remote control tool. The obstruction shall be removed such that no more than 0.5 inches protrudes into the pipe. CMSD Project No. 171 Special Provisions—7 of 12 1 ' If pre-installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the installation process, that was not evident on the pre-bid video and it cannot be removed by conventional equipment, then the Contractor shall ' make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner s representative prior to the commencement of the work and shall be considered as a separate pay item. ' U. CIPP Installation The CIPP shall be installed in accordance with ASTM F1216 or ASTM F1743 SSPWC 500-I 4.5, and the Contractor s recommendations as approved by the District. 1 2. The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage, stretching during installation and loss of resin through cracks and irregularities in the host pipe. The ' calculations for the quantity of resin required shall be submitted and approved by the District prior to wetting out the liner A roller system shall be used to uniformly distribute the resin throughout the tube. The gap in the rollers shall be verified every 50 feet. 3 The Contractor shall use either an end-stop or holdback mechanism or other approved means to prevent the felt tube from extending into conduits, which are not to be ' rehabilitated. 4 The CIPP shall be cured according to SSPWC 500-I 4.6. 1 5 The heat source shall be fitted with monitors to gauge the temperature of the incoming and outgoing water or steam supply Another such gauge shall be placed between the impregnated liner and the existing pipe invert at the remote maintenance hole to ' determine the temperature during cure. 6. The time required to cure is a function of the pipeline section diameter and length and shall be determined by the Contractor in accordance with the CIPP resin manufacturer's ' instructions. The Contractor shall be responsible for determining when curing has been accomplished to meet the specified properties. Care shall be taken during the elevated curing temperatures so as not to over stress the fiber felt liner ' 7 The cured liner shall have a smooth finish inside. Any roughness over 5% of the ID not to exceed 1/2 inch that may affect the hydraulic conditions shall be removed by sanding or trimming the 'fins' or folds. ' 8. After installation the ends of the liner shall be cut off. The cuts shall be smooth and parallel with the wall. The finished liner shall not protrude over 2 inches. Due to the anticipated high groundwater elevation, end seals consisting of hydrophilic rubberized ' seals with epoxy top cover shall be installed at the upstream and downstream ends of each reach. ' E.Air Pressure Testing This section provides procedures for pressure testing of CIPP used in the renovation of ' pressure pipelines. Test Procedure. 1 The CIPP shall be cooled down to the original ambient ground temperature, which existed before CIPP installation, prior to proceeding with the pressure test. CMSD Project No. 171 Special Provisions—8 of 12 I I 2. The test section shall be subjected to a hydrostatic pressure of 1.5 times the liner design pressure. I 3 The pressure test shall be conducted after placement of all appurtenances such as end seals, reinstatements of side connections, corporation stops, etc. To avoid the testing of other associated piping, the side connections, corporation stops. etc. shall be capped or otherwise isolated. When sections of rehabilitated piping arc reconnected with new spool Ipieces, ensure that all flange connections are watertight during the pressure test. 4 The pipe section to be tested shall be isolated with blind flanges or other Iappropriate method rated for the required test pressure. 5 The ends, termination points, elbows, etc. that are removed shall be properly braced, blocked and supported for the duration of the test. The test pressure shall not Iexceed the safe pressure on such fittings. 6. The test shall be at least one hour in duration. I7 Once the CIPP is filled, the specified test pressure, based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test gauge, shall be applied by means of a pump connected to the pipe in a manner I satisfactory to the District. The test pressure shall be applied in steps, in 10 psi intervals, until the test pressure is reached. The pressure shall be held at the intermediate step(s) for a minimum of 5 minutes. IF Quality Assurance. 1 Work performed under this Section shall conform to the Specifications and shall I comply with all standards, rules and regulations, laws and ordinances of the District and all other authorities having jurisdiction, as amended. That which is necessary to make the work comply with the above requirements shall be provided without I additional cost to the District. 2. Comply with these specifications and specific product manufacturer's recommendations. Conflict between product manufacturer s recommendations and I any portion of Contract documents shall be resolved with District prior to proceeding with Work. I 3 Correction of failed liner or liner pipe deemed unacceptable; as a result of the post video inspection and/or test reports for structural values, thickness, chemical resistance, etc. shall always be the responsibility of the Contractor at no extra cost to the District. Method of correction/repair shall be approved by the District with prior I field demonstration, if required. It shall be understood that minimum criteria of the specification shall not be lowered to compromise with lower than the required test values, unless approved in writing IG. Warranty Period Inspection During the 11th month alter final acceptance the Contractor shall schedule a meeting and I inspection of the work. The Contractor shall perform a CCTV inspection in conformance with this section. Any defects found during the inspections shall be repaired and/or replaced at the Contractor's expense, in a manner approved by the Owner For this work, the Contractor will not ' be required to install a temporary bypass system. The District will coordinate with SOCWA to temporarily take the Outfall out of service to perform the CCTV inspection. The I Pk month inspection does not relieve the Contactor of the warranty requirements specified in Part I Section H; the 5-year warranty period shall remain in effect. I CMSD Project No. 171 Special Provisions—9 of 12 I 1 ' SECTION 4. SLIPLINING WITH H.D.P.E. PIPE 4.1. Reference Specifications,Codes and Standards 4 1 1 Standard Specifications. a. SSPWC Section 500 Pipeline System Rehabilitation. b. SSPWC Section 500-1 3 HDPE Solid-Wall Liner. 1 4.1.2. Commercial Standards -ASTM F 585 Practice for Insertion of Flexible Polyethylene Pipe into Existing Sewers -ASTM F714, Specification for Polyethylene(PE)plastic pipe(SDRPR)Based on Outside 1 Diameter -ASTM F 1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air PPI Handbook of Polyethylene Pipe 1 4.2. Description: 4.2.01 The work shall consist of furnishing and installing High Density Polyethylene (H.D.P.E.) Pressure 1 Pipe with premium PE4710 resin and Fittings in accordance with this specification and in conformance with the lines, grades and sections shown on the plans or as established by the District Engineer The polyethylene material dimensions and performance properties of solid wall polyethylene pipe shall be in accordance with ASTM D 3035 or ASTM F 714 The polyethylene material used to manufacture the pipe and fittings shall be high density polyethylene compounds which meet or exceed the cell classification PE 445574C/E in accordance with ASTM 3350. Polyethylene pipe made from resins with a minimum cell classification of PE 445474 C should be used. 4.2.2 The polyethylene material dimensions and performance requirements for polyethylene fittings shall ' be in accordance with ASTM D 3261 for molded fittings or ASTM F 2206 for fabricated fittings or ASTM F1055 for electrofusion fittings. 1 4.3. Rejection Any PE piping materials may be rejected for failure to meet any of the requirements of the specification. 1 4.4. Installation Procedures The following installation procedures shall be observed unless otherwise specified by the District Engineer- 1 4 4.1 Cleaning and Preliminary Inspection 1 Pipeline cleaning shall be performed prior to CCTV inspection and rehabilitation, in accordance with SSPWC 500-1 1 4 ' 2. The Contractor shall he responsible to perform cleaning of the existing pipes to the satisfaction of the District prior to installing lines. 4.4.2 Television Inspection 1 1 Closed circuit television (CCTV) inspection will be required prior to rehabilitation to document the condition of the host pipeline, and to verify that it was cleaned, in accordance with SSPWC 500-1 1.5 1 2. Pre-lining CCTV inspection shall be performed utilizing a rotating lens video camera system. 3 Post-lining video shall be video inspected with a rotating head camera. 4 The pre-lining and post-lining video will be performed while the line are plugged or bypassed. The line shall be dry 1 5 To minimize downtime at least one spare color CCTV camera shall be on the TV truck. A spare video monitor and video tape recorder shall be mounted and connected inside the TN, truck. 1 CMSD Project No. 171 Special Provisions— 10 of 12 1 4 4.3 Bypass Piping: The Contractor shall be responsible for bypass existing flow The pump and bypass lines shall be adequate capacity and size to handle the flow The contractor shall be responsible for any leakage during the operation of the bypass. 4 4 4 At the end of each working day temporary tie-in shall be made between the relined section and the existing system. 