Loading...
Project 129 - Specifications - Bristol Street Sewer Replacement I COSTA MESA SANITARTY DISTRICT ORANGE COUNTY CALIFORNIA CONTRACT SPECIFICATIONS FOR BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No 129 JUNE 2009 Contract Time 50 Days PROFESS/ON CO Q, PP S l,yq�F1-- A.o 0 No. 63489 : m w m * E.p. 9/30/10 `rT CIV1\- se- e OF CA1. ° Prepared By- Joseph P Sinacori II, PE Project Engineer Costa Mesa Sanitary District Q -/1 Supervised and Approved By Robin B Hamers, PE District Engineer Costa Mesa Sanitary District I BID SET NUMBER I I IBRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No. 129 TABLE OF CONTENTS NOTICE INVITING SEALED PROPOSALS (BIDS) BID PROPOSAL ' STANDARD SPECIFICATIONS SPECIAL PROVISIONS CONSTRUCTION AGREEMENT I CONTRACT BONDS I ATTACHMENTS A. COUNTY OF ORANGE ENCROACHMENT PERMIT B. CITY OF NEWPORT BEACH ENCROACHMENT PERMIT C CITY OF COSTA MESA ENCROACHMENT PERMIT 1 D CALTRANS ENCROACHMENT PERMIT ' E. COSTA MESA SANITARY DISTRICT STANDARD PLANS & SPECIFICATIONS I I i 1 COSTA MESA SANITARY DISTRICT ORANGE COUNTY CALIFORNIA NOTICE INVITING SEALED PROPOSALS (BIDS) NOTICE IS HEREBY GIVEN that the Board of Directors of the Costa Mesa Sanitary District invites and will receive sealed proposals (bids) for furnishing all labor materials, equipment, transportation, permits, and other items necessary for the construction of the following project: BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No. 129 Bids will be received by the Costa Mesa Sanitary District office at 628 West 19th Street, Costa Mesa, California until the hour of 10:00 a.m. on Thursday July 16, 2009 at which time they will be opened publicly and read aloud in the District board room. Sealed proposals shall bear the title of the project and the name of the bidder Any bid received after the scheduled bid opening time shown above will not be accepted and returned to the bidder unopened. It shall be the sole responsibility of the bidder to seal and deliver the bid proposal to the District office at or before the time specified in this notice provided. A set of the approved contract documents including plans and specifications may be obtained at the District office or requested by phone at (949) 645-8400 Extension 229 for a non-refundable Lpayment of$40.00 An additional payment of$10.00 will be required to cover shipping costs. The Contractor shall comply with the provisions of the California Labor Code, the prevailing rate and scale of wages determined by the Director of the Department of Industrial Relations, State of California. Prevailing rates shall be paid to all workers employed in the performance of the contract. Such rates of wages are on file with Department of Industrial Relations and in ' the office of the District and are available to any interested party upon request. The contractor is responsible for all penalties prescribed for noncompliance to these provisions. Each bid shall be submitted on the Bid Proposal Form furnished as part of the contract ' documents, and shall be accompanied by a certified check, a cashier's check or a bidder's bond in an amount not less than 10-percent of the amount of the bid, made payable to the Costa Mesa Sanitary District. The check or bond shall be given as guarantee that the bidder will enter into a contract with the District and furnish the required payment and performance bonds and certificates of insurance and endorsements if awarded the work. The check or bond will be declared forfeited if the successful bidder does not enter into the contract or furnish the required bonds and insurance forms under the time frame specified in the construction agreement. It is imperative that the bidders carefully review this notice and the District's standard construction agreement and insurance forms. The successful bidder will be required to comply with all requirements in the standard construction agreement and insurance forms. In the event of failure or inability to meet these requirements after the Award of Contract, the District shall have the right to reject the bid and/or declare a forfeiture of the bid bond. Pursuant to California Contract Code Section 22300 CONTRACTOR will be entitled to post approved securities with the District or an approved financial institution in order to have the District release funds retained by the District to insure performance of the contract. I 1 CMSD Project No. 129 Notice Inviting Scaled Proposals(Bids)— I of 2 I Liquidated damages in the sum of $250 per day shall be imposed for each unexcused day beyond the contract completion date. The Board of Directors of the District reserves the right to select the schedule(s) under which the bids are to be compared and contract(s) awarded, to reject any and all bids, and to waive any and all irregularity in any bid. Dated: JUNE 2009 BY ORDER OF THE BOARD OF DIRECTORS OF THE COSTA MESA SANITARY DISTRICT I 1 1 .1 1 I .1 _I I .1 .I _1 CMSD Project No. 129 Notice Inviting Sealed Proposals(Bids)-2 oft COSTA MESA SANITARY DISTRICT ORANGE COUNTY CALIFORNIA BID PROPOSAL FORM ' BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No. 129 Name of Bidder Address: Phone No. I TO THE BOARD OF DIRECTORS ' COSTA MESA SANITARY DISTRICT Pursuant to and in compliance with the Notice Inviting Sealed Proposals (Bids) and the other documents relating thereto the undersigned bidder has carefully examined and is completely ' familiar with the plans, specifications, and contract documents including the local conditions affecting the performance of the contract, the character quality quantities, and scope of the work, and the materials to be furnished as to the requirements of the specifications and the ' contract. If awarded the contract, the undersigned bidder hereby proposes and agrees to perform within the time stipulated in the contract, including all of its component parts and everything required to be performed, and to furnish any and all of the labor material, tools, equipment, transportation, services, permits, utilities, and all other items necessary to perform the contract and complete in a workmanlike manner all of the work required in connection with the construction of said work ' all in strict conformity with the plans and specifications and other contract documents, including addenda Nos. _ , and , on file in the District office for the prices hereinafter set forth. The undersigned as bidder declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm, or corporation; and he proposes and agrees, if the proposal is accepted, that he will execute a contract with the Owner in the form set forth in the contract documents and that he will accept in full payment thereof the following prices, to wit: t I CMSD Project No. 129 laid Proposal Form— 1 of 11 I 1 ' BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No. 129 SCHEDULE OF WORK BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT 1 1 Lump Sum Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary ' construction yard, and maintaining the project site in a safe and orderly manner during construction Lump Sum $ 2 Lump Sum Bonds and Insurance. Work under this item includes any costs incurred for securing bonds, insurance, and financing for construction work. ' NOTE. Encroachment permit and inspection fees for construction shall be the responsibility of the District. Contractor shall coordinate with the District and governing agencies for the ' acquisition of permits Lump Sum $ 3 Lump Sum Traffic Control Furnish all labor materials, and equipment for the installation and removal of the required traffic control including, but not limited to changeable message boards, signs, delineators, traffic cones, barricades, flashing ' arrow signs, steel plates, and all other traffic control devises necessary to comply with the traffic control drawings Lump Sum $ ' 4 Lump Sum Geotechnical Evaluation During Construction: Work under this item shall include laboratory testing of trench backfill, aggregate base, asphalt, and concrete during construction. Work under this item shall also include the monitoring of batch time, temperature, mix designs, and placement time for all pavement replacement ' NOTES: Refer to geotechnical evaluation notes per Detail 1 on Sheet 10 (C-7) of Plans for material testing requirements. Lump Sum $ CMSD Project No. 129 Rid Proposal Form—2 of I I BRISTOL STREET SEWER REPLACEMENT ' FROM AUTOPLEX TO BIRCH STREET Project No. 129 SCHEDULE OF WORK BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT ' 5 Lump Sum Provide Diversion Plan for Existing Sewage Flow During Construction Work under this item