Loading...
Project 139 - Proposal - 1995-12-04 COSTA MESA SANITARY DISTRICT ORANGE COUNTY, CALIFORNIA CONGRESS PUMP STATION ABANDONMENT PROJECT NO 1112100-139 e h in pp❑ oo ao A• V �� A `-1 Tr* j %soRla/ ROBIN B HAMERS OQaoF ESSip f� ,c�\� � � DISTRICT ENGINEER U � G,, ct 1121,5.,96 -Z c4 j� CIVIL ��Q yTe°FCAL\C-° 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 CONGRESS PUMP STATION ABANDONMENT, PROJECT NO 1112100-139 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 00 a m on January 3, 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 (full size plans are available upon request) 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 December 4 1995 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 PART 2 CONSTRUCTION MATERIALS 208-2 3 Joints for Clay Pipe 13 PART 3 CONSTRUCTION METHODS A-I General Description of Work 13 B-I Additions to Standard Specifications 14 300-1 Clearing and Grubbing 14 300-2 Unclassified Excavation 14 301-2 Untreated Base 14 302-5 Asphalt Concrete Pavement 14 302-5 4 Asphalt Concrete Pavement - Tack Coat 14 306-1 2 1 Pipe Bedding 14 306-1 2 3 Field Jointing of Clay Pipe 14 306-1 3 Open Trench Operations - Backfill and Densification 15 306-1 5 1 Temporary Resurfacing 15 B-II Connections to Existing Facilities 15 B-III Guarantees and Tests 15 B-IV Safety Requirements and Permits 16 B-V Traffic 16 B-VI Sheeting Shoring and Bracing 16 B-VII Removal of Existing Equipment 17 C-I Costa Mesa Sanitary District Std Drawing No S-100 18 C-II Costa Mesa Sanitary District Std Drawing No S-102 19 C-III Costa Mesa Sanitary District Std Drawing No S-104-A 20 C-IV Costa Mesa Sanitary District Std Drawing No S-104-B 21 C-V Costa Mesa Sanitary District Std Drawing No 5-105 22 C-VI Costa Mesa Sanitary District Std Drawing No S-112 23 C-VII City of Costa Mesa Std Drawing 415 24 C-VIII City of Costa Mesa Std Drawing 813 25 P R O P O S A L PROJECT NO 1112100-139 CONGRESS PUMP STATION ABANDONMENT 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 the CONGRESS PUMP STATION ABANDONMENT 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 60 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 1297 LF Construct 8" VCP Sewer Line, complete in place including, but not limited to, excavation, trenching, shoring, traffic control, bedding, furnishing and installing pipe backfill testing and repaving street dollars and cents per linear foot $ $ P-i Bidder 's Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No. Quantity Written in Words Figures Total 2 72 LF Construct 6" VCP Sewer Lateral, complete in place, including, but not limited to, excavation trenching shoring, traffic control, bedding, furnishing and installing pipe, backfill and repaving street dollars and cents per linear foot $ $ 3 14 EA Tie-in existing Sewer Lateral dollars and cents per EA $ $ 4 4 EA Construct Sewer Manhole per CMSD Std 5-100 dollars and cents per EA $ $ 5 1 EA Construct Sewer Drop Manhole per CMSD Std 5-102 dollars and cents per EA $ $ 6 1 EA Reconstruct Existing Manhole Base per Detail Sheet 2 dollars and cents per EA $ $ 7 4 EA Plug Existing 8" VCP Sewer dollars and cents per EA $ $ P-2 Bidder 's Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No. Ouantity Written in Words Figures Total 8 2 EA Remove Existing Manhole Frame Cover & Shaft to 2 ' Below Finished Surface Fill w/sand Cement Slurry and Construct 10" Full Depth A C Pavement dollars and cents per EA $ $ 9 L S Abandon Existing Pump Station and Electrical Vault per Details Sheet 5 and Rechannel Manhole dollars and cents per Lump Sum $ $ 10 36 LF Construct 6" VCP Sewer Lateral per CMSD Std S-104-A B dollars and cents per Linear Foot $ $ 11 272 SF Remove and Reconstruct Cross Gutter per CCM Std 415 dollars and cents per Square Foot $ $ 12 1 EA Remove Interfering Portions of Existing Manhole and Construct Sewer Manhole per CMSD Std 5-100 and Detail Sheet 4 dollars and cents per EA $ $ 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 P-3 Bidder' s Initials 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 