4 4 5 Line Obstructions: It is the responsibility of the Contractor to clear the line of obstructions, solids, or broken pipe that would prevent insertion or damage the liner during insertion. Excavations to remove obstructions shall be approved by the District Engineer prior to the commencement of work. ' 4 4.6 Excavation: Insertion pits shall be at locations shown on the drawings. If additional insertion pits are required, the District Engineer shall approve the insertion pits and their locations prior to starting this work. The insertion pit size shall be no larger than is necessary 4 4 7 The pit shall be sloped as required by the manufacturer or supplier The sides of the pit must be ' supported and conform to OSHA requirements.The pit shall be wide enough to install the liner without damage. 4 4.8 Ground water pumping or well pointing shall be the responsibility of the Contractor 4 4.9 After insertion of the liner,the trench surrounding the liner pipe or surrounding the liner pipe and the top of the old pipe shall be filled with suitable properly compacted material. Backfill shall be compacted as noted on the plans. ' 4 4 10 Joining of HDPE Liner Pipe. Solid wall I-IDPE pipe shall be joined in accordance with ASTM F 2620. All butt fusion welds shall be made by trained personnel. Butt fusion equipment shall be inspected prior to arrival at the job site. The equipment inspection form shall be available to the District Engineer ' The District Engineer can require on site training of the operator Equipment not in satisfactory condition will not be allowed to fuse the pipe. 4 4 11 Insertion of the Fused Liner The polyethylene liner can be installed by pulling or pushing or a ' combination thereof. During insertion,precautions shall be taken to protect the liner pipe from scratches and gouges. The liner shall be protected from ragged edges of the broken sewer pipe. The liner pipe shall be allowed to relax and come to thermal equilibrium before sealing the annular ' space between the liner and the existing sewer pipe. 4.5 Backfill: 4.5 1 At all points where the liner pipe has been exposed (such as the insertion pit, at a service ' connection, or other points to remove obstructions),the polyethylene pipe and fittings shall be encased in cement-stabilized sand or other material as specified by the District Engineer The purpose of this encasement material is to support the liner and prevent deflection. 4.5.2 When encasement material is used,debris and soil shall be removed along each side of the existing pipe or the liner down to the spring line. 4.5.3 After the encasement materials is in place and accepted by the District Engineer backfill shall be ' placed and compacted as required. 4.6 Final Acceptance: 4.6.1 After installation of the liner the Contractor shall,at the option of the District Engineer, either TV inspect the sewer line or conduct a low pressure test on the liner 4.7 Cleanup: 4.7 1 After the installation work has been completed and all testing found acceptable, the Contractor shall clean up the entire project area and return the ground cover to grade. All excess material and debris not incorporated into the permanent installation shall be disposed of by the Contractor Sidewalks, driveways, and street surfaces shall be recovered. SECTION 5. WARRANTY AND SHOP DRAWINGS CMSD Project No. 171 Special Provisions— 11 of 12 The Contractor shall guarantee all materials to be new and all materials and workmanship to be free from defects for a period of one year from the date of written acceptance of the completed work by the Board of Directors of the Costa Mesa Sanitary District. The Contractor shall provide three (3) copies of shop drawings including catalog data, installation instructions,and certificates of compliance prior to purchasing or installing any materials. 1 1 1 t 1 t 1 CMSD Project No 171 Special Provisions— 12 of 12 1 1 GEO -ETKA, INC Established 1965 Soil Engineering Geology and Environmental Engineering '.. it "•� Material Testing and Inspections I es- 739 N.Main Street,Orange,CA 92868 Phone(714)771-6911 Fax(714)771-1278 Email:geoetka®anlcmn ' FOUNDATION SOILS EXPLORATION AND PAVEMENT DESIGN RECOMMENDATION i 1 AT Project # 171 Mesa Drive, between Elden Avenue and Riverside Drive Costa Mesa, California FOR i ■ Costa Mesa Sanitary District (CMSD) ■ 628 West 19th Street Costa Mesa, California 92627 iDate October 17 2011 Job No: FR-11221 11 I ' GEO-ETKA, INC. Job No. FR 11221-11 I ' TABLE OF CONTENTS DESCRIPTION PAGE NO Scope. 1 Proposed Construction 1 iSite Condition. 1 Soil Condition. 1 Exploration. 2 Laboratory Testing 2 Conclusions. 3 Suitability of the Project. 3 Strength Characteristics. 4 Expansion Potential. 4 Sand Equivalency Test Results. 4 Resistance 'R' Value. 4 Recommendations. 4 Bearing Values. 4 Earth Pressure. 4 ' Pavement Design 5 Excavation and Temporary Shoring 5 Demolition 6 Grading 6 ' I ' GEO-ETKA, INC. Job No. FR 11221-11 1 DESCRIPTION ' PLATES Plot Plan A Boring Logs "B-1 Through 'B-5' ' Shear Curve 'C' Consolidation Curves 'D-1 through 'D-3' Resistance 'R Value 'R' Typical Temporary Excavation Detail 'TTED' ' APPENDICES I Soil Classification and Sampler H Limitations I 1 I I ' IT ' GEO-ETKA, INC. Job No: FR-11221-11 ' Scope This report presents the results of our Foundation Soils Exploration and Pavement Design Recommendations of the site of the proposed replacement of sewer line located at Project #171 Mesa Drive between Elden Avenue and Riverside Drive, Newport Beach California. ' The physical location and approximate dimensions of the site are shown on the attached Plot Plan, Plate A This plans accuracy is as good as was submitted to our office for dimension of the property use plans by surveyors or civil engineers. An investigation was authorized to determine the existing soil conditions at the site and to provide data and specific recommendations relative to the installation of the new sewer line in accordance with our revised proposal dated 1 11 11 and agreement dated 1 14-11 ' Refer to Appendix II for an explanation of the limitations inherent in the field. Proposed Construction Proposed plans are to replace the existing force main rehabilitation sewer line with a new line as shown on Plate A The area disturbed by the construction phase will be repaved. ' This report is prepared for the client/owner the project engineers and the governing agencies. Use of its contents by third parties will be at their own risk. Chemical testing for detection of hydrocarbons or other potential contaminants is beyond the scope of this report. Environmental assessment is not a part of the work undertaken. 1 Site Condition ' The site of the existing sewer line has a level surface. It is located along the middle of the street in the eastern section and north of the curb in the western area. With reference to the site investigated, all 4 of the contiguous properties are at the same ' elevation as the subject area. Controlled drainage is provided for the thoroughfare. Soil Condition The on site soil is composed of layers of clayey sand supported by clayey sand sandy silt (siltstone and silty sand extending to the depth of the boring's 20 feet. Note that soil variations in soil type may occur between the borings. ' 1 I I ' GEO-ETKA, INC. Job No: FR 11221 11 ' Soil Condition (cont'd1 For a detailed soil classification refer to logs of the borings, Plates "B-1 through 'B-5' ! No ground water was noted; however some of the soils are moist and may need to be dried or substituted with drier imported sandy materials. ' Man-placed fill was encountered during the course of the field investigation. All fill found irrespective of depth or lateral extent must be removed and replaced as ' compacted soil. Exploration ' The subsurface was explored by drilling 5 borings, 6 inches in diameter to a depth of 20 feet below the existing ground surface. The borings were placed in strategic locations where the major structure is to be constructed in a manner to determine the subsurface conditions. Approximate locations of the borings are shown on the attached Plot Plan, Plate A All of the borings were logged by our soils technician. Samples of both undisturbed and disturbed soils encountered were obtained for laboratory testing and observation. Logs of the borings are shown on Plates 'B-1 through 'B-5' The soils are classified in accordance with the Unified Soil Classification System described on an attached Plate. This Plate also shows the type of sampler used in obtaining undisturbed samples. Laboratory Testing 1 The field moisture content and dry densities of the soils encountered were determined by performing tests on the undisturbed samples in accordance with ASTM Test Method D-2216-05 The results of these tests are shown on the Logs of Borings, Plates 'B-1 through 'B-5' Density and field moisture information is useful as indicators of the ' nature and quality of the material. Direct shear tests were performed on selected, undisturbed samples of the soils in order ' to determine the strengths and supporting capacities of the soils in accordance with ASTM Test Method D-3080-04 The method of performing these tests is to saturate the sample, to extrude the sample into the test apparatus, to apply the normal load, and ' than to allow sufficient time to elapse to dissipate any excess hydrostatic pressure. The sample is then subjected to a strain-controlled single plane shear test. The method of applying the normal and shearing load is such as to allow the sample to change in ' volume without producing an associated change in the normal stress. The shearing stress is measured at a constant rate of strain of approximately 0.05 inches per minute. 