shall include, but is not limited to, pumps, temporary 1 hoses or piping, pumper trucks, plugs, and all other equipment necessary to provide diversion of existing sewage flow during construction complete in place. NOTE Refer to Sewer Note 2 on Sheet 3 (CS-3) of Plans for sewer flow diversion equipment requirements. Lump Sum $ 6 2,100 LF Furnish and Install New 15-inch VCP Sewer Main With Type 'G' Compression Joints Per Plans and Specifications. Work under this item shall include, but is not limited to temporary paving and patching or trench plates, trench excavation, control of ground water and surface ' water trench restoration including bedding, backfill, compaction, and base pavement per Detail 1 on Sheet 10 (C 7) of Plans, installation of pipe and fittings, removal of existing sewer main, protection of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install ' the sewer main complete in place NOTE Final pavement grind and overlay not included and per separate bid item. LF $ 7 4 Each Reconnect Existing 6-inch VCP Sewer Laterals Per Plans and Specifications. Work under this ' item shall include, but is not limited to, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water trench restoration including bedding, backfill, compaction, and base pavement per Detail 1 on Sheet 10 (C-7) of Plans, protection of existing utilities or improvements, temporary and ' permanent support of utilities, disposal of excess excavation materials and all other work necessary to reconnect the sewer lateral complete in place ' NOTE Final pavement grind and overlay not $ included and per separate bid item. Each $ I CMSD Project No. 129 13 id Proposal Form—3 o f t ! I BRISTOL STREET SEWER REPLACEMENT ' FROM AUTOPLEX TO BIRCH STREET Project No 129 SCHEDULE OF WORK BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT 1 8 6 Each Remove Existing Brick Manhole and Construct New 48-inch Diameter Concrete Manhole With Ameron T-Lock PVC Sheet Liner Per Plans and 1 Specifications. Work under this item shall include, but is not limited to, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water trench restoration including bedding, backfill, compaction, and base pavement per Detail 1 on Sheet 10 (C 7) of Plans, removal of existing brick manhole, installation of new concrete manhole 1 with Ameron T-Lock PVC sheet liner adjustment of sewer manhole frame and cover to existing street grade, protection of existing utilities or ' improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to remove the existing brick manhole and construct the new concrete manhole complete in place NOTE. Final pavement $ p grind and overlay not included and per separate bid item. Each $ ' 9 2 Each Modify Existing Manhole Per Plans and Specifications Work under this item shall ' include, but is not limited to core drilling and patching of existing manhole, pouring new manhole base and channel to match proposed sewer grades, installation of interior manhole ' lining including walls, channels, and bases, adjustment of sewer manhole frame and cover to existing street grade, and all other work $ 1 necessary to modify existing manhole complete in place Each $ 10 Lump Sum Excavation and Shoring: Work under this item shall include, but not be limited to, the planning, design, engineering, installation, and removal of temporary sheeting, shoring, bracing or equivalent methods necessary for all excavations and the protection of the life and limb during construction. All excavation and shoring shall conform to applicable safety orders, regulatory ' permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Lump Sum $ CMSD Project No. 129 Bid Proposal Form—4 of 1 I I BRISTOL STREET SEWER REPLACEMENT ' FROM AUTOPLEX TO BIRCH STREET Project No. 129 SCHEDULE OF WORK BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT ' 11 41,800 SF Pavement 2' Grind & Overlay in Bristol Street: Work under this item shall include all material and labor to remove and replace existing pavement complete in place per Detail 1 on ' Sheet 10 (C-7) of Plans with the following quantity and material: I Quantity' Trench Length = 1,900' Pavement Width = 22' (Use 2 travel lanes at 11 wide each) $ Material: Type III-C3-PG 64-10 (1/2' Fine Mix) SF $ 12 Lump Sum Replace Pavement Striping in Bristol Street Using Reflectorized Thermoplastic Striping Per Plans and Specifications. Work under this item shall include furnishing and installing all labor ' material, and work necessary to replace existing pavement striping and raised pavement markers damaged during construction to original condition complete in place. ' NOTE. The contractor required to measure and restore existing pavement striping and markings. Lump Sum $ ' 13 14 Each Replace Traffic Signal Loops in Bristol Street Work under this item shall include furnishing and installing all labor material, and work necessary to replace existing traffic signal loops damaged $ ' during construction to original condition complete in place. Each $ 14 4 000 SF Pavement 2' Grind & Overlay in AutoPlex Parking Lot Work under this item shall include all material and labor to remove and replace existing pavement complete in place per Detail 1 ' on Sheet 10 (C-7) of Plans with the following quantity and material. Quantity• Trench Length = 200' Pavement Width = 20' (Use entire length of parking stalls) $ Material: Type III-C3-PG 64-10 (1/2' Fine Mix) SF $ CMSD Project No. 129 Rid Proposal Form—5 of 11 I 1 BRISTOL STREET SEWER REPLACEMENT ' FROM AUTOPLEX TO BIRCH STREET Project No. 129 ' SCHEDULE OF WORK BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT 15 150 LF Replace Existing Concrete Curb & Gutter in Autoplex Parking Lot: Work under this item shall include furnishing and installing all labor $ material, and work necessary to replace existing concrete curb & gutter complete in place. LF $ 16 200 SF Replace Existing Concrete Sidewalk in Bristol Street (adjacent to Autoplex Parking Lot): Work under this item shall include furnishing and installing all labor material, and work necessary $ to replace existing concrete sidewalk complete in place. SF $ 17 Lump Sum Repair existing landscape, irrigation, and surface improvements adjacent to Autoplex Parking Lot Work under this item shall include furnishing and installing all labor material, and work necessary to repair existing landscape, irrigation, and 1 surface improvements to original condition complete in place. Lump Sum $ 18 Lump Sum Replace Pavement Striping in Autoplex Parking Lot Using Conventional Striping Without Reflectorization Per Plans and Specifications Work under this item shall include furnishing and installing all labor material, and work necessary ' to replace existing pavement striping damaged during construction to original condition complete in place Lump Sum $_ ' TOTAL AMOUNT OF ITEMS 1 THROUGH 18$ (TOTAL IN WORDS) Note: In case of a discrepancy between the words and figures, the words shall prevail. I 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 CMSD Project No. 129 Bid Proposal Form—6 of 11 I 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 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 Bidder's Residence Street City State Zip CMSD Project No. 129 Bid Proposal Form—7 of I I I declare under penalty of perjury under the laws of the State of California that the forgoing is true and correct. I Dated at , this day of 200 (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. 