Loading...
Project 142 - Proposal - 1996-03-04 COSTA MESA SANITARY DISTRICT ORANGE COUNTY, CALIFORNIA RECONSTRUCTING FORCE MAIN FOR ADAMS PUMP STATION PROJECT NO 1112100-142 QPOFESS/0 �? 1446 9N �w 20 m cc- `r). CIVIL a�Q TFOF CAt\FOQ` ROBIN B HAMERS MANAGER/DISTRICT ENGINEER BID SET NUMBER COSTA MESA SANITARY DISTRICT ORANGE COUNTY, CALIFORNIA NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that sealed proposals for furnishing all labor materials, equipment, transportation and such other facilities as may be required for the CONSTRUCTION OF THE FOLLOWING PROJECT RECONSTRUCTING FORCE MAIN FOR ADAMS PUMP STATION, PROJECT NO 1112100-142 Bids will be received by the Costa Mesa Sanitary District, at the office of the City Clerk, 77 Fair Drive, Costa Mesa, California until the hour of 10. 00a.m. , Tuesday, March 26, 1996, at which time they will be opened publicly and read aloud in the council chambers Sealed proposals shall bear the title of the work and the name of the bidder but no other distinguishing mark Any bid received after the scheduled closing time for the receipt of bids shall be returned to the bidder unopened It shall be the sole responsibility of the bidder to see that his bid is received in proper time A set of plans and specifications may be obtained at the City of Costa Mesa, Department of Public Services, 4th Floor 77 Fair Drive Costa Mesa California upon a non-refundable payment of $10 00 An additional charge of $2 00 will be made if handled by mail [Phone (714) 754-5307 for purchasing information ] Each bid shall be made on the Proposal Form provided in the contract documents, and shall be accompanied by a certified or cashier's check or a bid bond for not less than 10% of the amount of the bid made payable to the Costa Mesa Sanitary District No proposals shall be considered unless accompanied by such cashier 's check, cash or bidder's bond No bid shall be considered unless it is made on a blank form furnished by the Costa Mesa Sanitary District and is made in accordance with the provisions of the Proposal requirements Each bidder must be licensed and also prequalified as required by law A Class A or C42 contractor's license is required The Board of Directors of the Costa Mesa Sanitary District reserves the right to reject any or all bids 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 Manager/Clerk of the District and shall forfeit penalties prescribed therefore for noncompliance of said code Dated March 4 1996 BY ORDER OF THE BOARD OF DIRECTORS OF THE COSTA MESA SANITARY DISTRICT TABLE OF CONTENTS Page Proposal P-1 PART 1 A Standard Specifications 1 B General Provisions 1 1-2 Definitions 1 1-3 Abbreviations 2 2-1 Award of Contract 2 2-3 1 Subcontracts General 4 2-4 Contract Bonds 4 2-5 1 Plans and Specifications 4 2-9 1 Permanent Survey Markers 5 2-10 Authority of Board and Inspection 5 3-1 1 Changes in Work General 7 3-3 1 Extra Work General 7 6-1 Construction Schedule and Commencement of Work 7 6-6 2 Extension of Time 7 7-2 Prevailing Wage Rates 8 7-3 Contractor's Insurance 8 7-5 Permits and Licenses 9 7-6 Contractor' s Representatives 10 7-8 1 Cleanup and Dust Control 10 7-8 5 Temporary Light Power and Water 10 7-10 Public Convenience and Safety 11 7-13 Laws To Be Observed 11 9-3 2 Partial and Final Payment 11 9-3 3 Delivered Materials 12 Special Provisions A-1 General Description of Work 13 A-2 Trenching, Bedding, Backfill & Repaving 13 A-3 Guarantees & Shop Drawings 13 N N B-I Pipe, Fittings and Valves 14 1 General 14 2 Ductile Iron Pipe 14 3 Pipe Joints 14 A General 14 B Restrained Push-On-Joints 14 C Flanged Joints 15 D Mechanical Joints 15 E Uniflange Adapter Coupling 15 F Steel Pipe 15 G Welded Joints 15 H Miscellaneous Joints 15 4 Fittings 16 A Ductile Iron Pipe 16 5 Valves 16 A General 16 B Plug Valves 16 C Gate Valves 16 6 Installation 17 B-II Testing 17 1 General 17 2 Pressure Piping 17 B-III Traffic Control and Local Agency Jurisdiction 17 B-IV Safety Requirements 17 C-I City of Costa Mesa Standard Drawing No 813 18 C-II Costa Mesa Sanitary District Standard S-111 19 P R O P O S A L PROJECT NO 1112100-142 RECONSTRUCTING FORCE MAIN FOR ADAMS PUMP STATION TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT 77 FAIR DRIVE COSTA MESA, CALIFORNIA 92626 GENTLEMEN In compliance with the NOTICE INVITING BIDS for RECONSTRUCTING FORCE MAIN FOR ADAMS PUMP STATION which is hereto attached the undersigned has carefully examined the location of the proposed work, the plans, specifications and other contract documents therefore and is satisfied as to the conditions to be encountered, as to the character, quality and quantity of work to be performed and materials to be furnished as to the requirements of the specifications and the contract It is mutually agreed that the submission of a proposal shall be considered prima facie evidence that the bidder has made such examination If awarded the contract, the undersigned agrees to commence work under the contract within ten calendar days from the date of the contract and to complete said work within thirty five (35) working