2 ' GEO-ETKA, INC. Job No: FR 11221 11 ' Laboratory Testing (coned). Selected samples of soil were tested at confining pressures similar to those of the 1 materials in-situ. Additional specimens from the same samples were also tested at increased normal pressures in order to determine the increase in shear strengths associated with increased inter-granular pressure. The test results are plotted ' graphically on Plate 'C' The resulting values are as follows: Angle of Internal Cohesion Soil Type Friction (degrees). Jp.s.f.) Clayey sand 26 105 Siltstone 26% 85 ' Clayey sand 27 190 Consolidation tests were performed on saturated specimens of the typical foundations ' soils in accordance with ASTM Test Method D-2435-04 Consolidometers are designed to receive the undisturbed soil samples and brass rings in the field condition. Porous stones placed at the top and bottom of each specimen permit free flow of water into or from the specimen during the test. ' Successive load increments were applied to the top of the specimen and progressive and final settlements under each increment were recorded to an accuracy of 0.0001 inch. The final settlements so obtained are plotted to determine curves shown on ' Plates 'D-1 through "D-3' CONCLUSIONS ' Suitability of the Project The site is suitable for its intended use, namely rehabilitation of the existing force main rehabilitation of the sewer line. In designing the proposed sewer the criteria given in the design section should be adhered to. ' A) The construction of this project will not affect the stability of the surrounding structures, such as walls, electric poles, etc. provided all precautions needed are followed. B) The latest applicable unified building code is to be followed as required. C) This report is subject to approval by the governing agencies. 3 ' GEO-ETKA, INC. Job No: FR-11221 11 Strength Characteristics The load bearing soils possess strength parameters adequate to support the proposed construction. Expansion Potential ' The on site surficial soil is classified as slightly to highly expansive with an expansion indices of 29 and 98 respectively as per 2010 CBC/ASTM D-4829-03. Sand Equivalency Test Results Sample Location Sand Equivalent (SEI Remark Boring 1 @ 2' 10 None of the samples are acceptable for Boring 2 @ 5' 5 jetting, if the native is used for backfill, it Boring 3 @ 6' 3 must be compacted and tested to 90%. Boring 4 @ 8' 3 Failure to do so will result in consolidation Boring 5 @ 11 4 producing differential settlement and cracks Resistance 'R' Value ' Resistance 'R' Value Criteria is presented on Plate 'R' RECOMMENDATIONS ' Bearing Value A bearing value of 1,500 p.s.f. may be used. The above bearing values may be increased '/ when resisting loads caused by wind or seismic forces, providing the resultant size is not less than that obtained with dead load and live load only Earth Pressures Lateral loads will be resisted by the friction between the sub-grade as well as the passive resistance of the soils. A coefficient of friction of 0.35 may be used between ' slabs, footings and sub-grade. The passive resistance of the soil may be taken to be 240 p.c.f of E.F.P ' The active lateral soil pressure may be taken as 45 p.c.f. of E.F.P ' 4 1 ' GEO-ETKA, INC. Job No: FR-11221-11 Pavement Design Based on the test results, the design sections for Mesa Drive are given below and should be approved or amended as necessary by the city prior to construction. ' Asphalt Base rock Paving Thickness ' Use Option In inches In inches Mesa Drive 1 5 10 2 6 9 The city may require the new pavement to match existing thicknesses as encountered in the field. The above sections are based on T I. of 7.5 for Mesa Drive. ' Excavation and Temporary Shoring Excavations on the order of 12 to14 feet will be required for the proposed sewer-line replacement at the subject site. Temporary excavations up to a height of 5 feet can be cut vertically If space is available ' un-shored excavations in excess of 5 feet must be must be laid back at a minimum slope of 1.5.1 :H:V (above 5 feet). See attached Plate 'TIED" Where there is insufficient room for sloped excavations, mechanical shoring plates (standard city specifications may be used). We recommend that Geo-Etka, Inc. ' observe the excavations and shoring installation, so that necessary modifications based on variations in the soil conditions can be made. Applicable safety requirements and regulations including OSHA regulations, should be met. All groundwater was not ' encountered during the current investigations in the area of the proposed excavations. Caving was not noted in the borings performed; however the chances of caving will increase within larger scale excavations and should be anticipated in particularly granular material. 1 5 ' GEO-ETKA, INC. Job No: FR 11221 11 i ' Demolition Special note should be taken during the grading so as to locate all underground items, ' e.g. pipe, conduit, storage tanks, septic tanks, cesspools or leach lines, water wells, irrigation pipe, etc. Any septic tank found should be removed from the site. Any seepage pit or cesspool found shall be pumped dry and filled with 2 sack slurry concrete. The top and sides should be broken and removed if they are within 5 feet of finished grade. If a water-well is found it shall be cut off and capped, 5 feet below finished grade. ' Any metal pipe found shall be excavated and cleared from the site. Any vitrified clay leaching lines may be broken in place. ' All cavities should be cut in a 'V shape so that compaction equipment will not bridge during grading which should be conducted in the manner noted below It is recommended that the demolition be observed so as to prevent debris from remaining on or being buried on site. The demolition of the below grade items such as pipes and tree root systems must be checked by the soil engineer or his representative. Grading Prior to the controlled grading operations, the construction area should be stripped of all vegetation that is present and the debris removed from the site or stockpiled and mulched for later use in the planter areas. All disturbed soil from demolition process, loose, porous, soft and fill soil found during grading must be removed to firm native soil and replaced as compacted soil at 90%. During the course of grading operations, if pumping occurs it is advisable to bridge the ' bottom with a crushed or angular 1-inch rock layer at least 2 feet thick. Note that in no case should crushed miscellaneous base or washed rounded rock be utilized. A sieve analysis must be run by this office prior to import. ' The densification of the rock should be observed/probed and approved by a representative of this office in such cases lightweight track equipment is recommended. 6 ' GEO-ETKA, INC. Job No: FR-11221 11 ' Grading (cont'dI A moderate amount of grading is anticipated in the development of this site, with upto ' 14 feet of trench depth to be backfilled upon installation of the new sewer It is recommended that all surface which is loose that will support patio, sidewalk slabs ' or asphalt concrete paving, and all surface which will receive fill or backfill, be scarified to a depth of 8 inches, watered or dried to near Optimum Moisture Content and re- compacted to a minimum of 90%. Where fill or backfill is required, it should be placed in a maximum of 6-inch loose layers and each layer compacted at near Optimum Moisture Content to at least 90% compaction. Clean on site soils may be utilized as fill material. Imported fill soil should ' be predominantly granular non-expansive and capable of developing the bearing strength required for the project. All import soil must be approved by this office prior to bringing to the site. ' All utility trenches backfilled should be tested at a maximum of 2 feet in vertical height. The City of Costa Mesa (CMSD) Newport Beach standard specifications for trench ' backfill inclusive of bedding material is acceptable and are a part of this report. Compaction Standard: A.S.T.M. D-1557-02. ' Water-soluble sulphate content will be determined at the conclusion of the grading if requested by the client or required by the approving agencies. If required by the approving agency Expansion Index Test will be run at the time of rough grading. ' A grading and a sewer plan should be submitted to this office prior to starting the grading. A pre-grade meeting is required in accordance with the City of Costa Mesa grading code. In order for us to provide better service, a minimum of 48 hours notice should be provided to schedule or cancel any geo-technical work. ' GEO-ETKA, INC. should be retained to observe all grading operations and the required testing for implementing the recommendations of this report. If a change in the ' consultants occur Geo-Etka, Inc. must be notified in writing and all liability will shift to the client and his consultants of record. ' 7 1 GEO-ETKA, INC. Job No: FR 11221 11 1 Grading (contdi If conditions are encountered during the design, approval by the governing agencies, and/or the construction period that appear to be contrary to the findings of this report, this office must be notified so that proper modifications may be made. ' Respectfully submitted, GEO-ETKA, INC. — — 03F ESS/p�,� Daly C 038344`'C� C ' Ghayas A. Kha .E. �rl Civil Engine tvl a�P, C-38344 xpires 3-31 13 9pF CgUF�P Ahmed Ali, President REA No. 04808 Expires 6-30-12 ' GAK/AA/bg 1 8 1 I 1 .,_,,_,. M 4 . a r�1 1, 'll W II I j. doh JI— H»I 'I PI Q rI Zia "' ,!° a I' 11 ;�' '., i ' 4 a m�Q^ LL d W I ' I` I I� -1-'r {�$I� �I�� 5, 11 ILI W CO ,. 4 1 '' ij " j i ft.ti o - J I • 1I .V _jdi I� 11 isf,", 1 i•/ ' FrI 1 1 I ' `. Y 111. ir ' I t I1 I r4 I- W I ,1 1! 3° —U aN �h 1'A-- 5 Ill, 1 . D>-- II 4 1 l 1 I7 , I' 1I> e, Il Q 4ilII ! E6 'Fr { J (al 1: r !',II i 1 ' '�, E. 0 11 `/ 1111 II — W P 1 ' 1_ N 1 Fl 1. ,. I11 . W o1 I Is. cc 111 II ( .I ,I, 11 sl I. o tu ' 1 11. ` ttt I y, I I I 4• w k 6 -11 .t; Y i 1; 11 1 ¢ lip. i l. 1 11 1 It o ,� 111_. 