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 CMSD Project No. 129 Bid Proposal Form 8 of 1 I 1 PROJECT ADDENDA ' Bidder shall signify receipt of all Addenda here if any ADDENDUM NO DATE RECEIVED BIDDER'S SIGNATURE 1 DESIGNATION OF SUBCONTRACTORS In compliance with the 'Subletting and Subcontracting Fair Practices Act' being Sections 4100-4113 of the Government Code of the State of California, and any amendments thereto ' each bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improvement in an amount in excess of 1/2 of 1% of the ' prime Contractor's total bid and shall further set forth the portion of the work which will be done by each such Subcontractor Only one Subcontractor for each such portion shall be listed. If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the contract, he shall be deemed to have agreed to perform such work himself, and he shall not be permitted to subcontract that portion of the work except under the ' conditions hereinafter set forth. Subletting or subcontracting of any portion of the work to which no Subcontractor was designated in the original bid, shall only be permitted in cases of public emergency or necessity and then only after a finding reduced to writing as a public record of the Legislative Body of the owner ' Portion State License Of Work Subcontractor's Name and Address Number Class 1 CMSD Project No. 129 Bid Proposal Form 9 of I I I 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 here unto set our hands and seals this day of , 200 1 CMSD Project No. 129 Bid Proposal Form— 10 of 11 r 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 200_ My Commission expires. Notary Public 1 CMSD Project No. 129 Bid Proposal Form— I I of I I STANDARD SPECIFICATIONS BRISTOL STREET SEWER REPLACEMENT From Autoplex to Birch Street ' Project No 129 Except as hereinafter provided, the provisions of the latest edition of the 'Standard ' Specifications for Public Works Construction' (Greenbook) and all amendments thereto, adopted by the Joint Cooperative Committee of Southern California Chapter American Public Works Association; hereinafter referred to as Standard Specifications, are adopted as the 'Standard Specifications of the Costa Mesa Sanitary District and shall be considered as a part of these specifications. Also a part of these specifications are the Costa Mesa Sanitary District's Standard Plans and Specifications for the Construction of Sanitary Sewers. The following additions are made to the 'Standard Specifications' If there is a conflict between the Standard Specifications and these additions these additions shall have first precedence 1 2 DEFINITIONS (a) AGENCY/OWNER 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 Bid Proposal, Standard Specifications, Special Provisions, Plans, Bonds, Insurance, Construction 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. (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 CONTRACT Government Code. The provisions of this ACT and other applicable laws, form and constitute a part of the provisions of this contract to the same extent as if set forth herein, in full. 1 CMSD Project No 129 Standard Specifications— 1 of 11 2 1 AWARD AND EXECUTION OF CONTRACT ' Section 2 1 of the Greenbook is hereby replaced in its entirety with the following 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 60 days after the opening of the bids. PROCEDURE FOR PROPOSAL SUBMITTAL Proposal shall be made and submitted on the Bid Proposal Forms in accordance with the Notice Inviting Bids. No person, firm, or corporation, shall be allowed to make, file, or be interested in, more ' than one bid for the same work; unless alternate bids are called for A person, firm, or corporation, who has submitted a sub-proposal to a bidder or who has quoted prices on materials to a bidder is not hereby disqualified from submitting a sub-proposal or quoting prices to other bidders. If on the opening of bids, more than one bid appears in which the same person, firm, or corporation, is interested as a principal, all such bids shall be rejected. Proposals with interlineations, alterations, or erasures, shall be initialed by the bidder's authorized agent Alternative proposals, special conditions, or other limitations or provisions ' affecting the bid, except as such called for by the contract documents will render the bid informal and may cause its rejection. All proposals must give the price for the various bid items shown in the Schedule of Work The proposal must be completely filled out and signed by the bidder 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 contract documents, or finds discrepancies in, or ' omissions from the drawings or specifications he may request the Engineer in writing, for an interpretation or correction thereof. The person submitting such a request shall be responsible for its prompt delivery All such interpretations of the contract documents will be made only by Addenda duly issued and a copy of each such Addendum will be mailed or delivered to each ' bidder on the bid list at the address on 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/her bid, either personally or by 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 written request is delivered to the District Clerk prior to the closing time for the receipt of bids. 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. CMSD Project No 129 Standard Specifications—2 of 11 The bid security of the bidder with the lowest bid will be held by the District until the bid is reviewed and accepted, 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. 1 LICENSE REQUIRED Contractor shall have a Class A or C-42 license to perform this work. 1 'OR EQUAL PROVISION When otherwise specified, any product called for on these Specifications may be substituted using the process described in Public Contract Code Section 3400 EXECUTION OF CONTRACT The Construction Agreement (2 copies) shall be signed by the successful bidder and returned to the District, together with the contract insurance and bonds as specified in Section ' 2-4 of the Greenbook 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 Construction Agreement and Contract Bonds to be executed by the Contractor is provided in the Contract Documents. The District will supply to the Contractor with the Notice of Award of Contract the Construction Agreement and Contract Bonds with appropriate project information. No Bid Proposal shall be considered binding upon the District until the execution of the Construction Agreement by the District. ' ASSIGNMENT OF CLAYTON ACT AND CARTWRIGHT ACT CLAIMS ' In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may ' have under Section 4 of the Clayton Act (15 U S C Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor without further acknowledgement by the parties. ' MINED CONSTRUCTION MATERIAL CONTRACTOR warrants that it will not purchase mined construction material for ' PROJECT except from a mining operation that is currently identified in the list published pursuant to subdivision (b) of Section 2717 of the Public Resources Code CMSD Project No 129 Standard Specifications — 3 of 11 23.1 SUBCONTRACTS GENERAL ' The following shall be added to the second to the last paragraph in Section 2 3.1 of the Greenbook: The Engineer as duly authorized officer may consent to Subcontractor substitution requested by the Contractor subject to the limitations and notices prescribed in Section 4107 of the Public Contract Code 2-4 CONTRACT BONDS ' The following shall be added to Section 2-4 of the Greenbook: The 'Faithful Performance Bond' and the 'Labor and Material Bond' shall both be one hundred percent (100%) of the contract price and shall be furnished on the District's standard ' forms provided in the Contract Documents The Faithful Performance Bond shall be held for one year from the date the Notice of Completion is recorded. ' Sureties providing performance bonds for Contractors must be licensed or agree to employ a licensed Contractor with a Class A or other applicable specialty contractor's license from the State of California 2 5 PLANS AND SPECIFICATIONS The following is hereby added to Section 2 5 of the Greenbook: The District will provide the Contractor free of charge, copies of plans and specifications for the execution of work. ' Contractor shall, at his own expense, obtain copies of the Costa Mesa Sanitary District Standard Plans and Specifications, and Standard Specifications for Public Works Construction (Greenbook) for use during construction. If after the Award of Contract, should it appear that the work to be done, or any matter relative thereto is not sufficiently detailed or explained in the Plans and Specifications, the ' Contractor shall apply to the Engineer for further explanations that 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 The following shall be added to Section 2 9 1 of the Greenbook: 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 is disturbed or destroyed, it shall be reestablished or replaced at the Contractor's expense by a State of California Civil Engineer registered prior to December 31 1981 or a Licensed Land Surveyor after the completion of construction activities around the area. CMSD Project No 129 Standard Specifications—4 of 11 1 ' 211 INSPECTION ' The following section shall replace Section 2 11 of the Greenbook: The Contractor shall notify the District at least two working days prior to beginning any construction work, or when a Subcontractor will start any construction work per the Contract, or resume construction operations when the Contractor has been suspended as per the Contract. The above notice is to be given during working hours, exclusive of Saturday Sunday or holidays for the purpose of permitting the Engineer to make necessary assignments of his representative or inspector on the work. The work is subject to inspection and approval by the Engineer and by District ' personnel. Full and complete access shall be provided to the Engineer District personnel and all other agencies that have jurisdiction over this project, at all times. Contractor shall construct all of the improvements as part of this project in compliance with the Specifications, the t Greenbook and all other applicable standards, and inspection of work does not relieve the Contractor of the obligation to fulfill all conditions and requirements of the Contract. 