days from the first day of commencement of said work unless legal extension is granted in accordance with the terms set forth in the specifications, and to perform and complete the work as shown on the plans, and in accordance with the specifications and other contract documents, and to furnish all labor materials, tools, and equipment necessary to complete the work in place, in the manner and time prescribed at the following prices to wit PROPOSAL SCHEDULE Item Approx Item with Unit Price Unit Price No. Quantity Written in Words Figures Total 1 2, 413 L F Construct 8" D I P , Pressure Class 350, Restrained push-on joints with protective coating complete in place including but not limited to, trenching excavation, shoring, bedding, furnishing and installing pipe backfilll testing, repaving traffic control, striping and mobilization, for Dollars and Cents $ $ per Linear Foot P-1 Bidder' s Initials 2 3 EA Construct 8" D I P -45° Bend, Restrained push-on joint with protective coating Dollars and Cents $ $ per EA 3 3 EA Construct 20 ' Long 16" Dia 0 30" thick Steel Casing per CMSD Std 5-111 Dollars and Cents $ $ per EA 4 L S Mill and Overlay Street Section per City Engineer Requirements Dollars and Cents $ $ per Lump Sum 5 1 EA Construct Sewer Connection at Manhole Dollars and Cents $ $ per EA 6 1 EA Construct New Connection at Pump Station Dollars and Cents $ $ per EA 7 L S Construct By-pass Connection Dollars and Cents $ $ per Lump Sum 8 L S Cut & Plug Existing 8" Sewer Force Main Dollars and Cents $ $ per Lump Sum P-2 Bidder 's Initials 9 L S Remove Existing Bypass Connection and Return Valves to City Yard including repaving excavation for Dollars and Cents $ $ per Lump Sum Total or gross sum written in words Total or gross sum in figures Bidder' s Initials 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 The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid 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 ($ NOTICE Insert the words "Cash" , "Certified Check" , or "Bidder s Bond" , as the case may be in an amount equal to at least ten per cent of the total bid price payable to the Costa Mesa Sanitary District P-3 Bidder' s Initials 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 Business Address Street BY Title City State Zip Contractor' s License Expiration Date & Classification Business Phone Number Name Title Residence Phone Number 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 19 (Signed) 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 P-4 Bidder' s Initials 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 Bidder shall signify receipt of all Addenda here, if any Addendum No Date Received Bidder' s Signature P-5 Bidder 's Initials 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 Cali- fornia, 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 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 P-6 Bidder' s Initials BIDDER'S BOND TO ACCOMPANY PROPOSAL (Required if the bidder desires to submit bond instead of a certified or cashier' s check) KNOW ALL PEOPLE BY THESE PRESENTS That we, as principals and as surety, are 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 be 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 , 199 P-7 Bidder 's Initials 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 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 bid Subscribed and sworn to before me by This day of 199 My Commission expires Notary Public P-8 Bidder's Initials PART 1 A 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 is the Costa Mesa Sanitary District's Standard Plans and Specifications for the Construction of Sanitary Sewers B GENERAL PROVISIONS Following additions are made in the "Standard Specifications" If there is a conflict between 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, Stan- dard Specifications General Provisions, Special Provi- sions, 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 (e) 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 - 1 - (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 5 Division 3 , Title 2 of the Government CONTRACT Code The provisions of this act and other applicable ACT laws, form and constitute a part of the provisions of this contract to the same extent as if set forth herein in full 1-3 ABBREVIATIONS CCM City of Costa Mesa CMSD Costa Mesa Sanitary District CNB City of Newport Beach CSD County Sanitation Districts of Orange County OCEMA Orange County Environmental Management Agency 2-1 AWARD 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 30 days after the opening of the bids PROCEDURE FOR PROPOSAL SUBMITTAL Proposal shall be made and submitted on the Proposal Forms in accor- dance with the Notice Inviting Bids In addition to the required signa- tures in the spaces provided in the proposal forms, each bidder shall initial each sheet of the proposal forms at the bottom right hand corner 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 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 inter- ested 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 