1 1 l� ■ 1 CO R, tl i' I Ilt I' _I`1^ T. , I up�x o `-r,r rl iRi11 I—o L ~ — . i i' I: - Q - 11, 1 Zau.0 II' I' WLO II. II .=ld co II 1j1I: I !r. 11 . I ro - 1 ii 4--- F ,1• t i',-Iu I,:F I , `I 1 O I I GEO-ETKA, INC IIJOB NO FR--11221-11 PLATE B-1 I I Boring One Percent Dry Classification Moisture Density 1 0 5., .;'. SM Brown fine to medium, silty sand SC Brown fine to medium, clayey I ;:' 'e' sand medium moist medium dense ;, :`. t SC Dark brown, fine to medium, L: clayey sand medium moist dense _:� with roots "fill" 16 9 103 7 ' 5 1 •'sjtir, SC Reddish brown fine to medium, o clayey sand moist, medium ' ;,i` dense 'native" 'j •`,, SC Light brown, fine to medium, clayey sand, moist, medium 18 3 100 6 I dense 10 � `, SC Reddish brown very fine clayey sand moist, medium dense ` 10 9 95 2 I ` `- •`' SM Gray very fine siltstone h;"; with reddish brown, fine to ' medium silty sand, slightly �:r: dense firm. 13 5 15' ' C S .! SM Brown very fine silty sand, ' 1 . with rock 1/8"-}" 0 moist, !' slightly dense I '1;::-.P., End of boring 6 1 20' :Iii:-. I I ® Depth of bag sample a Depth of undisturbed sample 1 ❑ No recovery Groundwater IVertical Scale 1 = 4 I I GEO-ETKA, INC IJOB NO FR-11221-11 PLATE B-2 I Boring Two I Classification Percent Dry Moisture Density ' 0 , ‘„,.. SM Brown fine to medium, silty • ti sand slightly moist, slightly dense 'fill" I :,d SC Dark brown fine to medium, 13 6 112 3 clayey sand moist, dense • "fill" 1 S zi ML Light brown siltstone moist, Islightly dense firm, "fill" SM Brown fine medium to coarse 16 7 97 5 I 1111 silty sand moist dense �J�j A7 "native" SC Brown medium, clayey sand moist, slightly dense ' 10' ML Gray light brown, siltstone 20 3 97 5 moist dense I I I15 End of boring 9 3 I I0 Depth of bag sample ■ Depth of undisturbed sample I ❑ No recovery SL Groundwater IVertical Scale 1 = 3 I I I GEO-ETRA INC JOB NO FR-11221-11 PLATE B-3 I ' Boring Three Percent Dry Classification Moisture Density 0 - AC ± 6° asphalt paving 1, ;; SC Brown fine to medium, clayey Hill, sand, moist, dense 11 2 111 1 SC Reddish brown fine to medium �•1 sand medium moist, slightly 5 \ ti dense "fill" ,- • SC Brown fine to medium, clayey •, ••`sand, moist, dense "native" I „4 11 6 106 0 ‘t.' ,\‘ '� SC Gray siltstone fine to I . , medium, clayey sand moist, 10 . ',�: , firm. 16 7 �M I v Z. SM Brown very fine silty sand with rock 1/8"-}" 0 moist, .611:11, 15 dense ., 5 7 o I . - 20 End of boring 7 4 I I0 Depth of bag sample t Depth of undisturbed sample 1 ❑ No recovery Q Groundwater IVertical Scale 1 = 4 I I I GEO-ETKA, INC JOB NO FR-11221-11 PLATE B-4 I Boring Four Percent Dry Classification Moisture Density ' 0 ,II,, SM Brown fine to medium, silty f°' q. sand with rock I t„�� SM Brown fine to medium, silty sand moist dense "fill” ;,` ; SC Dark brown, fine to medium ' clayey sand, moist, dense � "native" 12 7 108 2 I 5' • ,./ ,..... ,, „ . ML Gray brown very fine ' I' I I siltstone moist, firm. I ' 10 _ 15 7 101 1 I � p SC Brown clayey fine to medium �. ��.; sand moist dense I . C':' '.‘ N.. 15 :. End of boring 4 7 I I ! Depth of bag sample ® Depth of undisturbed sample I ❑ No recovery a Groundwater IVertical Scale 1 = 3 I I I GEO-ETKA, INC JOB NO FR-11221-11 PLATE B-5 I ' Boring Five Percent Dry Classification Moisture Density I0' _ AC ± 8" asphalt paving SM Reddish brown, medium to Icoarse silty sand slightly • moist, dense "fill" 7 8 105 9 or SC Reddish brown medium to coarse clayey sand, medium 5 moist, dense "fill" ' SC Brown, medium to coarse, ir clayey sand moist, firm, 12 9 111 7 "native" 1 10' “A ML Brown, gray siltstone moist firm. SC Reddish dish brown, medium to coarse clayey sand, moist, dense I15' ' 12 5 I20 Lill End of boring 13 9 I ' • Depth of bag sample • Depth of undisturbed sample ' ❑ No recovery Y. Groundwater ' Vertical Scale I I ' GEO-ETKA Inc Job Number FR-11221-11 ' Plate C I DIRECT SHEAR TEST I 2000 _ I 1900 1800 I1700 O Boring 1 @ 11 h 1600 o ' rc 1900 / Boring 4 @ 10 1400 \ I III Boring 5 @ 7 a 1300 N I al 1200 P. 0 1100 . 7 V O n I I 0 1000 / q O n0, ) I Lb 0 900 a IIII tx 800 I. an a a W 700 An ' EN. 600 A MS • H� 500 W 400 P. :ill in 300 I 200 I 100 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . I N f1 7 In '0 C\ CO ON 0 H N f'1 ? In b n CO H H .-I H H H H H H ' SURCHARGE PRESSURE POUNDS PER SQUARE FOOT I IGEO-ETKA Inc I Job Number FR-11221-11 Plate D-1 Boring 1 @ 11 CONSOLIDATION TEST DATA ' 0 0000 r r ( r - -r I r 0 0040 IWATER ADDED I 0 0080 x Hz H 4 W I °d 0120 t6.1 U I N z H 0 0160 I z 0 H %O cc Q I H� ail 0200 z 0 I o ' 0 0240 1 0 0280 , I -+ in o •-� 0 0 0 0 O O N w m ti ILOAD (HIPS PER SQUARE FOOT) I 1 GEO-ETKA Inc Job Number FR-11221-11 Plate 'D-2 1 Boring 4 @ 10 CONSOLIDATION TEST DATA -0 0200 r , r -0 0100 1 0 0000 x U ' z H R W a ' NO 0100 U WATER ADDED H 0 0200 .p. 1 o C'T�°� H F O ' H NO 0300 z 1 U ' 0 0400 1 0 0500 , n 0 0 0 0 0 O 0 .a '-, ' LOAD (KIPS PER SQUARE FOOT) I IGEO-ETKA Inc Job Number FR-11221-11 IPlate D-3 IBoring 5 @ 7 CONSOLIDATION TEST DATA I0 0000 , r , , T „ 1 I 0 0060 ' WATER ADDED I 0 0120 z U z I H a w a 0 0180 I 0 z H I z p '-'0 0240 4 z I o H F 0 H I a 00 0300 Z 0 U I ' 0 0360 1 0 0420 I , , , 'i h O O O O O I O O .--4 N S CO •p ti LOAD (KIPS PER SQUARE FOOT) I I GEO-ETKA, INC. 739 N.Main Street,Orange, CA 92868 Ph. (714) 771-6911 Fax (714) 771 1278 JOB NO FR-11221-11 SOIL TYPE. Brown, sandy, clayey silt ' TEST SPECIMAN A B C D__ Date Tested h10-8-11 10-8-11 10-8-11 ca,t Compactor Air Pressure psi 350 200 50 Initial Moisture % 7 5 7 5 7 5 I s Moisture at Compaction % 10 7 12 1 13 8 ' F Briquette Height Dry Density In 2 55 2 57 2 67 pcf 126 4 123 8 119 1 1 EXUDATION PRESSURE psi 450 307 71 ' EXPANSION dial (x.0001) 19 10 8 z o Ph at 1000 pounds psi 32 38 54 m a Ph at 2000 pounds psi 80 96 132 I a E Displacement turns 4 04 4 73 26 5 98 a R' Value 38 8 CORRECTED `R' VALUE 41 27 10 ' 100 eE ea:: ae;:;!!e°,,.a:... .... s. 1111: ' ■ ■. e:e 11•:1:.„.!,.1 _ nu:•E._. U °U U Ink-...... ...■...1111:: : E :s.... ...:. :!�:E.. Ee.:e E 1E::e:=_ 90 111:•••1'i11:eriE=■,1o,1EE:::1 I u: : : e ' Final `R' Value E;11 ! ■111=•=! gala 111;'1:_ : .. 1111!■a,se■■1 sU...aE! :...e = :::sie•1 ae...e.. By Exudation: mu C1 1 :" 1 1 111:1::: ' 80 enen: :ennee;:Eiie'•"111=•"1E1 nun 27 ••• em :eE:': e.: =••••1 a 1e::: e a■■ ad : 'EEa:u....1e:E:::ae:::a1 11EEE e ' By Expansion: ! 70 1 1■■■e e::..!___= 1 111:: e::e:ees 1:1:1E1=11::1E11;1e 1 E s 1;EE TI o ) 40 : 1 :1 e E enle �Ee:E :e 1 60...E : 1.: :ie:a: 1EiiE.eEe1 a1 11::.::. : I F. I 1•..111!:■ e:see •E 1 1..111 name ■ 1 1111 ......'di !s� .■■.a NOTES E w50 1 il g. 1i"°°1 � �:E1e1i111 ! en 40 EEE:.Eii•1..a:.".'.11 :nu::p' ' . i iiL! 1•a•EE° !e RIPE� ' :.. . 111 row .■■■_ is !n■. ■■„■ 11:1: : en: CC s11■E:::■■..1 Ian 1.e eeima s vi...1 E :a: ' 30 E: :::e E: a Z:::.. 1.s ee nem nivennee le eel te.1 e see:i 1•■ .■■1,...■•. ■ :see 1 ..as :! a as 1=:1::!!11 us ... 20 a ! e e., a :■■a■■■ .. ,■■■ ae■ ee....lae a1 e a■■. ,. Ee .. _ .. :. :..l1e:also:! 1 :•: :: '•• . aea es...s:.: ' E1■a:=:::1:::E iE EE:aEleeis=:lEEE:lee1EEEEEEEEi SEE ee e�::laeiE�EEes:' .ne .l ►y% ii is =•is=:l:Ea;EE: :eE;:e ;E1a':E�E•a•.si 3EEEE''E1�E=.••:11 •eea::e:: I W..:.: ; 0 EES ill"" °1'sE::ee:e•:EE::;e ern:a1�e:.E:E�EEEe sl:ss:::se:EEe.:E 1 r:• sek (` 800 700 600 500 400 300 200 100 0 e �'7L��6. Exudation Pressure PSI Plate R I GEO-ETKA INC IJob No FR-11221-11 Plate TTED I I I I LEVEL I I-H I VARIES IV I I I I I MAX I BOTTOM OF EXCAVATION I I TYPICAL TEMPORARY EXCAVATION DETAIL I I I GEO-ETKA INC JOB NO FR-11221-11 ,OIL CLASSIFICATION CHART I I GRAPH LETTER TYPICAL MAJOR DIVISIONS SYM SYM DESCRIPTION I ' 10 s° WELL GRADED GRAVEL CLEAN .0 s^' GW GRAVEL AND SAND AND GRAVELS , r 1 COARSE GRAVELLY I GP POORLY GRADED GRAINED SOILS �i SOILS LESS THAN GRAVELS _ i_• d GM SILTY GRAVELS 50% PASS WITH I #4 FINES GC CLAYEY GRAVELS MORE SAND CLEAN SW WELL GRADED SAND I THAN AND SAND NO FINES 50$ SANDY POORLY GRADED LARGER SOILS SP SAND NO FINES THAN MORE THAN . • I -- -- , #200 50% PASS SIEVE #4 W SM SILTY SANDS WITH •%. FINES 1 /'•% SC CLAYEY SANDS I FINE SILTS L L ML INORGANIC SILTS I SOAISED AND LESS j J /� SOILS CLAYS THAN 50 /(//l/ CL INORGANIC CLAYS I 1 I ' I OL ORGANIC SILTS h_ I NFL INORGANIC SILTS I MORE SILTS L L 1 ) THAN 50 AND GREATER PASSING CLAYS THAN CH INORGANIC CLAYS # 200 50 ISIEVE / i� OH ORGANIC CLAYS HIGHLY ORGANIC SOILS L , .. PT PEAT HUMUS I SOIL ,AMPLER FOR UNI- I 'T11RBEU SAMPLINC I ,'ONNECTING HRF TUBING CUTTING OUPLING \/bLEEVE 2 62S INCHF` I 6--7 EDGE 1 ' GEO-ETKA, INC. Job No. FR-11221 11 LIMITATIONS 1 This Geotechnical Report is based upon data obtained by surface ' reconnaissance, limited soil test borings, laboratory test results, and preliminary engineering analysis. No inference should be drawn from the language of the report that the scope of the investigation was any wider It must be understood ' that although the observed and reported conditions are considered representative, local variations of geologic and/or soil conditions may exist for which this firm can not assume responsibility This report was prepared upon your request for our services, and in accordance with accepted standards of professional practice. The limitations of this report are also governed by the contract amount agreed to be paid by the client. 