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 or final acceptance of work or exoneration of bonds shall be corrected immediately without extra charge even though it may have been overlooked in previous inspections and estimates or may have been caused due to failure to inspect the work. ' All authorized alterations affecting the requirements and information given on the approved plans shall be in writing. No changes shall be made on any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer in writing. ' Deviations from the approved plans, as may be required by the exigencies of constructions will be determined in all cases by the Engineer and authorized in writing. All instructions, rulings and decisions of the Engineer shall be in writing and shall be final ' and binding on all parties unless formal protest is made in writing, as provided in the following paragraph, and as provided in Section 1670 of the Civil Code If the Contractor considers any work demanded of him to be outside the requirements of the contract, or if he considers any instruction, ruling or decision of the Inspector or Engineer to be unfair he shall within 10 days after any such demand is made, or instruction, ruling or decision is given, file a written protest with the Engineer stating clearly and in detail his ' objections and reasons therefore Except for such protests and objections as are made of record, in the manner and within the time above stated, the Contractor shall be deemed to have waived and does hereby waive all claims for extra work, damages and extensions of time on account of demands, instructions, rulings and decisions of the Engineer Upon receipt of any such protest from the Contractor the Engineer shall review the demand, instruction, ruling or decision objected to and shall promptly advise the Contractor in ' writing, of his final decision, which shall be binding on all parties, unless with the 10 days thereafter the Contractor shall file with the Board of Directors a formal protest against said decision of the Engineer The Board of Directors shall consider and render a final decision on any such protest within 30 days of receipt of same CMSD Project No 129 Standard Specifications— 5 of 11 I 3-1 1 CHANGES REQUESTED BY THE CONTRACTOR: GENERAL Engineer shall be the duly authorized officer to grant the changes prescribed in this section. ' 3-3 1 EXTRA WORK. GENERAL The following replaces Section 3-3 1 of the Greenbook New and unforeseen work will be classified as extra work when the Engineer determines that it is not covered by the Contract. ' The extra work as defined in this section of the Greenbook and any work done beyond the work 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 The Engineer may order such work to be removed at the Contractor's expense. 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ' The following is hereby added to Section 6-1 of the Greenbook: Prior to the commencement of construction, arrangements shall 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 6-2 PROSECUTION OF WORK The following is hereby added to Section 6-2 of the Greenbook: ' Schedule for Completion: Contractor must commence work within 10 working days from the Notice to Proceed and complete all work within 50 working days from the commencement of work subject to liquidated damages per Section 9 of the Construction Agreement. 6-6.2 EXTENSIONS OF TIME The following shall replace Section 6-6.2 of the Greenbook: 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 or it's designated representative shall have the right to increase the number of working days for completion or not, as may seem best to serve the interest of the District. Except for the delays beyond Contractor's control as described in Sections 5-5 and 6-6 1 the District shall have the right to charge the Contractor his heirs, assigns, or sureties and to deduct from the final payment for the work, all or any part, as it may deem proper of the actual cost of engineering, inspection, superintendent and other overhead expenses which are directly ' chargeable to the Contractor and which accrued during the period of such extensions except that the cost of the final services and preparation of the final estimates shall not be included in such charges. t CMSD Project No 129 Standard Specifications—6 of 11 In addition to the above charges, Contractor shall pay to the District liquidated damages as specified in Section 6-9 for such delays. ' No extension of time for the completion of the work called for under the contract shall be allowed unless at least 20 days prior the the time fixed for the completion thereof, or the time fixed by the Board of Directors or its designee for such completion as extended, Contractor shall ' have filed application for extension thereof in writing, with the Engineer addressed to the Board of Directors or its designee, In this connection it is understood that the Engineer shall not transmit any such request to the Board or its designee if not filed within the time herein prescribed. 7 2 LABOR The following hereby replaces Section 7 2 of the Greenbook: The Contractor shall comply with the provisions of Section 1770 to 1780 inclusive, of the California Labor Code, the prevailing rate and scale of wages determined by the Director of the Department of Industrial Relations, State of California, which are filed with the Assistant Secretary of said District, and shall forfeit penalties prescribed therefore for noncompliance of ' said Code. Travel and subsistence payments shall be paid in accordance with Labor Code 1773.8 as defined in applicable collective bargaining agreements. In order to verify the compliance of said code, Contractor may be required by the ' District, from time to time, to furnish weekly for the duration of the contract period, copies of his payroll statements showing wages paid each employee during the preceding week and the employee work classification to 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 Contractor or any Subcontractor under him. The Contractor and any Subcontractors under him shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, Ex-Officio the Administrator of ' Apprenticeship San Francisco California, or from the Division of Apprenticeship Standards and its branch offices 7 3 LIABILITY INSURANCE The following hereby replaces Section 7 3 of the Greenbook: ' 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 Subcontractor to commence work on his sub-contract until all insurance required of the Subcontractor has been obtained. The Contractor shall take out and maintain at all times during the life of the contract the following policies of insurance. a. Workman's compensation insurance to cover his employees as required by the Labor Code of the State of California, and the Contractor shall require all subcontractors similarly to provide such compensation insurance for all of the latter's employees I CMSD Project No 129 Standard Specifications— 7 of 11 I b Public liability and property damage insurance on account of bodily injuries, including death resulting therefrom in the sum of$5 000 000 combined, single limit for any one ' accident which may arise from the operations of the Contractor in performing the work provided for herein. Each of the policies of insurance provided for shall contain a clause substantially in the 1 following words. It is hereby understood and agreed that this policy may not be cancelled nor the amount of coverage thereof be reduced until ten days after receipt by the Engineer of a written notice of such cancellation or reduction in coverage, as evidenced by receipt of a registered letter The insurance required to be provided herein shall be provided by a domestic carrier ' authorized to, and doing business in, the State of California and rated A+ XI by Best Key Rating Guides--Property-Casualty and admitted for coverage in the State of California Insurance Guarantee Fund. The Contractor shall, at the time of the execution of the contract, present the original policies of insurance required herein, or present a certificate of insurance showing the issuance of such insurance. Contractor shall also provide an endorsement naming the District. its employees, agents and officials as an additional insured. 