limitiations 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 - 2 - 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 interpre- tations 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 BID 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 City 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 - 3 - 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 the Attorney for the District No proposal shall be considered binding upon the District until the execution of the contract by the District 2-3 1 SUBCONTRACTS GENERAL The Engineer, as duly authorized officer may consent to Subcontractor substitution requested by the Contractor subject to the limitiations and notices prescribed in Section 4107 of the Government 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 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 1 PLANS AND SPECIFICATIONS 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 - 4 - If after award of contract, should it appear that the work to be done, or any matter relative thereto, is not sufficently 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 2-9 1 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 2-10 AUTHORITY OF BOARD AND INSPECTION Authority of Board and Inspection shall conform to Section 2-10 of Standard Specifications and the following 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 - 5 - 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 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 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 and final acceptance of work 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 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 con- sider and render a final decision on any such protest within 30 days of receipt of same - 6 - 3-1 1 CHANGES IN WORK GENERAL Engineer shall be the duly authorized officer who may 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 EXTENSION OF TIME In the event the work called for under the contract is not finished and completed in all parts 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 superintendence 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 10 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 - 7 - 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 PREVAILING WAGE RATES 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 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 the Engineer for checking Using Form DH-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 Con- tractor or any Subcontractor under him The Contractor and any Subcon- tractors 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 Rela- tions Ex-Officio the Administrator of Apprenticeship San Francisco California or from the Division of Apprenticeship Standards and its branch offices 7-3 CONTRACTOR'S 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 Subcon- tractor 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 re- quired 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 - 8 - 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 c Motor vehicle public liability and property damage insurance to cover each automobile, truck and other vehicles used in the performance of the contract in an amount of not less than $250, 000 for one person and $500, 000 for more than one person and property damage in the sum of $100 000 per occurrence and $250 000 in the aggregate resulting from any 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 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 7-5 PERMITS AND LICENSES 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 soley responsible for all work performed under the permit - 9 - 7-6 THE CONTRACTOR' S REPRESENTATIVE Contractor shall also file with the Engineer the addresses and tele- phone 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 - 10 - 7-10 PUBLIC CONVENIENCE AND SAFETY The Contractor shall abide by the following publications which are hereby made a part of these specifications The Work Area Traffic Control Handbook (WATCH) The Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon Highways State Labor Code Sections 6704, 6706 and 6707 The Construction Safety Orders (CAL/OSHA) The General Industry Safety Orders (CAL/OSHA) Standard Specifications for Public Works Construction (The Green Book) 7-13 LAWS TO BE OBSERVED The Contractor shall protect and indemnify the District the Board of Directors the Engineer, and 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 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 2 PARTIAL AND FINAL PAYMENT The leading 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 recommend- ation of the Engineer, accept the work as complete and authorize the final payment - 11 - The amount retained and deducted by the District shall be 5% 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 Directors 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 classed as work done except as otherwise provided in these specifications - 12 - CMSD 1112100-142 RECONSTRUCTING FORCE MAIN FOR ADAMS PUMP STATION SPECIAL PROVISIONS The following