2. This report is issued with the understanding that it is the responsibility of the owner or of his representatives to ensure that the information and recommendations contained herein are called to the attention of the developer his architect, and engineers for this property so that necessary steps are taken to implement the recommendations of this report. Failure to do so relieves Geo- Etka, Inc. of all responsibility 3. The findings of this report are valid as of the present date However changes in the conditions of a property can occur with the passage of time, whether they be due to natural processes or to the works of man, on this or adjacent properties. In addition, changes in applicable or appropriate standards occur whether they result ' from legislation or the broadening of knowledge, or present applicable UBC Code requirements. Accordingly the findings of this report may be invalidated, wholly or partially by changes outside of our control. Therefore this report is subject to ' review and should not be relied upon after a period of one (1) year Note that some local jurisdictions have less time for the reports validity and reports are required to be updated at the expiration of such predetermined limits. 4. Unless the recommendations of this report are completely incorporated into the design, and all phases of geotechnical activity are checked, tested, and ' reported by this office, Geo-Etka, Inc. will not be held liable by others. 1 ' APPENDIX II ocin MFS,. I ). 4111111100-11,CA a CITY OF COSTA MESA F 1' fps°; DEPARTMENT OF PUBLIC SERVICES 77 FAIR DRIVE, COSTA MESA, CA 92626 1 -E'RPoeW A EO Sa' IPublic Services: (714) 754-5323 Inspection: (714) 754-5025 Fax: (714) 754-5028 TDD' (714) 754-5244 DATE. 09-07-2011 Encroachment PERMIT NO. PS11-00391 I BY' CHIRA_M Original Permit No I Address of Work. 199 MESA DR Suite or Unit# Location: De ipn of Work I NO FEE PERMIT TO CMSD.ENCROACHMENT PERMIT TO ACCESS AND CLEAN SEWER PUMP LANE CLOSURE AND DETOUR PER W A.T.0 H FROM 8:30 AM TO 330 PM MANDATORY PRECONSTRUCTION MEETING REQUIRED 2 WORKING DAYS PRIOR TO START OF WORK.FAILURE TO DO SO WILL VOID THIS PERMIT IStart Date: Permit Expiration Date' Building Reference No: I Planning Reference No.(Project No.): Contractors Name COSTA MESA SANITARY DISTRICT Ph No -949-645-8400 Address: 628-W 19TH ST COSTA MESA,CA I State Li nse Nc City Business Lice No. I It so Co ipany luau Certif etc.No 24-Ht En rge cy Contact: STEVE 24-Hr 'felephon No (909) 910-5998 IUai Service Alert ID No WILLCALL Applicant's Name COSTA MESA SANITARY DISTRICT I i De elope Namt I Telcph No I FEES. Permit Fees: $0.00 BOND AMOUNT $0.00 DEPOSIT $0 00 ITOTAL. $0.00 ISIGNATURE OF APPLICANT Date , IPERMIT APPROVED FOR CITY ENGINEER Ba Date: INOTE Appli It shall etc th atached Co iditi id Mu ipal Code Simi apple shit to ih permit I CITY OF COSTA MESA REQUIREMENTS and CONDITIONS of PERMIT NO • GENERAL I THIS PERMIT WITH APPROVED PLANS MUST BE ON THE JOB SITE AND AVAILABLE TO CITY REPRESENTATIVES AT ALL TIMES. You are guided by Municipal Code Sections 1 33, 15-25, 15-27 1 15-39 and 15-48 2 Permittee shall perform all work in accordance with the Standard Specifications for Public Works Construction (latest edition); City of Costa Mesa Standard Drawings,special agency provisions;and all applicable laws and ordinances • 3. No work will be allowed from Thanksgiving Day to the day after New Year's Day unless authorized by the Public Services Department Special authorization received ❑Yes, By 4 Throughout all phases of construction the Permittee shall keep the work site clean and free of rubbish, debns,and dust and shall maintain drainage, and take all precautions to prevent erosion and prevent any soil and debris from the work site from entering the public storm drain system 5. Existing public improvements damaged by the Permittee shall be replace as directed by the City Engineer at the Permittee's sole expense. 6. Permittee understands and agrees to the hold-harmless agreement required by CMMC Section 15-27 7 Contractor must notify the following Utility Companies 2 working days before starting work: Costa Mesa Sanitary District (949) 631-1731, Mesa Consolidated Water District(949)631-1200, Irvine Ranch Water District(949)453-5300, and Underground Service Alert Toll Free (800)4224133; After Hours 8 Holidays(714)739-3031 (213)621-3111 8 Other ❑ I certify that in the performance of work for which this permit is issued, I shall not employ any person in any manner so as to become subject to the worker' compensation laws of California If, after signing the certificate, I hire any employee, I acknowledge that I become subject to the workers compensation provisions of the California Labor Code and I must comply with the provisions of Section 3700 and 3800 or my permit shall be deemed revoked INSPECTION 9 Permittee shall contact the City Inspector's office (714) 754-5025 at least 1 working day prior to commencing any work Failure to obtain proper l inspections prior to commencement of work may be cause for its rejection 10. City will provide inspection between 7 30 a m and 3 00 p.m Monday through Friday(except on City observed holidays). 11 Permittee shall pre-pay for estimated overtime inspection costs including inspection after 3 00 p m and on weekends and holidays. Overtime inspection cost is per the approved hourly rate TRAFFIC CONTROL , 12. Permittee shall provide traffic control in conformance with the Work Area Traffic Control Handbook(W A T.0 H.)(latest edition). The Permittee shall fur ch and/or install all signs,lights,barricades,traffic control or warning devices,flagmen,and flashing arrow boards. The permittee shall obtain pnor approval of the Transportation Services Division for all street closures,detours,turn restrictions,parking prohibitions,and methods of accommodating traffic The permittee shall notify Emergency,Fire,and Police services,and residents or businesses 2 working days in advance of any access i limitation or traffic restrictions ❑ Permittee shall submit traffic control plans for review and approval by the City of Costa Mesa Transportation Services Division prior to construction. ❑ Permittee may close a maximum of lane(s)if necessary to perform work within the public right-of-way during the hours of 8:30 a.m. 3:30 p.m. Monday through Friday(except City observed holidays)as long as traffic can be maintained in each direction with flagmen unless ' otherwise approved by the Transportation Services Division j ❑ Permittee shall replace all traffic striping,markings,and raised pavement markers in kind within 2 days after slurry seal coating or overlay. Temporary striping and markings are required prior to opening the roadway to traffic ❑ The Contracto shall erect a company name sign within the project area which states the Contractors name,the project name,and the telephone number which the publi may use to obtain information relative to the projector to make any complaints The Contractor shall submit sketch of sign to Public Services Department for approval prior to erecting sign 111 EXCAVATION AND TRENCHES 13 Trenches exceeding 5 feet in depth require a permit from the Division of Industrial Safety State of California t4 Open excavations must be backfilled or plated with spikes and A C tacked around edges during non-working hours. 15 Steel plates shall conform to Caltrans specifications Steel trench plates without weld bends will not be allowed 16 All trenches shall be permanently paved withi 10 days of completion of work below subgrade 17 Permittee shall pay for all S.E. compaction,and materials tests deemed necessary by the City 18 Bore under all streets,curbs and gutters,sidewalks, ross-gutters, and driveway approaches Tunneling is not allowed 19 Permittee shall allow concrete slurry backfill to cure for a minimum of 3 days,or use a 24 hour cure concrete slurry ❑ Trench compaction and resurfacing shall conform to City of Costa Mesa Standard Drawing No 813 ❑ Trench compaction arid resurfacing shall conform to City of Costa Mesa Standard Drawing No 813 with the following modifications: ASPHALT PAVEMENT The City entr es a moratorium against ope cut of roadways Open cut of any roadway paved, overlaid, or slurry sealed within the last 5 years shall be t subject to Give restoration requirements as follows ❑ Permittee shall apply type II slurry seal coating per attached Slurry Seal Resurfacing Requirements. ❑ Permittee shall cold mill the existing roadway surface and place a minimum of 2"asphalt concrete(AC)overlay with 2° RLA per attached Mill and 111 Overlay Resurfacing Requirements CONCERETE 20 Pr rr to placing Portland Cement Concrete(PCC)or A C, the subgrade compaction shall be inspected and approved for the following native soil ❑ mewled Sod ❑. 21 Curb and gutte shall not be removed on the day prior to a weekend or a City observed holiday 22 Areas left open by rh and gutter removal shall be filled in flush with the adjacent pavement on the same day that removal occurs. 23 Permittee shall emov and reconstruct PCC pavement per City of Costa Mesa Standard Drawing Nos 811 and 812 24. Sidewalk shall he constructed per City of Costa Mesa Standard Drawing Nos 411 412,413 and/or 414. 25. Dr' away approach shall be constructed per Title 24 nd ADA Requirements.and City of Costa Mesa Standard Drawing Nos 313,513,514 and/or 51 ❑ No traffic allowed on concrete for minimum of 7 days fo cur ng See traffi control requirements and conditions above Applicant hereby acknowledges that he/she has read and understands said requirements and conditions and that he/she agrees to abide by them. OWNERS OR AUTHORIZED AGENTS SIGNATURE DATE Reviseo 12/1/98 ' I {MVEMEMT WIDTH DIMENSION PER PLAN 11/2 G' :4:2 R=1/z' FINISHED I t` 1 SURFACE I • d• R-Ir C ' R 1 '1/y 1 1 n S • e � . e I , o ° e 6 I. p°:_e "4. pae 6" CRUSHED AGGREGATE BASE dal: �— /� CONC. PER LIN. FT. 0.05064 CU YDS I CU. YD. 19.7863 LIN.FT. TYPE 1C-6°CURB a GUTTER I PAVEMENT WIDTH DIMENSION PER PLAN I 2-0 2 6 R'I/2 R•1/2 IFINISHED BC.F p SURFACE N '1 1 1 R I° a I R I/4 i = I sp. 1 1 i0 1 p 6 e 1 I v _e ' 6" CRUSHED AGGREGATE BASE _____ ei$oeeoo --_—_ °erect CONC. PER LIN. FT. 00648 CU YDS. 1 CU. YD. 15.50 LIN. FT. TYPE"C-8"CURB a GUTTER NOTES. I I. 1/4 EXPANSION JOINTS SHALL BE PLACED AT 40' INTERVALS AND AT ALL B.CR. S E.C.RS AND I/dk2 WEAKENED PLANE OR PLASTIC CONTROL JOINTS SHALL BE PLACED AT 10 INTERVALS. FOR DETAILS, SEE STD. DWG. N0.3i4, 2. CONCRETE SHALL BE 520-C-2500 PER CURRENT EDITION OF STANDARD SPECIFICATIONS FOR PUBLIC WORKS I CONSTRUCTION SEC. 201-1.1.2. 