7 5 PERMITS The following is hereby added in addition to the language provided in Section 7 5 of the Greenbook: tPermit fees and processing for construction shall be the responsibility of the District. The Contractor shall coordinate with the District and governing agencies for the ' acquisition of all permits and licenses 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. 1 In the event that the agency has obtained permits, licenses or other authorization, applicable to the work, the Contractor shall comply with the provisions of said permits, licenses and other authorizations. In the case the agency does procure any permits, it is understood that the agency is acting as an authorized agent for the Contractor and that the Contractor shall be ' solely responsible for all work performed under the permit, and responsible for all associated inspection fees. ' 7-6 THE CONTRACTOR'S REPRESENTATIVE The following is hereby added in addition to the requirements outlined in Section 7-6 of the ' Greenbook: Contractor shall also file with the Engineer the addresses and telephone numbers where he or his designated representative may be reached during hours when the work is not in 1 progress. Instructions and information given by the Engineer to the Contractor's authorized 1 representative or at the address or telephone numbers filed in accordance with this section shall be considered as having been given to the Contractor i 1 CMSD Project No. 129 Standard Specifications—8 of 11 1 7-8 1 CLEANUP AND DUST CONTROL ' The following hereby replaces Section 7-8 1 of the Greenbook: 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 1 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 1 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. 1 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 1 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. 1 7-8.5 TEMPORARY LIGHT POWER AND WATER The following is added in addition to the requirements outlined in Section 7-8.5 of the 1 Greenbook: The Contractor shall provide for his employees and adequate supply of clean potable drinking water which shall be dispensed through approved sanitary facilities. 7 10 PUBLIC CONVENIENCE AND SAFETY 1 The following is hereby added to Section 7 10 of the Greenbook: The Contractor shall abide by the following publications which are hereby made a part of 1 these Specifications (not listed in order of precedence): a. Agency and Contractor Provided Signed/Stamped Traffic Control Plans 1 Approved by the Governing Agency b. The Work Area Traffic Control Handbook (WATCH) ' c The Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon Highways. d. State Labor Code Sections 6704 6706 and 6707 1 e. The Construction Safety Orders (CAL/OSHA) 1 f. The General Industry Safety Orders (CAL/OSHA). g. Standard Specifications for Public Works Construction (The Green Book) 1 1 CMSD Project No 129 Standard Specifications —9 of 11 I 7 13 LAWS TO BE OBSERVED The following is hereby added to Section 7 13 of the Greenbook: ' 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. 9-3.1 PAYMENT GENERAL ' The following is hereby added to Section 9-3.1 of the Greenbook: Contractor is reminded that the unit and lump sum prices shown in the proposal shall be full compensation for the items of work described in the proposal including all incidental, ' appurtenant, or related work and materials, whether or not mentioned or specified, required to deliver the final product shown on the plans. Contractor shall have examined the contract documents and site and shall include in his bid furnishing all materials labor equipment, tools, incidental, appurtenant, or related work to complete the job in order that no separate work or ' compensation is needed to complete the work. A detailed listing of all associated work items for all lump sum items included in the Bid Schedule shall be provided by the Contractor for review by the District within 15 working days after the Contract Award per section 9-2 of the Greenbook. t9-3 2 PARTIAL AND FINAL PAYMENT The following hereby replaces Section 9-3.2 of the Greenbook: ' The lead time for processing invoices for the monthly progress payment approved by the Engineer for inclusion on the warrant list of the District is governed by the rules and regulations established by the Board of Directors. Invoices for monthly payments shall be submitted to the ' Engineer no later than the 25th of each month. No progress payment shall be processed until an updated schedule is provided and all other required documents per these specifications. No time extensions will be considered approved unless authorized per section 6-6 of the Greenbook and as amended by these specifications. tAfter completion of the contract, the Board shall, upon recommendation of the Engineer accept the work as complete and authorize the final payment. ' The amount retained and deducted by the District shall be 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. CMSD Project No 129 Standard Specifications— 10 of 11 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 As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. 9-3.3 DELIVERED MATERIALS The following replaces Section 9-3.3 of the Greenbook: ' Materials delivered, but not in place, will not be classified as work done, except as otherwise provided in these Specifications. 1 CMSD Project No 129 Standard Specifications— 11 of 11 SPECIAL PROVISIONS ' BRISTOL STREET SEWER REPLACEMENT From Autoplex to Birch Street ' Project No 129 A. GENERAL SPECIFICATIONS All construction including materials, testing, and installation shall conform to the following ' specifications: A.1 Costa Mesa Sanitary District 'Standard Plans and Specifications for the Construction of Sanitary Sewers as last revised. A.2 Standard Specifications for Public Works Construction (SSPWC) latest edition, also referred to as the 'Greenbook A.3 American Society of Test and Materials (ASTM) latest edition. B VITRIFIED CLAY GRAVITY SEWER PIPE (VCP) B.1 Contractor shall furnish and install complete sewer pipe to the limits shown on the Plans ' including appurtenant connections in conformance with manufacturer's installation requirements and compliance with applicable construction safety codes and standards. ' B.2 Acceptable manufacturers include: Mission Clay Pipe or approved equal. B 3 Vitrified clay pipe and fittings shall be constructed to the following specifications: ' Vitrified Clay Pipe SSPWC Section 207-8 Compression Type 'G' Joint SSPWC Section 208-2.3 C POLYVINYL CHLORIDE GRAVITY SEWER PIPE (PVC) C 1 Contractor shall furnish and install complete sewer pipe to the limits shown on the Plans including appurtenant connections in conformance with manufacturer's installation requirements and compliance with applicable construction safety codes and standards ' C.2 Acceptable manufacturers include. J-M Manufacturing Company Certainteed Corporation, or approved equal C 3 Polyvinyl chloride pipe and fittings shall be constructed to the following specifications: Polyvinyl Chloride Pipe SSPWC Section 207 17 Elastomeric Gasketed Joints SSPWC Section 208-17 3 2 CMSD Project No 129 Special Provisions— 1 of 4 I D INTERIOR LINING VIA COATING SYSTEM FOR EXISTING CONCRETE MANHOLES ' D 1 The interior of the existing concrete manhole walls, bases, and channels shall be coated with a primer and 100% solids, high build polyurethane, Sancon 200 or approved equal ' The primer and coating system shall conform to SSPWC (Latest Edition), Section 500- 2.4.6 'Primer and Lining Materials' 500-2.4 7 'Lining Application' 500-2.4 8 'Spark Test' 500-2.4 9 'Repair Methods' and 500-2.4 10 Applicable Standards' D.2 The polyurethane lining shall be furnished with sand as required to obtain a non-slip surface. Sand shall be broadcast onto the surface of this coating before it has set. The type and quantity of sand shall be as recommended by the coating manufacturer to be ' compatible with the coating product and to obtain the desired result. D.3 All interior surfaces of the existing concrete manholes shall be completely covered and protected from the wastewater environment using the polyurethane lining system as described above. ' E. PVC PLASTIC SHEET LINER FOR NEW MANHOLES E.1 The PVC plastic sheet liner for new concrete manholes shall be