additions are made to Part 1 of the "Standard Specifications" If there is a conflict between these additions and Standard Specifications, these additions shall have precedence A-1 GENERAL DESCRIPTION OF WORK The work to be done in general consists of the following Removal of existing improvements and obstructions; controlling traffic in and around the work site; controlling and disposing of surface and groundwater flows during all phases of construction; bypassing existing sewage flows as necessary; excavating for the force main; constructing the 8" ductile iron force main; connecting force main to existing pump station and to outlet manhole; constructing bypass connection; cutting & plugging existing force main; backfilling excavations; reconstructing of paving and other improvements to the satisfaction of the City Engineer of Costa Mesa The proceeding shall include furnishing all labor, materials tools equipment and incidentals necessary to perform and complete said work to the satisfaction of the Costa Mesa Sanitary District A-2 TRENCHING, BEDDING, BACKFILL & REPAVING Pipe bedding shall be as shown on Costa Mesa Sanitary District Std S- ill The remainder of the trench replacement shall conform to City of Costa Mesa Std 813 for work in City right-of-way A-3 GUARANTEES & SHOP DRAWINGS 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 3 copies of shop drawings and piping layouts for review prior to purchasing or installing any materials - 13 - B-I PIPE FITTINGS AND VALVES 1 General - The Contractor shall furnish and install all pipe fittings and valves in the locations and of the material shown on the plans, including all joint materials, supports, and tools and equipment necessary for installation, testing and operation of the complete piping installation All pipe, fittings, and valves delivered to the pumping facility site shall be clearly marked to identify the material, class and thickness All material shall be new and free of blemishes The Contractor shall submit two sets of shop drawings of piping layout and approved equipment with installation details to the Engineer The shop drawings shall be reviewed by the Engineer prior to fabrication, shipment or installation of the components 2 Ductile Iron Pipe - Ductile iron pipe shall conform to ANSI/AWWA C151/A21 51 and shall be of a standard brand of manufacture, equal in all respects to that manufactured by the United States Pipe and Foundry Company Ductile iron pipe shall be Pressure Class 350 The internal surfaces of ductile iron pipe and fittings shall be coated with 8 mil (min ) coal tax epoxy, Bitumastic No 300-M (Koppers Co ) in accordance with ANSI A21 4 (AWWA C210-84) Exterior surface shall have 1 mil minimum coal tar epoxy and polyethylene encasement (8 mil min ) for protection of DIP in accordance with ANSI A21 5 3 Pipe Joints - A General Pipe joints shall be of the size and type shown on the plans and as hereinafter specified If the type of joint is not shown a joint suitable for use with the pipeline material and service shall be used Joints shall be prepared and connected in accordance with standard practice for each type of pipe joint All bolts, gaskets and other material and appurtenances required to properly complete the joints shall be provided B Restrained Push-On-Joints Restrained joint pipe shall be ductile iron manufactured in accordance with the requirements of ANSI/AWWA C151/A21 51 Push-on joints for such pipe shall be in accordance with ANSI/AWWA C111/A21 11 pipe thickness shall be designed in accordance with ANSI/AWWA C150/A21 50 - 14 - C Flanged Joints Flanges on ductile iron pipe are to be made up with companion flanges screwed on threaded pipe Flanges on steel pipe may be companion flanges screwed on threaded pipe or slip-on welding flanges welded to the pipe Where screwed on flanges are used, they must be made up so end of pipe is not more than 1/8" from flange face, with no pipe projection beyond the flange face Flanged joints shall be made up using proper bolts with hex nuts and asbestos fiber ring gaskets All flanged joints shall be made up with the flanges concentric and flanges faces parallel prior to tightening the joint Bolts for flanges shall not extend beyond the nut more than 1/4" and the threads shall be coated with Jet-E-Lube TPE-15 thread sealing compounds, or equal All fasteners within wet-well shall be stainless steel D Mechanical Joints Where mechanical joints are indicated on ductile iron pipe, they shall conform to ANSI Specification A-21 11 with neoprene gaskets E Uniflange Adapter Coupling Uniflange adapter couplings shall be furnished and installed where shown on the plans and at other locations with the prior approval of the Engineer Gasket material shall be suitable for sewer service and coupling shall be 125 lb cast iron construction The coupling shall be installed and set screws torqued in accordance with the manufacturer ' s instructions The adapter coupling shall be as manufactured by Smith-Blair, Inc or an approved equal F Miscellaneous Joints All joints not specifically mentioned shall