3. SUBGRADE RELATIVE COMPACTION SHALL NOT BE LESS THAN 90% I CITY OF COSTA MESA TYPE IIC11 CURB a GUTTER SCAALE NONE CALIFORNIA STD DWG. NO Iv PUBLIC SERVICES DEPARTMENT APPROVED .��Il�G..e i./. P.] SA 3 - 'a 3 12 `k' BRUCE 0. M• TERN R.C.E. 19386 I I I SAWCUT FULL EXTENDED REMOVAL DEPTH (SEE NOTE 2) I REPLACEMENT PAVEMENT 8" (200 MM) A.C. OR P.C.C. MINIMUM A.C. I �\lM�A�A A, . E\X-ISTIN-G- (25 iMM) PAVEMENT i././.. (A) (B) UNDER 24 12" (300 MM) ' 24 AND OVER 18" (450 MM) BACKFILL ZONE SEE NOTES 4 & 5 I MIN.36 (900 MM) I 12" MIN. (300 MM) WARNING TAPE (OPTIONAL) I 1 ' PIPE ZONE 6' MIN. SEE NOTE 3 D' J 8" MAX. (200 MM) V • 6" MIN. j (150 MM) e ' UNDISTURBED SUBGRADE NTS INOTES. • SEE SHEET 2 OF 2 I CITY OF COSTA MESA TRENCH DETAIL I PUBLIC SERVICES DEPARTMENT . l . ;i'3 ' STD. DWG. NO APPROVED BY' or 813' EMES*O Wq CrtV ENGINEER WILU IONCCTOR W Puuc sown / FILE NAME. STD-813.DWG / REVISED: SHT 1 OF 2 I ' 1 INOTES. I1 ALL OPEN TRENCH AND EXCAVATION OPERATIONS SHALL CONFORM TO SECTION 306 OF THE CURRENT EDITION OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION" (GREENBOOK). I 2. ALL SAWCUTS SHALL BE A STRAIGHT CLEAN LINE. IF THE TRENCH SAWCUT LINE FALLS WITHIN 36 INCHES OF AN EDGE OF CONCRETE. CURB FACE, JOINT LANE LINE, OR ANOTHER SAW CUT UNE. THE EXISTING ASPHALT CONCRETE PAVEMENT BETWEEN THE TRENCH TO THE EDGE OF CONCRETE. CURB FACE, JOINT LANE LINE. OR OTHER SAWCUT LINE SHALL BE REMOVED AND REPLACED. I3. BACKFILL OF THE PIPE ZONE" SHALL BE IN ACCORDANCE WITH THE GUIDELINES OF THE UTILITY C.M.B. SHALL BE REQUIRED IF NO OTHER MATERIAL IS SPECIFIED BY THE UTILITY NO NATIVE MATERIAL SHALL BE ALLOWED. I 4. C.M.B. SHALL BE UTILIZIED FOR MATERIAL IN THE BACKFILL ZONE" FOR ALL TRENCHES GREATER THAN 12 INCHES IN WIDTH. NO NATIVE MATERIAL SHALL BE ALLOWED. THE C.M.B. IS TO BE COMPACTED TO 90% MAXIMUM DENSITY TO A POINT 24 INCHES BELOW THE ROADWAY SURFACE. WITHIN THE REMAINING 24 INCHES OF THE ROADWAY SURFACE. THE C.M.B. SHALL BE COMPACTED 95% MAXIMUM DENSITY I 5. SLURRY (CLASS 100-E-100) WILL BE ALLOWED IN THE BACKFILL ZONE' ONLY IF THE TRENCH IS EQUAL TO OR LESS THAN 12 INCHES IN WIDTH. A 6 INCH THICK LAYER OF C.M.B. COMPACTED TO 95% MAXIMUM DENSITY SHALL BE REQUIRED ABOVE THE SLURRY AND BELOW THE ASPHALT CONCRETE PAVEMENT SECTION. I 6. THE SURFACE COURSE OF THE ASPHALT CONCRETE PAVEMENT (A MINIMUM OF 2 INCHES) SHALL BE 1/2 INCH MATERIAL, AND THE BASE COURSE OF THE ASPHALT CONCRETE PAVEMENT SHALL BE 3/4 INCH MATERIAL. IF THE EXISTING PAVEMENT SECTION CONTAINS A.R.H.M. THE REPLACEMENT SECTION SHALL INCLUDE AR.H.M. THE MINIMUM THICKNESS OF THE ASPHALT CONCRETE REPLACEMENT SECTION SHALL BE 8 INCHES. I7 CEMENT TREATED MATERIAL IS ENCOUNTERED. THE PROPOSED ROADWAY STRUCTURAL SECTION IS TO BE APPROVED BY THE CI THE CITY ENGINEER. I B. WORK ON STREETS DESIGNATED ON THE CITY'S MORATORIUM LIST SHALL REQUIRE ADDITIONAL PAVEMENT RESURFACING AS OUTLINED IN THE MORATORIUM REQUIREMENTS. WHICH MAY CONSIST OF SLURRY SEAL, MILL AND OVERLAY OR RECONSTRUCTION. I9. MATERIALS TESTING PER GREENBOOK SUBSECTION 306-1.3 AND 306-1.5. 10. NO TUNNELING UNDER CURBS AND GUTTERS. SPANDRELS, CROSS-GUTTERS, OR SIDEWALKS WILL BE ALLOWED. II 11 CONTACT SURFACES OF EXISTING PAVEMENT AND CONCRETE SURFACES SHALL BE GIVEN A TACK COAT BEFORE PLACING PERMANENT ASPHALT CONCRETE PAVEMENT ALL JOIN LIMITS BETWEEN THE NEW PAVEMENT AND THE EXISTING PAVEMENT SHALL BE SEALED WITH TACK COAT. I 12. ALL TRAFFIC CONTROL AND LANE CLOSURES SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE 'WORK AREA TRAFFIC CONTROL HANDBOOK- (WAT.C.H ) I 13. ALL TRAFFIC STRIPING. LOOPS, MARKINGS. AND PAVEMENT MARKERS DAMAGED BY THE CONTRACTOR DURING CONSTRUCTION SHALL BE REPLACED TO THE SATISFACTION OF THE CITY AND CONFORM TO CITY STANDARDS WITHIN 48 HOURS OF RESURFACING. I CITY OF COSTA MESA TRENCH DETAIL P III MI UBLIC SERVICES DEPARTMENT Fiat l• STD. DWG. NO I APPROVED BY /E ' T'/ 0L 813 CRRCSTO wrgL CITY ENGINEER *tutu WARM f •DIRECTOR OF RU, RNCE] FILE NAME. STD-813.DWG REVISED: SHT 2 OF 2 I , • F_ ITRF.Nl:N WT71TH j 1 ; as ItA\vmss 4 j BACKFILL — 47-24-1—‘ o. D. s 1 ..L...— ■ ' S 1 4 y• 12' 1t BEDDING B — I !i ' / \ TRENCH SHEETING OR SHORING- DER TITLE.8 •�� EWER LINE I ° �` CALIFORNIA ADMINISTRATIVE CODE. ' I BE➢DING A — D �/e e e ' s e e A it % 6" MIN ¢ °/ ij \ ` . P BARREL OF PIPE BELL OF PIPE 1. NOTES II1 Bedding A shall be composed of 3/4 crushed gravel II 2 Backfill and Bedding B shall be as required by the local agency standards Backfill w/slurry whenever possible it3 'X' shall be between 6 and 8 inches and shall include the . . thickness of any shoring I `i 4 All trenching and bedding operations shall be done in conformance with the latest edition of the Standard Specifications for Public Works Construction 5 Structural section of pavement shall be replaced as required II d by the local agency 6 Applicable agency standards are City of Costa Mesa Std No 813 City of Newport Beach Std. 106-L, County of Orange EMA ! Std Plan 1319 I ] I c REVISED 8/11/88 t It! COSTA MESA SANITARY DISTRICT :Date. .8-11- t? Approved District igjneer ' R C E 31 261 f a ' TRENCHING AND BEDDING Drawing No s- ►12 .., to I I COUNTY PROPERTY PERMIT Pa I2011-00367 ENCROACHMENT PERMIT 8/3/2011 o"n e 1 COUNTY OF ORANGE INSPECTION PHONE Permit No: 2011-00367 OC Public Works OC Planning Customer Care and Permit Services I714-245-4550 Effectiv Date. 7/28/2011 InspLeuon office shall he notified at least Main Office-300 North Flower Street, TWO 121 WORK DAYS PRIOR a Santa Ana,California 92703-5001 [2-00 AM commencing permitted use. FAILURE or P.O. Box 4048,Santa Ana,California 9 1_702-4(48 APPS&'tlitatFfiN991iteplc 1/28/2012 TO OBTAIN INSPECTION SHALL responsibility for tbminin Pm Am VOID THIS PERMI 1' Fax:(714)46667-88 a rider(extension) prior to Pax:(714)667-ft8ft5 tin clan_ IPERMITTEE FACILITY Costa Mesa Sanitary District Tvne Facility Name Number 628 W 19th St I ML MESA DRIVE None Costa Mesa,CA 92627 949-468-9840 I Contact Person Yefim Tsalyuk Telephone No.949-468-9840 ' PERMITTED USE. Us ,fC my['rip ty is chy the cd folio 'hie pr att died h To rehabilitate and maintain existing 14-inch force main by lining nth 12 inch Iligh Density Polyethylene(HDPE)pipe for City of Costa I Mesa Sanitary District Capital Imrpment Project#171 within a portion of Orange County s Mesa Drive road right-of-way per attached plans,provisions,and to the satisfaction -,f County inspection personnel PERMITTED USE NOT EFFECTIVE UNTIL APPROVED BY ASSIGNED COUNTY INSPECTOR I ALL PLAN CHECKS.COMPACTION TESTING AND INSPECTION FEES SHALL BE INVOICED PERMITTEE AGREES THAT PRIOR TO COMMENCING ANY WORK WITHIN COUNTY RIGHT-OF WAY THE PERMITTEE'S SELECTED CONTRACTOR SHALL OBTAIN A PERMIT RIDER,FURNISH LIABILITY INSURANCE TO MEET COUNTY REQUIREMENTS AND SUBMIT A TRAFFIC CONTROL PLAN SIGNED AND STAMPED BY A REGISTERED TRAFFIC IENGINEER FOR REVIEW AND APPROVAL. CEQA Code I SWPPP' No ILOCATION OF WORK. Mesa Drive from Santa Ana Ave to Irvine Ave IDimension/Type rehab of existing 14- ch fo tc 12 The Brother:859'E7 Ar (2t sta Me Inch. I IPERMITTEE'S ACCEPTANCE COUNTY APPROVAL. I SIGNATURE ON FILE Cc 2 c r_- Capalcry De ]/2]/2011 IPERMIT AND APPROVED PLANS SHALL BE MA INTAINLI) )N JOB SPI Ii I'LRMI'I FEE SI(ALL COMPLY WITH REGULATIONS PRINTED ON REVERSE SIDE OF PERMIT AND ATTACHMENTS ALL UNDERGRI n IND WORK REQUIRES PRIOR'UNDERGROUND SERVICE ALERT'COMPLIANCE.?HIS PERMIT is NON-TRANSFERABLE INote Su eta ill d be efunded Ail Ft al Inspecti performed nd Omitted to Co It)P tperty Permits I ENCROACHMENT PERMIT page It ICONSIDERATION: Types PWO# TUF Deposit Surety Penally Total Total Fees. 0.00 RU ERC12782 0.00(2087) 0.00(2093) 0.00 0.00 I Surety Paid By TCF Invoice Paid By-Costa Mesa Sanitary District 949- 631 1731 628 West (9th St I Costa Mesa,CA 92627 ' Contractor: TI3D Engineer Costa Mesa Sanitary District;628 W. 19th Street,Costa Mesa,92627-2716:Contact.Joseph Sinacon 949-315-5075 ' Inspection: OC Inspections CC. Operations&Maintenance IPERMIT INSPECTORS REPORT DATE WORK COMPLETED- The permitted rk wa ipleted atisfacto pe strueti nd/o th -built pla nd speelo eport din itted h ewith to ntv file ' Remarks. I Inspector ' Date Permit Superintendent: ' Date Refund Recommended By I Date Refund Approved Br ' Date: I I I I I I STANDARD PROVISIONS I TO BE ATTACHED TO AND MADE A PART OF PERMIT NO._2011-00367 I 1 Permits issued by this Department are pursuant to the authority vested by the Board of Supervisors for the County of Orange,Orange County Flood Control District,any one or all of which are hereinafter referred to as County. 