installed on the manhole ' walls, bases, and channels using Ameron T-Lock Liner System or approved equal. E.2 The PVC plastic sheet liner shall be installed in accordance with manufacturer (Ameron) recommendations. ' E.3 All interior surfaces of new concrete manholes shall be completely covered and protected from the wastewater environment using the PVC plastic sheet liner as described above. F PAVEMENT STRIPING AND RAISED MARKERS REPLACEMENT ' F 1 Pavement striping and raised marker replacement shall conform to SSPWC (Latest Edition), Section 310-5.6 and Section 312. ' F.2 The Contractor shall perform all layout, alignment, and spotting The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. ' The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. The street shall not be without the proper striping over a weekend or holiday Stop bars shall not remain unpainted overnight. F.3 The Contractor shall paint or otherwise delineate to the satisfaction of the Engineer temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is ' more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City CMSD Project No 129 Special Provisions—2 of 4 I F PAVEMENT STRIPING AND RAISED MARKERS REPLACEMENT (CONTINUED) ' F 4 Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for ' temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. ' F.5 The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0 45 mm minimum thickness for all striping except crosswalks and limit lines —which shall be 0.90 mm minimum thickness. F 6 If the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the construction work area, he/she shall re-stripe/replace such work items at no cost to the District and governing agency ' F 7 If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re-install NO PARKING TOW-AWAY' signs and re-notify the affected residents, at the Contractor's sole expense. F.8 The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD-902-L ' F.9 The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry G TRAFFIC SIGNAL LOOPS REPLACEMENT ' G 1 Pavement sensor units shall be two channel, rack mounted, as manufactured by IDC Detector Systems Model 262C Reno A&E Model GT200 or approved equal. 1 G 2 Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES-5A and ES-5B and shall be Type A or Type E spaced ten feet apart, and shall extend one foot into the crosswalk. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. ' G 3 Loop sealant shall be hot-melt rubberized asphalt sealant G.4 The Contractor shall test the detectors with motor-driven cycle, as defined in the ' California Vehicle Code that is licensed for street use by the Department of Motor Vehicles of the State of California. The weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters Special features, components or vehicles designed to activate the detector will not be permitted. CMSD Project No 129 Special Provisions— 3 of 4 1 1 G TRAFFIC SIGNAL LOOPS REPLACEMENT (CONTINUED) G.5 The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more 1 than 7 miles per hour G.6 The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. 1 H. WARRANTY AND SHOP DRAWINGS 1 H 1 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. 1 H.2 The Contractor shall provide six (6) copies of shop drawings including catalog data, installation instructions, and certificates of compliance prior to the purchase or installation of any materials. 1 1 i i 1 i 1 1 1 CMSD Project No. 129 Special Provisions—4 of 4 1 COSTA MESA SANITARY DISTRICT CONSTRUCTION AGREEMENT ' THIS AGREEMENT is made and entered into by and between the COSTA MESA SANITARY DISTRICT a district formed pursuant to the Sanitary DISTRICT Act of 1923 (hereinafter referred to as 'DISTRICT"), and CONTRACTOR NAME (hereinafter referred to as 'CONTRACTOR"). ' RECITALS WHEREAS DISTRICT has taken appropriate proceedings to authorize construction of the public work and improvements herein provided and execution of this contract; and WHEREAS on Month, Day 2009 after notice duly given, DISTRICT awarded the contract for the construction of improvements hereinafter described to CONTRACTOR, which CONTRACTOR said DISTRICT found to be the lowest responsible bidder for construction of said improvements The Parties hereto agree as follows 1 Scope of the Work CONTRACTOR shall perform the work described briefly as follows. I CMSD Project#129 — Bristol Street Sewer Replacement (From Autoplex to Birch Street) The aforesaid improvements are further described in the 'Contract Documents hereinafter referred to 2. Contract Documents The complete contract consists of the following documents. This AGREEMENT Notice Inviting Sealed Proposals, the Accepted Bid, the complete plans profiles, detailed drawings and specifications, (which include the Standard Specifications for Public Works Construction as modified by these Contract Documents), Faithful Performance Bond, Labor and Material Bond, Insurance Documents, and all addenda setting forth any modifications or interpretations of said documents The terms of this AGREEMENT shall prevail over all written specifications except as 1 provided for in any Addendum' attached hereto I Project No 129 Construction Agreement— 1 of 29 i I I All of the above named documents are intended to complement one another so that any work called for in one and not mentioned in the other or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as the 'Contract Documents' ' 3 Schedule All work shall be performed in accordance with the schedule approved by DISTRICT's Engineer and under his direction. 4 Equipment Performance of Work ' CONTRACTOR shall furnish all tools, equipment, apparatus facilities labor and materials necessary to perform and complete in a good and workmanlike manner the work of general construction as called for and in the manner designated in, and in strict conformity with, the plans and specifications for said work which said specifications are entitled. The equipment, apparatus facilities labor and material shall be furnished and said ' work performed and completed as required in said plans and specifications to the satisfaction of and subject to the acceptance of the DISTRICT's Engineer or his designated assistant. ' 5 Contract Price The contract price shall be XXX Thousand XXX Hundred XXX dollars ' ($XXX,XXX.00) with adjustments up or down in accordance with bid unit prices as finally calculated by DISTRICT and CONTRACTOR. 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. I 1 I Project No. 129 Construction Agreement—2 of 29 I I 6. Time of Performance The time fixed for the commencement of such work is within 10 working days after receiving Notice to Proceed and to complete said work within 50 working days from the first day of contract. 1 7 Time of the Essence Time is of the essence in this contract. I 7a.Job Progress ' CONTRACTOR agrees to maintain a critical path analysis throughout the project CONTRACTOR agrees to meet with DISTRICT's project manager or designee on a ' weekly or other periodic basis, or as requested by DISTRICT to review job progress. CONTRACTOR agrees to provide DISTRICT with critical job path analysis documentation whenever job progress is impacted so that the completion date may be affected or whenever delays or other impacts may give rise to CONTRACTOR's claim for additional days or additional damages. 1 8 Extension of Time If such work is not completed within such time, the DISTRICT Board or its designee 1 shall have the right to increase the number of working days in the amount it may determine will best serve the interests of DISTRICT and if it desires to increase said number of working days, it shall have the further right to charge to CONTRACTOR and deduct from ' the final payment for the work the actual cost of engineering, construction review and other overhead expenses which are directly chargeable to CONTRACTOR and which accrue 1 during the period of such extension, except that the cost of the final service and preparation of the final estimates shall not be included in such charges; provided, however that no extension of time for the completion of such work shall ever be allowed unless, at least twenty (20) days prior to the time herein fixed for the completion thereof or the time ' fixed by the DISTRICT Board or its designee for such completion as extended CONTRACTOR shall have filed application for extension thereof in writing with the ' DISTRICT Manager/Engineer addressed to the DISTRICT Board and its designee Said Project No. 129 Construction Agreement— 3 of 29 application shall be made pursuant to the requirements of Sections 20104 through 20104 8 Public Contracts Code In this connection, it is understood that the DISTRICT Manager/Engineer shall not transmit any such request to the DISTRICT Board if not filed within the time herein prescribed. ' 9 Liquidated Damages tIn the event CONTRACTOR, for any reason, shall have failed to perform the work herein specified within the time herein required and to the satisfaction of DISTRICT ' Engineer DISTRICT may in lieu of any other of its rights authorized in this AGREEMENT deduct from payments or credits due CONTRACTOR after such breach a sum equal to 1 Two Hundred Fifty Dollars ($250 00) as liquidated damages for each day beyond the date herein provided for the completion of such work. This sum is established pursuant to 1 Section 53069 85 of the Government Code and is deemed by the parties hereto to be a reasonable amount. 