be in accordance with accepted standard practices - 15 - 4 Fittings - A Ductile Iron Pipe Fittings for DIP shall be cast or ductile iron with flanged or mechanical joint connections conforming to ANSI Specification A-21 10 Where coated pipe is installed, the fitting shall be coated 5 Valves - A General Valves shall be installed in the locations shown and shall be of the type and size indicated on the plans The position of each valve shall be as indicated or as directed by the District's representative Valves shall have flanged connector ends as shown on the plans Where not shown the valve shall have the same type of connections as the pipeline in which it is installed it shall be installed using suitable adapter fittings B Plug Valves Plug valves shall be eccentric plug type with 150# cast iron or stainless steel bodies and 125# ASA flat face flanges and resilient, neoprene coated plug faces Valves shall be lever-operated and shall be suitable for service shown on the plans C Gate Valves Gate valves shall conform to the latest revision of the AWWA C500 and shall meet the following special requirements Valves shall be equipped with all bronze integral working parts including, but not limited to discs double discs with parallel seats of the bottom wedging type non-rising stems, two 0-Ring seals; and shall open in a counter- clockwise (left direction) Valves shall have 2 inch operating nut Gate valves shall be designed to withstand a working water pressure of 150 psi Cast iron shall conform to ASTMA-126 Class B cast iron All castings shall be sound, clean, free from porosity cold shuts blisters, holes and defects of any nature that would render them unacceptable No plugging, filling brazing or welding of defects will be allowed Bronze valve components except the valve stem, shall conform to ASTM B62 Stems shall be cast or forged from bronze containing not more than two per cent aluminium and seven per cent zinc - 16 - 6 Installation - The Contractor shall install all pipe, valves and fittings as shown on the plans, as specified or in accordance with standard practice All materials and work required to install pipe valves and fittings in a safe manner shall be provided by the Contractor, whether or not specifically called for or shown if the need for such materials and work to provide a first class result be reasonably anticipated by one familiar with the type of work B-II TESTING 1 General - The Contractor shall, at his own expense furnish all labor, equipment, materials and water necessary for tests and for reworking unacceptable piping Control piping and tubing shall be tested as directed by the Engineer and as recommended by the applicable control manufacturer Prior to testing all lines shall be flushed with clean water and all obstructions shall be removed 2 Pressure Piping - The Contractor shall test all pressure piping and appurtenances in the presence of the Engineer The pipe trench shall be partially backfilled and joints shall be exposed during the test However when in the opinion of the Engineer, local conditions require the trenches be backfilled immediately after the pipe has been laid the pressure test may be made after backfilling has been completed but before placement of permanent pavement The duration of the test and the test pressure shall be directed by the Engineer (50% over design pressure for 2 hour minimum) B-III TRAFFIC CONTROL AND LOCAL AGENCY JURISDICTION The Contractor shall obtain a permit from the local agency having jurisdiction over the areas where the sewer lines are being installed The local agency is the City of Costa Mesa The Contractor is responsible for providing the local agency with (traffic control plans, detour plans, etc ) or other documents that are necessary to obtain the permits B-IV SAFETY REQUIREMENTS The Contractor shall conform to the latest OSHA requirements while working in the manholes and sewer lines and shall abide by the Work Area Traffic Control Handbook (WATCH) , the Manual of Warning Signs Lights and Devices for use in performance of Work Upon Highways and the local agency ' s directives for traffic control and safety - 17 - WHEELCUT OR SAWCUT 0.2' REPLACEMENT PAVEMENT PAVEMENT PAVEMENT A.C. OR P.C.C. *V..%\ "7\771 0.1' A' B' B A B• 0.65 MINIMUM C.A.B. OR SLURRY FOR LOCAL STREETS. R 2' 0.50' 1.00' MINIMUM C.A.B. OR SLURRY FOR HIGHER TRAFFIC R 2' 1.0' \11 _— A\ STREETS. SEE MOTE II ., TASLE HEREON DOCKFILL 1DME SEE MOTE /2 1.0' MINIMUM SEEN T'ONSA.S PEU RSYU, CA.IBO O0 1 AS PPIPE ZONE CIOFF I ETDH,E STANDARD COMPACTED 0.50' 0.50' TO THE SATISFACTION OF THE CITY ENGINEER. DI OR D' _ _ aR D -- BEDDING 'B' CONCRETE AGGREGATE, C.A.B., C.M.B. OR AS 0.1 SPLLIFIED, MAXIMUM GRADATION NO. 2 COMPACTED TO THE 0/10 SATISFACTION OF THE CITY ENGINEER. \ \\ D/10 BUT NOT \///\\ \//.//(/ LESS THAN .5' 'WHICHEVER IS LESS BUT NOT UNDISTURBED FOUNDATION LESS THAN .35 MOTES. 1. ALL EXCAVATION AND CONSTRUCTION OPERATIONS SWILL COMPLY WITH THE REQUIREMENTS OF CALIFORNIA DIVISION OF INDUSTRIAL SAFETY AND THE WORK AREA TRAFFIC HANDBOOK. (W.A.T.C.H. LATEST EDITION). 