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 satisfac- tory 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 P- 4 Bidder' s Initials 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 Street City State Zip Residence Phone Number 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-5 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-6 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 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 improve- ment 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 Legisla- tive Body of the owner Portion State License Of Work Subcontractor's Name and Address Number Class P-7 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- 8 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 direct- ly 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 whatso- ever, 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- 9 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 In addition to the "Faithful Performance Bond" and the "Labor and Material Bond" , Contractor shall also furnish to District a "Guarantee Bond" in the amount of $10, 000 or ten percent (10%) of the contract price, whichever is greater as security for this guarantee to be retained by District for a period of one (1) year after the date of written acceptance by the District, of all work performed under this contract The date of written acceptance shall be the date of recording of the Notice of Completion 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 - SPECIAL PROVISIONS The following additions are made to Parts 2 & 3 of the "Standard Specifications" If there is a conflict between these additions and Standard Specifications, these additions shall have precedence PART 2 CONSTRUCTION MATERIALS 208-2 3 JOINTS FOR CLAY PIPE Joints for vitrified clay pipe shall be Type "D" in conformance with Section 208-5 of the Standard Specifications PART 3 CONSTRUCTION METHODS A-I 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; excavating the trenches for sewer main; controlling and disposing of surface and groundwater flows during all phases of construction; removing existing sewer main; laying the sewer main; construction of manholes; joining existing manholes; rechanneling existing manholes; connecting existing laterals to new sewer; testing the sewer main and manholes ; backfilling excavations; removal and disposal of excess trench materials ; also removal of pumps and appurtenances from wet well and electrical vault; cleaning wet well and electrical vault; backfilling wet well and vault; plug existing force main; reconstructing paving and other improvements to the satisfaction of the City Engineer of Costa Mesa -13- B-I ADDITIONS TO STANDARD SPECIFICATIONS 300-1 CLEARING AND GRUBBING Clearing and grubbing shall consist of removing all obstructions and improvements as shown on the plans and specififed in Section 300-1 of the Standard Specifications 300-2 UNCLASSIFIED EXCAVATION Unclassified excavation shall consist of all excavation 301-2 UNTREATED BASE Payment for aggregate base required for the roadway structural section above the trench shall be included in the contract price for the related item of work No separate compensation will be allowed Payment for aggregate base used as bedding or trench backfill shall be included in the contract price for the related item of work No separate compensation will be allowed 302-5 ASPHALT CONCRETE PAVEMENT The asphalt concrete class and grade shall conform to the requirements of the City of Costa Mesa Standard No 813 , as modified on the plans 302-5 4 ASPHALT CONCRETE PAVEMENT - TACK COAT Grade SS-Ih emulsified asphalt shall be used as a tack coat as required for asphalt concrete overlay and as required by the City Engineer All surfaces to be overlaid shall be cleaned to the satisfaction of the City Engineer before tack coat is applied 306-1 2 1 PIPE BEDDING Underground pipe bedding shall be per "Trench Detail" shown on City of Costa Mesa Std No 813 and per CMSD Std S-112 and as shown on the Plans 306-1 2 3 FIELD JOINTING OF CLAY PIPE Field