2. Permittee agrees to save County,its agencies,districts,etc. including its officers,agents or employees,harmless from any and all I penalties, liabilities or loss resulting from claims or court actions,arising directly out of any damage or injury to persons or property by reason of the acts or omissions of Permittee,its agents,employees or independent contractors in exercising any of the privileges herein granted or in consequence thereof. I The Permittee shall file a written accident report with the County of Orange for any property damage,death or injuries on project site within 48 hours after such incident occurs. The accident report shall include,but is not limited to,the following information,if available: time and date,location, nature of accident,names of people injured,description of property damage,police report number,and description of job site condition at the time of accident. IFailure to file an accident report shall be considered a violation of the permit provisions and may cause revocation of this permit. Accident report shall be filed with the Inspection section assigned to the project Contact can be made at the following telephone numbers. IPermits Inspection (714)587.7804 1152 E. Fruit Street Santa Ana,CA 92702 IOperations Inspection (714)955-0213 2301 Glassell Orange,Ca 92865 I 3. Should any damage or injury to County works occur during initial use and/or as a result of this permitted use,either through the acts of agents,servants,or employees of Permittee or by any independent contractor of Permittee in the exercise of the rights herein granted, Permittee shall immediately,upon the written demand of County restore such works to the condition of same on the date of the occurrence I of said damage or injury at Permittee's cost or expense. The question as to whether or not any such damage or injury has been caused to the works shall be determined by the Director of OC Public Works(OCPW)and his determination shall be final. In the event repair by County is necessary Permittee shall pay County the cost of such repairs. I 4. County reserves the right unto itself to perform any work,upon any portion or all of the area covered by this permit,or to do any other work necessary at any time. Such work may be performed without incurring any liability of any nature whatsoever to the Permittee. It is further understood and agreed that County reserves unto itself the rights of ingress over all or any portion of the subject area. I 5. Neither this permit nor any of the rights herein granted shall be assigned without the prior written approval of the County. 6. By acceptance of this permit, Permittee acknowledges and assumes all responsibility for compliance with requirements of other regulatory governing agencies including,but not limited to,zoning regulations,applicable ordinances and laws,etc. of the County of Orange,the State of California,or others having regulatory control over the use granted herein. I7 A copy of this permit and approved plans,if applicable,shall be maintained at the site of work and be shown to any authorized representative of the County or other regulatory governing agency upon request. I 8. No access or work shall be performed within County rights of way without the full knowledge of County's inspector,who shall be given not less than two work days'advance notice of the initiation of permitted use Failure of Permittee to obtain inspection shall void this permit and necessitate reapplication by Permittee. I 9. This permit may be immediately revoked for reasons in the best interest of the County,including violation of permit provisions or other applicable rules and regulations or for the creation of a nuisance upon notice given by the Director of OC Public Works or authorized representative. In the event of such revocation, Permittee shall immediately cease all operations and restore County right of way as directed by County's inspector ' 10 Any construction performed within County properties shall be in accordance with OC Public Works(OCPW)Standard Plans and established criteria. Any deviation must be specifically detailed and highlighted on plans in a manner meeting the approval of County Property Permits. INo uses other than that as stated on this permit shall be exercised. Public right of way shall not be used for administrative operations or storage of equipment,materials,supplies,etc. I I ' ADDITIONAL STANDARD PROVISIONS (Codified Ordinances,Title 6,Section 6-1-1,et seq. of the County of Orange) ' TO BE ATTACHED TO AND MADE A PART OF PERMIT NO._2011-00367 11. RIGHT OF WAY RESERVATIONS. The permission granted hereby extends only to those which the County of Orange has in the real ' property and no warranty of any kind is made hereby that the said County possessed any or all of the rights of title necessary for Permittee to accomplish work under this permit,and Permittee is cautioned to satisfy itself that it has obtained all necessary rights or permits prior to commencement of work. This permit shall not constitute a grant of any interest in or to real property belonging to the County of Orange or any other person or entity. References to Director signify the Director OC Public Works(OCPW),or his assignees. ' 12. WORKING HOURS. All work shall be performed within working hours of Orange County Public Works(OCPW)permit inspection group, unless prior arrangements have been made with the inspection group. 13 SURVEY MONUMENTS: It is imperative that Permittees NOTIFY THE SURVEY OFFICE,telephone 714-834-3102,of OC Public Works at least 48 hours prior to removing or replacing any Survey monuments. All monuments shall be replaced at Permittee's expense and MUST be replaced in kind within 0 01 feet of their original horizontal and vertical location,unless otherwise specified in writing. CONSTRUCTION REQUIREMENTS ' 14, RESURFACING BY PERMITTEE OR COUNTY SPECIFICATIONS: Temporary patching of trench is required on lateral cuts in surfaced streets immediately after backfilling. Permanent pavement shall be placed within thirty(30)working days after completion of backfilling operations. All excavations shall be backfilled or covered or otherwise protected,in a manner meeting the approval of the inspector,at the ' end of each work day.The inspector may require any pavement removal to be patched with temporary AC immediately after backfilling. Where pavement or surfacing has been removed by acceptable method,as determined by inspector and trench edges sawed,Permittee shall replace it with a structural section the same as that removed plus an additional one inch(1")of AC. In no case shall the replacement structural section be less than 5"AC/NS or 3"AC/6'PMB per Standard Plans. The inspector shall approve all structural sections prior to placement. Where Portland Cement Concrete pavement is removed or damaged, it shall first be sawed at excavation limits,providing distance to the next joint is more than five(5)feet away; if not,then it shall be removed to next joint without damaging adjacent pavement and subsequently replaced with Portland Cement Concrete. 15. LOCATION OF PIPES AND CONDUITS: All pipes and conduits laid parallel to the roadway at least five(5)feet from edge of the pavement or graded traveled roadway,unless otherwise authorized in writing by the Director. 16. MINIMUM COVER: The uppermost portion of any pipeline or other facility shall be installed NOT LESS THAN thirty(30)inches below the lowest portion of the roadway surface or ditch,unless otherwise authorized in writing by the Director. 17 STANDARD SPECIFICATIONS. Unless otherwise indicated on permit,all work shall be done in accordance with OC Public Works (OCPW)Department Standard Plans and the Standard Specifications for Public Works Construction latest issues. ' 18. COUNTY PROJECTS. This permit DOES NOT give Permittee permission to delay or interfere with the construction of County projects. Installation shall be subject to the approval of and at the convenience of County's contractor. Prior to any excavation,written permission must be obtained from said contractor and presented to resident engineer,stating that installation will NOT DELAY or interfere with said ' contractor's operation, If permission is DENIED then work shall be delayed until completion of said contract. 19. TUNNELING OR BORING: All improved streets,as shown on Master Plan of Arterial Highways, MUST be bored or tunneled. All boring, tunneling and placing conduits,casing and pipelines shall be done in such a manner that the existing driving lanes will NOT be disturbed If a casing is installed to receive conduit or pipeline,all voids between casing and conduit shall be filled with grout or sand. Bore pit shall not encroach within five(5)feet from edge of pavement. 20. OPEN CUT METHOD. Open cutting of local streets may be permitted. NOT more than one-half(1/2)of the width of a traveled way shall ' be disturbed at one time and the remaining width shall be kept open to traffic. Two-way traffic shall be maintained on pavement at all times. A. Minimum clearance of two(2)feet adjacent to any surface obstruction and a five(5)foot clearance between excavation and traveled ' way shall he maintained. B. Backfill material shall be subject to OCPW inspector's approval prior to placement OCPW inspector may require 2-sack cement slurry backfill. PERMANENT A.C.PATCH shall be placed within thirty(30)working days after completion of backfilling operations. 21. COMPACTION: All backfill replaced in excavation within road right of way shall be compacted until relative compaction is NOT LESS than ninety percent(90%),as determined by the Relative Compaction Test as specified in the OC Public Works(OCPW)Department Standard Plans. PMB(aggregate base)shall be compacted to a relative compaction of NOT LESS than ninety-five percent(95%). ' After completion of backfill and compaction operations and before permanent paving is replaced,contractor shall call for compaction tests I I to be performed and shall provide for test holes at locations and as directed by the inspector. In lieu of test holes as specified above, contractor may elect to call for compaction tests in successive lifts of backfill not to exceed two(2)feet vertically in time each lift of backfill is placed and compacted. I 22. REPLACING ENTIRE DRIVING AND/OR BIKE LANE. If surfacing or pavement within driving lanes of a highway,as shown on the Master Plan of Arterial Highways or within a bikeway,is removed or damaged by Permittee's operation,existing surfacing or pavement for width of the driving or bike lane and for the length of the damaged surfacing shall be removed and replaced to a distance of not less than one hundred(100)feet. Such removal and replacement shall be to the satisfaction of the Director. I 23. OIL-MIXED SHOULDERS. Improved oil-mixed shoulders are to be remixed to minimum depth of four(4)inches with an approved oil-mixing machine using approximately'A gallon to 2%:gallons of SC 800 per square yard as determined by the Director. In lieu of the former,the entire width of the shoulder may be removed to a minimum depth of two(2)inches and replaced with a minimum of two(2) Iinches of AC. 24. CONCRETE SIDEWALK OR CURB: All concrete sidewalks or curbs shall be saw-cut to the nearest control joint and replaced in conformance with applicable provisions of the OC Public Works(OCPW)Department Standard Plans and Standard Specifications for I Public Works Construction. Sidewalk removal and replacement shall be to the satisfaction of the Inspector. 