2. ALL TRENCHES WHICH ARE TRANSVERSE OR DIAGONAL TO EXISTING OR FUTURE STREETS (INCLUDING ALL INTERSECTION CROSSINGS) ALL LONGITUDINAL TRENCHES IN THE STREET WITHIN 1.5' OF THE EDGE OF THE GUTTER OR CURB (IF NO GUTTER), MOUND MANHOLES, AND ALL NARROW (LESS TAN 2') LONGITUDINAL TRENCHES WHICH ARE LESS THAN 20' LONG SHALL BE BACKFILLED WITH CLASS 100-E-I00 SAND-CEMENT SLURRY ALL OTHER CONDITIONS SHALL BE BACKFILLED WITH SLURRY C.M.B. OR C.A.B. OR AS SPECIFIED. 3. BACKFILL MO COMPACTION METHODS SHALL CONFORM TO SUBSECTION 306-1.3 OF STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (LATEST EDITION) EXCEPT THAT 95% MINIMUM RELATIVE COMPACTION SHALL BE REQUIRED WITHIN THE STRUCTURAL SECTION AND 0.5' BELOW, WITH 90S REQUIRED IN THE REMAINDER OF THE BACKFILL ZONE. 4. ALL REFERENCES TO SLURRY SHALL MEAN CLASS 100-E-100 SAND-CEMENT SLURRY. 5. ALL A.C. REPLACEMENT REQUIRES A TACK COAT ON EXISTING EDGES AND A SEAL COAT ON THE SURFACE. 6. ALL WORK SHALL CONFORM TO THE CITY OF COSTA MESA 'GUIDELINES FOR TRENCH EXCAVATION' ATTACHED HERETO. 7 PRIOR TO PLACING BACKFILL, CALL CITY OF COSTA MESA ENGINEERING DIVISION FOR SEWING INSPECTION. S. THE WHEEL CUT CR SAWCUT OF A.C. SHALL BE A STRAIGHT CLEAN LINE ACCEPTABLE ID TIE CITY ENGINEER. I � 9. WHERE A.C. EXCEEDS 0.5' IN THICKNESS. ALTERNATE PAVEMENT REPLACEMENT THAN REQUIRED HEREIN WILL BE SPECI- FIED BY THE CITY ENGINEER. 10. PRICK TO PERFORMING ANY WORK IN THE PUBLIC RIGHT-OF-WAY A PERMIT MOST BE OBTAINED FROM THE CITY OF COSTA MESA ENGINEERING DIVISION. 11. OM ALL HIGHWAYS SHOWN ON THE MASTER PLAN OF HIGHWAYS, A +9 +9' SHALL BE OF A WIDTH SUFFICIENT TO ACCOM- MODATE A SELF-PROPELLED STEEL ROLLER. 12. THIS STANDARD SHALL APPLY TO ALL UTILITY CUTS IN THE PUBLIC RIGHT-OF-WAY C.A.B. QUSHEO AGGREGATE BASE AS PER SUBSECTION 200-2 OF THE STANDARD SPECIFICATIONS C.N.B. CRUSHED MISCELLANEOUS BASE SEO 4-16-86 TY OF COSTA MESA TRENCHING DETAIL ;;W H' ' CALIFORNIA A. '/ STD.DWG.NO Al UBLIC SERVICES DEPARTMENT APPROVED as. DATE 7 ZS t4 BRUCE MATTERN R.C.E. 19388 I Z - 18 - 1 CITY OF COSTA MESA GUIDELINES F OR TRENCH EXCAVATION AS SR yyIRED BY STD. DWG. Men 1 A trench is defined as an excavation in which the depth is greater than the width of the bottom of the excavation All trench excavation and related work shall conform to Subsection 306-1 of the current edition of the Standard Specifications for Public Works Construction (Stan ar Specifications) and as further specified below a Maximum length of open trench shall be 200 feet or the distance necessary to accommodate the amount of pipe able to be installed in a single day, whichever is greater b Before excavating any trench five feet or mare in depth, the contractor/permittee shall submit to the City a detailed plan showing the design of shoring, bracing , sloping or other provisions to be made for the workers' protection. This plan must comply with the requirements of the State of California Construction Safety Orders, Article 6, Section 1540 If this plan varies from shoring system standards, it shall be prepared by a registered civil engineer. The plan will be reviewed by the City prior to the commencement of excavation by the contractor/permittee c Prior to commencing work on this project, the contractor/ permittee shall submit to the City for approval a plan and schedule of construction which will allow the least inconvenience to the public and/or residents Utility 1 trenches must be backfilled and compacted or covered with steel plates so that all residents will have access to their driveways prior to contractor/ permittee leav- ing job site each day. All trenches deeper than 0.1 foot in roadway must be covered with steel plates or fenced, as determined by the City, when left overnight All plates shall be placed and secured against displace- ment in conformance with the provisions of the 'work Area Traffic Control Handbook' published by Building i News, Inc , latest edition thereof. 2 Bedding material which supports the conduit shall extend a minimum of 1.0 foot above the conduit after densification 3 Prior to backfilling of the trench by the contractor/ ?' permittee, the proposed backfill material must be approved by the City When requested the contractor/permittee shall provide the City with a certificate of compliance from a soils testing laboratory approved by the City. 18A it i When required by the City, tests shall be performed on all proposed backfill material to ensure uniform Laaupliance with City requirements Any material that fails on-site testing is subject to removal and disposal at the expense of the contractor/permittee. 