joints shall be Type "G" -14- 306-1 3 OPEN TRENCH OPERATION - BACKFILL AND DENSIFICATION Sawcutting of the A C and backfill of the trench shall be as shown on City of Costa Mesa Standard No 813 with backfill material being sand-cement slurry, unless otherwise shown on City Std 813 Payment for slurry used as backfill for excavations shall be included in the contract price for the related item of work no separate compensation will be allowed 306-1 5 1 TEMPORARY RESURFACING Payment for temporary resurfacing shall be included in the contract price for the related construction item No separate payment will be allowed B-II CONNECTIONS TO EXISTING FACILITIES Work on, and connection to, existing facilities shall be accomplished while maintaining existing sewer service Such work on existing facilities shall be accomplished at a time and in a manner approved by the Engineer The Contractor shall be particularly aware that such connections and work on existing facilities will be performed during periods of low sewage flow possibly during the night time or early morning hours The Contractor will be required to install and maintain temporary by-pass facilities with continuous 24 hour a day supervision, capable of by-passing all of the sewage flow through the area of work during the construction Such equipment and its installation shall meet the prior approval of the Engineer It shall be the Contractor ' s responsibility to see that such equipment is operating properly at all times B-III GUARANTEES AND TESTS 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 This guarantee does not extend to claims for injury to person or property of third parties due to negligent construction -15- B-IV SAFETY REQUIREMENTS AND PERMITS The Contractor shall obtain a permit from the City of Costa Mesa or other local agency having jurisdiction The Contractor will be required to comply with all requirements of Sections 6704, 6706, and 6707 of the State Labor Code The Contractor will submit to the Engineer in advance of excavation, a structurally approved plan showing the design of shoring bracing, sloping or other provisions to be made for worker' s protection from the hazard of caving ground during the excavation of trenches and provisions for the control of groundwater The Contractor will obtain, in advance of excavation, a permit authorizing such construction from the Division of Industrial Safety of the State of California Unattended excavation will be backfilled, covered, or protected to the satisfaction of the Engineer and local governing agency B-V TRAFFIC The Contractor shall furnish, erect, and maintain at his own expense such fences, signs barricades, lights, arrow board, flagmen guards and such other devices as are necessary and so directed by the Engineer to prevent accident damage or injury to the public The Contractor shall be guided by the State of California Business and Transportation Agency, Department of Public Works publication "Manual of Warning Signs, Lights and Devices for use in performance of Work Upon Highway" latest edition and the WATCH handbook The Contractor shall at all times abide by the local agencies inspector ' s directives concerning the control of traffic during construction The Contractor shall maintain local access for all residences and businesses within the limits of construction The Contractor shall cover, or fill open trenches after each construction day and on holidays or weekends to the satisfaction of the City Engineer B-VI SHEETING, SHORING AND BRACING The Contractor will be required to furnish all labor materials, tools , equipment and performing all work involved in providing adequate sheeting, shoring and bracing or equivalent methods for the protection of life or limb which shall conform to applicable safety orders -16- The Contractor will be required to submit to the Engineer a detailed plan showing a structurally approved design of shoring or equivalent methods to provide protection for workers as specified in B- IV of these specifications B-VII REMOVAL OF EXISTING