1 10 Performance of Sureties In the event of any termination as herein above provided the DISTRICT shall ' immediately give written notice thereof to CONTRACTOR and CONTRACTOR's sureties, and the sureties shall have the right to take over and perform the AGREEMENT provided, however that if the sureties, within five (5) days after giving them said notice of termination, do not give DISTRICT written notice of their intention to take over the ' performance of the AGREEMENT and do not commence performance thereof within five (5) days after notice to the DISTRICT of such election, DISTRICT may take over the work ' and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of CONTRACTOR and the sureties shall be ' liable to DISTRICT for any excess cost or damages occasioned DISTRICT thereby and in such event, DISTRICT may without liability for so doing, take possession of and utilize in completing the work, such materials, appliances plant and other property belonging to CONTRACTOR as may be on the site of the work and necessary therefor I Project No. 129 Construction Agreement—4 of 29 I I 11 Disputes Pertaining to Payment for Work ' Should any dispute arise respecting the true value of the work done, of any work omitted, of any extra work which CONTRACTOR may be required to do or respecting the ' size of any payment to CONTRACTOR during the performance of this Contract, such dispute shall be decided pursuant to Section 20104 through 20104 8, Public Contracts ' Code as the same is now in force and as the same may be amended from time to time, provided that the dollar amount of the dispute is within the statutory limits set forth therein. 12. Permits Compliance With Law CONTRACTOR shall, at CONTRACTOR's expense obtain all necessary permits and licenses for the construction of each improvement, give all necessary notices and pay all fees and taxes required by law 13 Superintendence by CONTRACTOR CONTRACTOR shall give personal superintendence to the work on said ' improvement or have a competent foreman or superintendent satisfactory to the DISTRICT Engineer on the work at all times during progress with authority to act for him. 14 Observance by DISTRICT CONTRACTOR shall at all times maintain proper facilities and provide safe access for observation by DISTRICT to all parts of the work and to the shops wherein the work is in preparation. 15 Extra and/or Additional Work or Changes ' Should DISTRICT at any time during the progress of said work request any alteration, deviations additions or omissions from said specifications or plans or other ' contract documents, it shall be at liberty to do so and the same shall in no way affect or make void the Contract, but will be added to or deducted from the amount of said contract ' price as the case may be as provided in paragraph 36 Project No. 129 Construction Agreement— 5 of 29 I 1 1 16 Observation and Testing Materials 1 CONTRACTOR shall notify DISTRICT a sufficient time in advance of the manufacture or production of materials to be supplied by CONTRACTOR under this 1 Contract in order that DISTRICT may arrange for mill or factory observation and testing of same. 1 Any materials shipped by CONTRACTOR from factory prior to having satisfactorily passed such testing and observation by DISTRICT's representative shall not be used on ' said improvement unless CONTRACTOR is previously notified by DISTRICT that such testing and observation will not be required. 1 CONTRACTOR shall also furnish DISTRICT in triplicate, certified copies of all required factory and mill test reports. 17 Permits and Care of the Work ' CONTRACTOR has examined the site of the work and is familiar with its topography and condition, location of property lines, easements, building lines and other 1 physical factors and limitations affecting the performance of this AGREEMENT CONTRACTOR, at CONTRACTOR's expense, shall obtain any permission necessary for 1 any operations conducted off the property owned or controlled by DISTRICT CONTRACTOR shall be responsible for the proper care and protection of all materials delivered and the work performed until completion and final observation and acceptance. 1 18 Other Contracts DISTRICT may award other contracts for additional work and CONTRACTOR shall fully cooperate with such other contractors and carefully fit CONTRACTOR's own work to ' that provided under other contracts as may be directed by DISTRICT Manager/Engineer CONTRACTOR shall not commit or permit any act which will interfere with the ' performance of work by any other contractor 1 19 Payments to CONTRACTOR (A) On or before the 25th day of each and every month during the performance 1 of the work, CONTRACTOR shall submit to DISTRICT Manager/Engineer an 1 Project No. 129 Construction Agreement—6 of 29 1 1 itemized statement of quantities with unit prices of materials incorporated into ' the improvement during the preceding month and the portion of the contract sum applicable thereto On approval in writing of said statement by ' DISTRICT Manager/Engineer it shall be submitted to the DISTRICT Finance Department and then to the DISTRICT Board. It is understood and agreed between the parties that lead time for processing invoices for inclusion on the warrant list of the DISTRICT has been established by the DISTRICT Finance ' Office and that invoices for payment will be processed and paid in accordance with any established rules and regulations of said DISTRICT Finance Officer Payment shall be ninety-five percent (95%) of the amount invoiced, the remaining five percent (5%) to be subject to the provisions in ' Paragraph (B). The payment as provided for herein [except for the retention provided for in Paragraph (B)] shall be made the day following its approval by ' the DISTRICT Board at its next regular meeting following the submittal of the invoice to the Board by the DISTRICT Manager/Engineer (B) DISTRICT reserves the right to retain five percent (5%) of the contract price for a period of thirty-five (35) days after the filing of the notice of completion of the contract. CONTRACTOR shall have the following options pursuant to Section 22300 Public Contracts Code (i) To substitute securities for any money retained by DISTRICT (ii) To require DISTRICT to pay into an escrow created at the expense of CONTRACTOR. The substitute securities provided for herein may be held pursuant to Section 22300 and any escrow agreement entered into between the parties shall be in the statutory form set forth in Section 22300 (C) The DISTRICT shall observe the provisions of Government Code Section ' 7107 with respect to final payment and disputes relating thereto i i 1 Project No. 129 Construction Agreement—7 of 29 1 20 Contract Security ' Concurrently with the execution hereof CONTRACTOR shall furnish. (1) A surety bond in an amount equal to one hundred percent (100%) of the contract price as security for the Faithful Performance of this Contract to be held for 1 year after the Notice of Completion is recorded; 1 (2) A separate surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for payment of all persons performing labor and furnishing materials in connection with this Contract. The bonds required hereunder shall be provided by an admitted carrier DISTRICT reserves the right to object to said surety in accordance with the procedure set forth in Code of Civil Procedure Sections 995 650 et seq. Bonds shall be accompanied with an ' appropriate power of attorney authorizing the execution of the bond. ' 21 Indemnification CONTRACTOR and DISTRICT agree that DISTRICT should, to the extent ' permitted by law be fully protected from any loss, injury damage claim, lawsuit, cost, expense attorneys fees, litigation costs, defense costs, court costs or any other cost arising