4 As stated on the Standard 813, backfill and bedding materials shall have a sand equivalent (S.E.) as determined by Test Method No. Calif 217 and-shall be densified to a minimum relative compaction of 90 percent (95 percent in the case of subparagraph 4b below) by the use of mechanical tampers, rollers, or. vibrators approved by the City "Stamping" type equipment shall not be used for densifying trench backfill without prior City approval when the con- duit or pipe is other than reinforced concrete or as otherwise specified by the public utility canpany standards Material for mechanically compacted backfill shall be placed in lifts not exceeding thicknesses as specified in Subsection 306-1 3 2 of the Standard Spek.ifications for the type of equipment used Class 100-El00 sand-cement slurry, mechanically mixed (hand mixing is not approved) and placed in conformance with City requirements, may be used when approved by the City a. Testing of backfill material shall be performed by the onntractor/permittee, as required by the City to ensure uniform densification. Approval of the test results for backfill material shall be secured from the City prior to palcenent of permanent base or pavemesnt. All tests shall be performed at the expense of the antractor/permittee b. Where trench excavation occurs within existing pavement, the following conditions shall apply- (1) The upper 0 5 feet of subgrade and the struc ual section be densified to a minimum relative ampaction of 95 percent. The retaining back- fill shall be densified to a minimum relative compaction of 908 (2) All trenches which are transverse or diagonal to existing streets or are within an intersection. shall be backfilled with Class 100-E-100 sand-cement slurry When longitudinal trenching is proposed near curbs and gutters, the walls of the trench shall not be within 1 5 feet of the edge of gutter (or edge of curb if there is no gutter) if the trench is in the street, nor within 1 5 feet of the back of curb if the trench is in- the parkway, unless prior approval is obtained from the City When trench walls 1 5 feet or closer to the edge of gutter (or edge of curb if there is no gutter) are approved by the City, then the trench shall be backfilled with Class 100-E100 sand-cement slurry (3) The existing pavement shall be cut on all sides 0 5 to 1 0 feet wider than the trench width (as required by City Standard Drawing No. 813) When the edge of existing pavement is so cut, all existing pavement be- tween the edge of the cut and the gutter shall be removed if it is less than 2 0 feet in uniform width. All edges of reconstructed pavement shall be straight and uniform. If the contractor/pernittee chooses to use a "pavement breaker" for marking the initial limits of trench ex- cavation, the area so marked must be ntin n cly barricaded to prevent traffic fran passing over the indentations in the pavement, as well as 18B 1 area immediately adjacent to any excavation Such barricading or traffic closure, however, shall comply with contract/permit traffic requirements, and not constitute additional closure All loose pave- ment and other debris shall be immediately removed Prior to surfacing of the trench the existing pavement shall be cut as specified above Any barricading shall conform to City traffic retirements and pro- visions of the "Work Area Traffic Control Handbook" (4) Trench resurfacing shall match the existing street surface material (A.0 of P.C.C.) and shall be 0.1 foot thicker than existing pavement. The minimum thicknesses of trench resurfacing materials shall conform to the following table: I IACAL STREETS AND ALLEYS 1 WJOR, PRIMARY, SECCEIDARY AND COMMUTER STREETS (As shorn on the I I City of Costa Mesa Master Plan of I Highways) 0.35 foot A.C. or P.C.C. ( 0 50 foot A.0 or P.C.0 over 0.65 foot Crushed Aggregate I 1 00 foot Crushed Aggregate Base Base or or 0.35 foot A.C. or P.C.0 0 35 foot A.0 or P.C.C. over over Class 100-E-100 sand- Class 100-E-100 sand-cement slurry cement slurry I I cam, 18C .uSc....r 4.t:v,:* mrderasext et+au+.:sac ATAttat'" S ttant? ;aMisI.+die€OWATNIVAlitct l?� one- y3' <.3Rw?c' 53t:H KthRATZ-3 ^' tafri : ffie.v (5) If temporary asphalt concrete pavement is placed in any pavement cut, it shall be maintained free of holes, ruts or other failures. This tempory pavement shall be removed and disposed of, and permanent asphalt concrete placed within a period of ten working days or as otherwise approved for public utility companies, following the placement of the temporary pavement. After removal of temporary pavement and prior to placement of permanent asphalt the surface of the subgrade, backfill or base, and edges of adjacent pavement shall be approved by the City This surface shall be tested/inspected for compaction, elevation, surface uniformity, and it shall be firm, hard and unyielding The edges of pavement shall be in- spected for width, straightness, and proper tack coat. (6) If the contractor/permittee proposes to open a street to traffic after permanent asphalt concrete (base course) has been installed in the trench, but prior to installation of the final pavement coarse, the pavement shall be maintained in such`a manner that holes, ruts, failures and abrupt changes in elevation will not occur The contractor/permittee shall obtain approval fram the City prior to opening the street to traffic within the limits of the permitted work. !� (7) The final pavement case shall be made in such a manner that it will be flush and conform with the existing street surface.