EQUIPMENT The contractor shall remove all existing equipment from the existing pumping station and return it to the City Corporation Yard 2300 Placentia Avenue, Costa Mesa This equipment shall include, but not be limited to motors, pumps , gate valves, check valves appurtenances, and piping -17- Alhambra Fdry A-1270 _c— frame and cover per Std. 24" Dwg. Ne S-105 it 'i 'a L L cli E iIIi II =I Grade rings ;lipg=y n Eccentric cone n n 48 1 6 III 6' C C G 1 G in 0 la A SECTION A-A SECTION B-B Z z ROUTS AT BOTH NOTES INLETS AND OUTLETS FOR Is B VIP. DUST. —h. 4' I Manholes shall be precast concrete as manufactured ® by Associated Concrete Products, Inc. or approved NM equal A ) A 2. Concrete base and stub walls shall be poured in one 1. In lu _I operation to an elevation 2' above top of pipe. Slope Slope 3. Concrete shall be Class 5G0 C-3250 4 Depth of the channel shall equal pipe diameter for all sizes of pipe III 5. The floor of manholes shall be steel troweled. I� 6. Steps shall be 14 wide s'irrup-step, 3/4' diameter B galvanized steel cast-in-place at IG 0.0 SECTION C-C 7 Manhole bases must be poured against undisturbed soil 8. Steps for manhole shall be placed upstream. 9 Mortar for joints shall be per Costa Mesa Sanitary -18- District Std Dwg. No. 5-103. COSTA MESA SANITARY DISTRICT Approved A1Dat^ 8 GIB 82 � �l(ry'm" Standard 48" I D. Manhole District Engineer -R.C.E. 31120 Drawing N2 S ' 100 2 2 JIElMT5 AT BOTH INLETS AND OUT1ET5 FOR V.L.P. COOT. Lip Std. tee Yom: : ..: MEI)"I � r. -1 A ■ 6 1 6" COI • kn -SAME SIZE ININCOMING LI LIVE SECTION A-A 90°bend NOTES I Manhole construction shall conform to Costa Mesa Sanitary District Std. Dwg No. 5-100 2. Concrete encasement shall be Class 560 C 3250 3. Encasement shall be poured against undisturbed soil or temporary forms to the dimensions shown above. a. V C.P sewer pipe snail not protrude into manholes. 5. Steps for drop manholes shall be installed downstream. G. DROP MANHOLE TO BE 15E0 WHEN 51OPE OF INLOMIUG MAIN EXLEED5 10% -19- COSTA MESA SANITARY DISTRICT Approved !Date 6 18 82 Standard Drop Manhole District 31720 Drawing S —102 STREET SURFACE � c oE 6" V C P sewer lateral min slope I/4"to I'-0" Std 45° bend a ° ' —VariabIe size Sewer main ELEVATION E � m 0 0 C_ i?I - 1 L d a , ° ^C. a 90' unless noted otherwise on plans L– - Alternate 'Tee' branch -6"V C P sewer r r r Sta. Sta. Std. 45° bend Const. of -- Std. 'Wye branch wye only PLAN NOTES 1 DISTRILT ENGINEER ONLY WITH PRIOR APPROYAL FROM 0 -20- COSTA MESA SANITARY DISTRICT Approved a 0 i8 » Lateral Connection Type I AI District Engineer -R.C.E. 31720 Drawing Ne S - 104 -A STREET SURFACE "-" -° — - ���iru "' c - 6" V.C.P sewer lateral min. slopes I /4" to I'-0" o 1 E S °' Std 45° bend -' 3 d CO 1 _40 45°max. ELEVATION Variable size Sewer main c - I N 9• ° unless noted otherwise on plans o Alternate ' Tee' branch 6" V.C.P. sewer ? a I sta. Std 45° bend � 1 PLAN) sta. ./4 _1 Std 'Wye' branch const of wye only NOTES tI 1 TEE BRAMLH USED DULY WITH PRIOR APPROVAL FROM DISTRILT ENGIMEER IDate• GIB B2 COSTA MESA SANITARY DISTRICT Approved fi 4. A filar He r Lateral Connection Type ' B' District Engineer - R.C.E: 5112D Drawing N° S -104-8 Concrete collar rims 5G0-C 3250 COUCRETE ro A C paving Typ. 00 NI O o _La NOTES I Sewer manhole frame and cover shall be Alhambra Foundry A-1270 or approved equal 2. COVER TO BE STAMPED ' SEWER 3 See Std. Dwg. 5-103 for grade ring joint detail 4, See Std Davy- 5-100 for manhole construction detail -22- COSTA MESA SANITARY DISTRICT Approved Q IDare is ES2 #(,, District Engineer -R.C.E. 31720 Manhole Cover Detail Drawing Ne S — 105 TRENCH WTDTH 1 BACKFILL — 1X 0 D X 12' BEDDING B TRENCH SHEETING OR c4 1 SHORING PER TI•TLE 8 CALIFORNIA ADMINISTRATIVE EWER LINE ` CODE BEDDING A ° r d ' a 6 MIN n p D o A\ `C.A. BARREL OF PIPE BELL OF PIPE NOTES 1 Bedding A shall be composed of 3/4 crushed gravel 2 Backfill and Bedding B shall be as required by the local agency standards Backfill w/slurry whenever possible 3 'X shall be between 6 and 8 inches and shall include the