25. CARE OF DRAINAGE. If the work herein contemplated shall interfere with established drainage,ample provision shall be made by the Permittee to provide for it,as may be required by the Director. IAll roadside drainage ditches shall be restored to original grades,and inlet and outlet ends of all culverts shall be left free and dear. 26. COMPLIANCE WITH TERMS OF PERMIT Permittee shall not make or cause to be made any excavation,or construct,place upon, maintain,or leave any obstruction or impediment to travel,or pile or place any material in or upon any highway, under the surface of any I highway,at any location or in any manner other than that described in application as approved by the Director,or contrary to terms of permit or of any provision of the Ordinance hereinbefore referenced. Permittee agrees that if installation of any nature or kind placed in the excavation,fill or obstruction,for which permit is issued,which shall I at any time in the future interfere with use,repair improvements,widening or change of grade of highway,Permittee or his successors or assigns,with ten(10)days after receipt of written notice from the Director to do so,at his own expense,either remove such installation or relocate to a site which may be designated by the Director. I Permittee hereby agrees to do all work and otherwise comply with provisions of Orange County Codified Ordinances Title 6,Section 6-1-1, et seq. as amended,terms and conditions of this permit,and all applicable rules and regulations of the County of Orange. All work shall be performed in accordance with provisions of this Ordinance and of all applicable laws,rules and regulations of Orange County and to the satisfaction of the Director. I After work has been completed,all debns and excess material from excavation and backfill operations shall be removed from right of way and the roadway left in a neat and orderly condition. All approaches to private driveways and intersecting highways and streets shall be kept open to traffic at all times. Excess materials which adhere to roadway surfacing,as a result of construction operations,shall be I removed by approved methods to the satisfaction of the Director. TRAFFIC 27 ARTERIAL HIGHWAY TRAFFIC LANES: Two-way traffic shall be maintained at all times.At no time between the hours of 7:00 a.m.and I 8:30 a.m.and between the hours of 4:00 p.m.and 6.00 p.m. Monday through Friday(excluding legal holidays),shall there be any obstruction of an arterial highway traffic lane. Said restriction shall apply to vehicles,equipment,material,traffic control devices, excavation,stockpile or any other form of obstruction. Any exceptions must be approved specifically by a traffic control plan and by County-designated Supervising Construction Inspector I28. PROTECTION OF TRAVELING PUBLIC. Permittee shall take adequate precautions for protection of the traveling public. Barricades, flashing amber lights and warning signs,together with flagmen,where necessary,shall be placed and maintained in accordance with the State of California Manual of Traffic Controls,For Construction and Maintenance Work Zones until the excavation is refilled,the obstruction I removed,and roadway is safe for use of traveling public. The Director may specify,as a condition of the issuance of the permit,safety devices or measures to be used by Permittee,but failure of Director to so specify the devices or measures to be used shall not relieve Permittee of his obligation hereunder. I Trenching for installation across any intersecting roadway open to traffic shall be progressive. NOT more than one-half(1/2)of the width of a traveled way shall be disturbed at one time,and the remaining width shall be kept open to traffic by bridging or backfilling. 29 SIGNALIZED INTERSECTION: Permittee shall notify OC Public Works/Traffic Section at 714-834-5961 at least 72 hours in advance of I any excavation within one hundred(100)feet of a signalized intersection. Permittee and/or his contractor shall assume cost and responsibility for maintaining existing and temporary electrical systems or any other item or portion of work,as may be deemed necessary or advisable for protection of highway and traveling public and payment of all costs incurred by the County of Orange in repairing facilities damaged during construction. Applicant shall immediately repair or replace any damaged traffic control devices and/or striping facilities. I PERMITTEE'S OBLIGATION 30. RESTORATION: APPLICANT SHALL RESTORE THE ROADWAY TO ITS ORIGINAL OR BETTER CONDITION AND CAUSE ANY PERMANENT PAVING TO BE COMPLETED AS SOON AS POSSIBLE. Immediately upon completion of the work necessitating the ' excavation or obstruction authorized by any permit issued pursuant to the aforementioned Ordinance, Permittee shall promptly,and in a workmanlike manner,refill the excavation or remove the obstruction to the satisfaction of the Director. If Permittee fails or refuses to refill any excavation which he has made or remove any obstruction which he has placed on any highway,the ' Director may do so and Permittee shall promptly reimburse County the cost thereof. If any anytime subsequent to first repair of a surface of a highway damaged or destroyed by any excavation or obstruction in such highway,it becomes necessary again to repair such surface due to settlement or any other cause directly attributable to such excavation or obstruction,Permittee shall pay to County the cost of such additional repairs made by the Director. Cost shall be computed by the Director as provided in Section 6-3-47 or Section 6-3-49 of the ' aforementioned Ordinance,whichever,in the judgment of the Director,will most fairly compensate County for expenses incurred by it 31 PERMITTEE TO PAY DEFICIENCY If any deposit is insufficient to pay all fees and costs herein provided,Permittee shall,upon demand, pay to the Director an amount equal to the deficiency. ' 32. EFFECT OF FAILURE TO PAY COSTS OF DEFICIENCY' If Permittee,upon demand,fails to pay any deficiency as provided in Section 6-3-77 of the aforementioned Ordinance,or shall fail to pay any other costs due County hereunder for which no deposit has been made, County may recover same by an action in any court or competent jurisdiction. Until such deficiency or costs are paid in full,a permit hereunder shall not thereafter be issued to Permittee. ' 33. TAXABLE POSSESSORY INTEREST Permittee acknowledges that a taxable possessory interest may have been created by this permit and that Permiltee may be subject to payment of property taxes levied on such interest (Reference is made to California Revenue and Taxation Code,Sections 107 107 4 and 107 6.) 34. ADDITIONAL COST Any additional cost incurred by Permittee incidental to this work NOT shown on the face of the permit,shall be borne by Permittee. ' 35. COMPLIANCE Any CONDITIONS shown in regulations,attachments,and/or provisions of Codified Ordinance and all applicable laws, rules and/or regulations of Orange County or any other regulatory governing agency pertinent to work on the face of this permit MUST be complied with. ' Section 6424 of the California Labor Code requires contractors planning excavation or trench work to obtain a permit for such work from the State of California,Department of Industrial Relations,DIVISION OF INDUSTRIAL SAFETY CONDITION:0C PUBLIC WORKS DOES NOT PERFORM ANY INSPECTION UNDER THIS PERMIT PERTAINING TO THE PROTECTION AND SAFETY OF PERSONNEL OR EQUIPMENT THIS IS THE RESPONSIBILITY OF PERMITTEE. The Director may either at the time of the issuance of the permit or at any time thereafter until completion of the work,prescribe such additional conditions as he may deem reasonably necessary for the protection of the highway or for the prevention of undue interference with traffic or to assure the safety of persons using the highway ' The Permittee shall make proper arrangements satisfactory to the Director for and bear the cost of relocating any structure, public utility, tree or shrub where such relocation is made necessary by the proposed work for which a permit is issued. Permittee is aware of Ordinance No 2717 concerning the registration and disclosure of lobbyists 1 [321 ' Revised 03/13/09 1 ' O R A N G E C O U N T Y Jess A.Gtb{hl,Oliveto( i. ' 300 N.Santa Flower S te � t ,C PublicWorks P.C.Box Du Community. Du Commitment. Santa Ana,CA 92702-4048 Telephone: (714)687 43888 Fax: (714)667-8858 ' SPECIAL PROVISIONS Permit Number 2011-00367 ' By acceptance of this permit, Permittee agrees to the following: ' 1 All maintenance responsibility to or arising out of the permitted improvements or use shall be the sole responsibility of Permittee, future assigns or successors. 2. All travel lanes are to be open and usable at the close of each work day 3. Pertinent sections of these Road Encroachment Permit Special Provisions and other relevant documents will be recorded by the County Clerk — Recorder to notify future assigns or successors of their respective encroachment permit responsibilities. ' S/ Signature: "'AIN? Date. FMSO,, ' Print Name. 1