= The contractor/permittee shall obtain approval from the City prior to placing the final pavement course: 5 The City guidelines for testing backfill material are as follows a Prior to trench excavation, the gradation sand equivalence (S.E.) , and relative compaction curve of the proposed backfill material shall be determined and a certificate of compliance from a City appproved soils testing laboratory shall be submitted to the City The City may require additional testing at the expense of the contractor/permittee to ensure uniform compliance and may accept or reject the material based upon such testing Unsuitable material as determined by the City shall be removed from the site at the ex- pense of the contractor/permittee. b. Relative compaction tests shall be performed at intervals not ex- ceeding 200 feet in length and 2 0 feet in depth. Any material that fails a compaction test shall be recarpacted or removed to limits determined by the City 1 8D V nX a,z w 'y44V zn y. v4. :tra�l A'+}1 VI e� ari, :P'' - Y?q Ys' - y,'1''ep' E ,' i+.'+�tY Y,,: n� 'Uy'"'''''..1"t aMy�• r,. �,.. x �..i.. ,.� �^"'_ sN)r..itl > .G_t t.'�Sz^r` _ i,.�.-,:,i rows._:f.., t,8% '! As-tew^..,Iv+;Al -tariff: d'c,.A. as frs_. . 4baa: l 6. Barricades and traffic control shall be performed per the "work 0 Area Traffic Control Handbook' published by Building Nets, Inc., latest edition thereof nIri 7 Any pavement traffic striping r$mved or obliterated due to oent- raptor/permittee operations shall be replaced by the contractor/ permittee imred.iately following final peving/petdzing, to the sat- isfaction of the City The contractor/persdttee shall also provide 4 temporary reverent nerkings during construction when required by the City Cn Qty contracts the contractor shall restripe only when required by the specifications ft Date 7/// 8S �� 1 �� 1 '1 / / BRUCE D. gli Director of public Services/ Qty Engineer F i • 1 . { r ) 'L a � ■ii 1 ` - f xc 3 $ ;' .K • Is 1 { 3 18E li ' Sand or slurry fill vr—•` Steel casing .1 .e •er •Ian • bell 4, 2"x4" wood skids � , , (pressure treated redwood) CASING BY JACKING OR BORING NOTES 1 2' X 4' wood skids shall be attached to sewer main by metal straps or other means to secure wood skids to pipe. 2. Space around sewer main in- casing shall be filled with air blown sand or I sack cement slurry mix. 3. Open ends of casing shall be plugged with brick and mortar 4. Diameter of steel casing shall be large enough to clear pipe bell with wood skids attached, and allow space for sand or slurry pumping IDa 8• G IB-82 COSTA MESA SANITARY DISTRICT Approved i�fff District Engineer-R.C.E. 31720 Pipe in Casing Drawing N2 S -III • — 19 — G FA ...." .�..- o hi Y a;aaao Afifrfi5 8. GF fluu-i' -1200ie8o;3'Y49' P:4 g,-$gY-=gg' : - .g1 0neac i for f am?F :.0.EN£ ,Si. C 'M$ $. 1."{i .4". O 8 £RggWg a86 onRmi•i,°oca gig °>5.fi R OR R e4p.-°eu. g ^ � 4a £ EFa,aR 3oxx€ $.,1 $:^� 0.2. °" a$:g; �g-2 f�o' � e °s� 4:!;! ; Rp£ 8 ' =O : � AR'", di gb 4 g R E u R b ;m ba ^ab^.$ ”$ ga° #$ 3G '�S !R i i R r aa p ;i -P3 12$ a, g 1 .s-' , $ °S F .b 'lg. i. RR R ^ ;°g! d 3°g 9 Ro g4T `g g o R $ k $ 2. ri 3 a: ggyoTTogiO, • 0/� VJ ai _ oC a x �o ��e � Y r• c-N SS a2- y Z Z -1"= ° 1 ' - '` y CO o a o _$ i ill R .. ;� . i \ :''° \ ° 3 0 Ma i co 4 Im Z vJ ' N z -1 s C a C R S al A < N y - xu mm a m m o � w �' $ a m °gi, s y n - y r n hi m N 2%" Y`a i ° i 223Rn 'a ^a gAp ' 114. "€sus gak0 'z ,$;agabv ;t . "'?a; ml 5""s"-r5 , � ; - " s'R' a5 ^$aRa°R€ ' ° 8g°g' ka . "z , 0;g-gg8$. "'a ,$aom "g 9 ^ n + , 8$ s °=4=$°2' " € � g g4 ° da 0 g , g°�a � a •@ m $R =„a Rog £ ,Al 'R.% , °„ a4 s- : , . €;° ee° 70 tb4 bg^ :8,28 ig8, x bm° so €'", g^.AG,� "{ R➢ € : ' g AaaRs z aay.-18si^ = ;R; ; , b„ b .S' o d o o 0 kg - S E3 8 ^ R e # .p„ : I I JiJ 111 L II III IEl�i „a 1 IP1 o I &, o 0 Ly STA, 12+00 I MATCH LINE SEE SHEET NO 3 I P�-Tllt ° l I• I 1 1 , . i 1 I, I ' I I . ' 1 'I ICI�I II \ ikill I III I I Ag d 0 ,�o I_I I�po 0 I ;VIII �fi - ci 0 l � llq } p II.I'I II I M y 1Il=lId* o ` , I{ I1 *1 zs% p 1111 O I ; Ali 11 I1 11q„ s II II e'_ z ' :I- Ili II �£ 1 `\', e i yl,` m I I I I ; o \� II II Le" =1 �ti I i I hI '- 1 ` m I „TI. a lill=if ' n 6 1 �III11k1 ( I \ h'9; �, 'I°; 0 7 : <<3 Ii 1i III I1 1I 2. a,,. o.,/ 1 m m I I� rlil1'. F, o N" t,.� i 1 11 j I 1\1 0_ 1 y -r om. 5 lNL, J[ `I m ° y � y i I I y = " > or 0 4 I�1 z �_ ! m vn n— <L �I a . . Eo. �P° o n �— T �`a,o =s?�o m n 2 I�—fir � ` — — — a .�i, _- H m mil Q \y I /" m i ce V;1. 'ly 1 1`17-$ I ( ,h 1 o °o 0 0 • s� InIIe I I I ' Iii I• 4.,I 1 1 0-k; Ei / O O ....r uo; ' "'4177 m I O �' ... i ,. 1 .;4,. k rt 1 el 01 � N I1II IR1 ` I o a .IIII 1° i ' I „ - I a Ili Ili. it : , tl II j El( a I, 1 + — a ;I I„I it' le. rn H (;” S'Y 1. ::( //X ,-, C -e ,ta Ta im 11 I I I •1; I T - 1.I M I k.�c > �� 1 L. � ° 7d o L -I I Ii h \ —f L '=1 r i : aii i I�„ �. 1 ,a -G, ri r o m frl o _ 1 I11 III I I 1111 ;. I--- €� o f 1p1111I . f 0 ICI : 111 Ili o 1 .11 r _ o A I I �. h,1 11 j E 'A , A o h -tI. y a I � 11 F nm .1II I " o I 1 G 0 Ile 1 o STA 12+00 1 MATCH LANE SEE SHEET NO 2 I I I 101 r-• 1 O O II I1111 ;j t�l I I 1 I I 1,3/4,1 I1d I