thickness of any shoring 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 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 -23- REVISED 8/11/88 COSTA MESA SANITARY DISTRICT Ate 8 -��- 8 � j Approved /,��,,,u TRENCHING AND BEDDING D'a;,�Q No'"eS_ ,R2'E. 372• • OF GROSS-SKITTER I. 8 � " MRRIEt-SEE PLANS ' 4 4 WAR] Ai � SLOPE FROM SLOPE FROM o •1 STREET CROWN t71tEET CROWN 2 I/1 PER 1' 1/1 PER 1' •W . �S•CLEAR �laa�/ I .F�KR STREET SECTION SEE PLANS. €C.A.Y. 3}NRt (P4iV. % 4'-O"LS. le tr�,`I Jl AT t-O O.C. 1-0 /ROY EDGE. SECTION A-A st: W I , A'� 1 F` OF STREET `'4 M1 RIG SEE FLANS *RIES-SEE PLANS •74 II SUTTER a 1 W LINE • :r I I E — E.t:.R. <4 [C.R.•xs.t. ...... 4 I IC .:t.- 1* a - al ` L7TTEN u UI • I I• iZ� 1 .. P1.AiT � OONTiIOL JOINTS ._- 1 �c ., l7TN Lt.. —r t 'C' v •Iii I .t 1 A . \ I ear • 1 'I 3 V/V of Rt7tRSECTINS tTRRT LW- - . PLAN ki MOTES: _ I. SMOOTH TROWEL 1 WIDE FLOW LINE IN CROSS-OUTTtR AND SPANDRELS. 2. AGGREGATE SASE THICKNESS FOR SPANDRELS WALL RE THE SAYE AS FOR CROSS-GUTTER. b •1 POUR CURB MONOLITHICALLY WITH SPANDREL. l FOR JOINT DETAIL_,SEE STD. DWG. NO.314 AND AII. { S.CONCRETE SHALL 1E 160 C 3250 PER CURRENT Minos DF STANMRD SPECIFICATIONS FOR PSIS WORKS < S.CONSTRUCTION,SEC 201.4.1.2 All ELEVATIONS SHALL SE PER PLAN. u. T.DISTANCE L PROM MIDDLE ORDINATE OF CURS RETURN TO JOINT SHALL SE 7' FOR S" C.F at 1' FOR /" C.F. 'CI AXT CROSS-COTTER TO SE CONSTRUCTED ON LESS THAN 020 % SHALL NAVE DRAINAGE STRUCTURES CONSTRUCTED TO MITIGATE THE ADVERSE EFFECTS OF NUISANCE WATER AND FULL CON'CFETE APRON WITH t%RNSIOII SITS ALONG j MO AWNS EDS! OF SUTTER S. }::.I 4:'.-' —24- 1 DRAWN MJ(.S. CITY OF COSTA MESA 1 TYPICAL 'CROSS-GUTTER KALE NONE t''''; CALIFORNIA S STD. DWG. NO ., DAT /d { PUBLIC SERVICES DEPARTMENT APPRO'VEO DUCE D. MA TERN R.C.E. 191.5 4 15 E WiEEICUT OR SAWCUT — -- 0.2' EXISTING REPLACEMENT PAVEMENT PAVEMENT A.C. OR P.C.C. / �\\//�\� \\• 0.65 MINIMUM C.A.B. OR SLURRY FOR LOCAL STREETS. . A' \ B' '� R 2' 0.50' 1.00' MINIMUM L.A.B. OR SLURRY FOR HIGHER TRAFFIC ER 2' 1.0' \-% "\\\ STREETS. SEE NOTE II 1 —, . TABLE HEREON MRFILL IONE SEE NOTE 02 _ - a 1.0' MINIMUM BEDDING 'A' AS PER SUBSECTION 701 1.2.1 OF THE STANDARD PIPE ZONE SPECIFICA1IONS. SLURRY, C.A.B. OR AS SPECIFIED, COMPACTED 0.50' 0.50' TO THE SATISFACTION OF THE CITY ENGINEER. OR D' OR D' BEDDING 'B' CONCRETE AGGREGATE, C.A.B., C.M.B. OR AS / 0.1 T 3TECIFIED, MAXIMUM GRADATION N0. 2 COMPACTED TO THE D/10 SATISFACTION OF THE CITY ENGINEER. \\ // D/10 BUT NOT \Ye�X:122\\\���\\\/11../// LESS THAN .5' 'WHICHEVER IS LESS BUT NOT UNDISTURBED FOUNDATION LESS THAN .35 NOTES. 1. ALL EXCAVATION AND CONSTRUCTION OPERATIONS SMALL COMPLY WITH THE REQUIREMENTS OF CALIFORNIA DIVISION OF INDUSTRIAL SAFETY AND THE WORK AREA TRAFFIC MUDBOOK. (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 THAN 2') LONGITUDINAL TRENCHES WHICH ARE LESS THAN 20' LONG SHALL BE BACKFILLED WITH CLASS 100-E 100 SAND-CEMENT SLURRY ALL OTHER CONDITIONS SHALL BE {{ BACKFILLED WITH SLURRY C.M.B. OR C.A.B. OR AS SPECIFIED. 3. BACKFILL AN) 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 90% REQUIRED IN THE REMAINDER OF THE BACKFILL ZONE A. ALL REFERENCES TO SLURRY SHALL MEAN CLASS 100.E-100 SAID-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 MOOING INSPECTION. B. THE WHEEL CUT OR SAWCUT OF A.C. SHALL BE A STRAIGHT CLEAN LINE ACCEPTABLE TO THE CITY ENGINEER. 9. WHERE A.C. EXCEEDS 0.5' IN THICKNESS, ALTERNATE PAVEMENT REPLACEMENT THAN REQUIRED HEREIN WILL BE SPECI- FIED BY THE CITY ENGINEER. 10. PRIOR TO PERFORMING ANY WORK IN THE PUBLIC RIGHT-OF-WAY A PERMIT MUST BE OBTAINED FROM THE CITY OF COSTA MESA ENGINEERING DIVISION. 11. ON ALL HIGHWAYS SHOWN ON THE MASTER PLAN OF HIGHWAYS, A .B'.B' 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. RUSHED AGGREGATE BASE I AS PER SUBSECTION 200-2 OF THE STANDARD SPECIFICATIONS C.X.B. RUSHED MISCELLANEOUS BASE ISED 4-16-86 -25 ,CITY OF COSTA MESA TRENCHING DETAIL COMM .�R OHE CALIFORNIA STD.DWGNO •• PUBLIC SERVICES DEPARTMENT APPROVEOC K-. DATE VAS/14. 813 BRUCE MATTERN R.C.E. 19380