out of or in any way related to the performance of this Agreement. Accordingly the provisions of this indemnity provision are intended by the parties to be interpreted and ' construed to provide the fullest protection possible under the law to the DISTRICT except for liability attributable to the DISTRICT's active negligence. CONTRACTOR ' acknowledges that DISTRICT would not enter into this Agreement in the absence of this commitment from CONTRACTOR to indemnify and protect DISTRICT as set forth here. ' To the full extent permitted by law and excepting only the active negligence of DISTRICT established by a court of competent jurisdiction or written agreement between the parties, CONTRACTOR shall defend indemnify and hold harmless DISTRICT its employees agents and officials from any liability claims, suits, actions, arbitration proceedings regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, actual attorney fees incurred by DISTRICT court costs, interest, defense costs including expert witness fees and any other costs or expenses of ' any kind whatsoever without restriction or limitation incurred in relation to as a Project No. 129 Construction Agreement—8 of 29 1 1 consequence of or arising out of or in any way attributable actually allegedly or impliedly in whole or in part to the performance of the Agreement. All obligations under this provision are to be paid by CONTRACTOR as incurred by the DISTRICT Without affecting the rights of the DISTRICT under any provision of this Agreement or this Section, CONTRACTOR shall not be required to indemnify and hold harmless 1 DISTRICT as set forth above for liability attributable to the active negligence of DISTRICT provided such active negligence is determined by agreement between the parties or the 1 findings of a court of competent jurisdiction. This exception will only apply in instances where the DISTRICT is shown to have been actively negligent and not in instances where 1 CONTRACTOR is solely or partially at fault or in instances where DISTRICTs active negligence accounts for only a percentage of the liability involved. In those instances, the 1 obligation of CONTRACTOR will be for that portion or percentage of liability not attributable to the active negligence of DISTRICT as determined by written agreement ' between the parties or the findings of a court of competent jurisdiction. The obligations on CONTRACTOR under this or any other provision of this 1 Agreement will not be limited by the provisions of any workers' compensation act or similar act. CONTRACTOR expressly waives its statutory immunity under such statutes or laws 1 as to DISTRICT its employees and officials. CONTRACTOR agrees to obtain executed indemnity agreements with provisions 1 identical to those set forth here in this section from each and every sub contractor subtler contractor or any other person or entity involved by for with or on behalf of CONTRACTOR in the performance or subject matter of this Agreement. In the event CONTRACTOR fails to obtain such indemnity obligations form others as required here CONTRACTOR agrees to be fully responsible according to the terms of this section Failure of DISTRICT to monitor compliance with these requirements imposes no additional obligations on DISTRICT and will in no way act as a waiver of any rights hereunder This obligation to indemnify and defend DISTRICT as set forth herein is binding on the successors assigns, or heirs of CONTRACTOR and shall survive the termination of 1 this Agreement or this section. i 1 Project No. 129 Construction Agreement— 9 of 29 1 22 Insurance ' CONTRACTOR agrees to provide insurance in accordance with the requirements set forth herein. If CONTRACTOR uses existing coverage to comply with these requirements and that coverage does not meet the requirements set forth herein, CONTRACTOR agrees to amend, supplement or endorse the existing coverage to do so. 1 The following coverages will be provided by CONTRACTOR and maintained on behalf of the DISTRICT and in accordance with the requirements set forth herein. Commercial General Liability/Umbrella Insurance. Primary insurance shall be provided on ISO-CGL form No CG 00 01 11 85 or 88 Total limits shall be no less than five (5) million dollars per occurrence for all coverages. DISTRICT and its employees and agents shall be added as additional insureds using ISO additional insured endorsement form CG 20 10 11 85 On no event will DISTRICT accept an endorsement form with an edition date later than 1990). Coverage shall apply on a primary non-contributing basis in ' relation to any other insurance or self-insurance primary or excess, available to DISTRICT or any employee or agent of DISTRICT Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured Umbrella Liability Insurance (over primary) shall apply to bodily injury/property damage personal injury/advertising injury at a minimum, and shall include a 'drop down provision providing primary coverage above a maximum $25 000 00 self-insured retention for liability not covered by primary policies but covered by the umbrella policy Coverage shall be following form to any underlying coverage. Coverage shall be provided on a 'pay on behalf' basis, with defense costs ' payable in addition to policy limits. There shall be no cross liability exclusion. Policies shall have concurrent starting and ending dates. Business Auto/Umbrella Liability Insurance. Primary coverage shall be written on ' !so Business Auto coverage form CA 00 01 06 92 including symbol 1 (Any Auto) Limits shall be no less than five (5) million dollars per accident. Starting and ending dates shall be ' concurrent If CONTRACTOR owns no autos, a non-owned auto endorsement to the General liability policy described above is acceptable. ' Workers' Compensation/Employers' Liability shall be written on a policy form providing workers compensation statuary benefits as required by law Employers' liability ' limits shall be no less than one (1) million dollars per accident or disease. Employers' Project No. 129 Construction Agreement— 10 of 29 1 ' liability coverage shall be scheduled under any umbrella policy described above. Unless otherwise agreed, this policy shall be endorsed to waive any right of subrogation as respects the DISTRICT its employees or agents. CONTRACTOR and DISTRICT further agree as follows. ' 1 This Section supersedes all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 2. Nothing contained in this Section is to be construed as affecting or altering the legal status of the parties to this Agreement. The insurance requirements set forth in this Section are intended to be separate and distinct from any other provision in this ' Agreement and shall be interpreted as such 3 All insurance coverage and limits provided pursuant to this agreement shall ' apply to the full extent of the policies involved, available or applicable. Nothing contained in this Agreement or any other agreement relating to the DISTRICT or its operations limits ' the application of such insurance coverage 4 Requirements of specific coverage features or limits contained in this Section ' are not intended as a limitation on coverage limits or other requirements, or a waiver of any coverage normally provided by insurance Specific reference to a given coverage feature is for purposes of clarification only and is not intended by any party to be all inclusive or to the exclusion of other coverage or a waiver of any type. ' 5 For purposes of insurance coverage only this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards, performance of this Agreement. 6 All general or auto liability insurance coverage provided pursuant to this Agreement, or any other agreements pertaining to the performance of this Agreement, shall not prohibit CONTRACTOR, and CONTRACTOR's employees, or agents, from waiving the right of subrogation prior to a loss CONTRACTOR hereby waives all rights of ' subrogation against DISTRICT 7 Unless otherwise approved by DISTRICT CONTRACTOR's insurance shall be written by insurers authorized to do business in the State of California and with a minimum Project No. 129 Construction Agreement— 11 of 29 I 'Bests' Insurance Guide rating of A.VII' Self-insurance will not be considered to comply with these insurance specifications. 8 In the event any policy of insurance required under this Agreement does not ' comply with these requirements or is canceled and not replaced, DISTRICT has the right but not the duty to obtain the insurance it deems necessary and any premium paid by district will be promptly reimbursed by CONTRACTOR. 9 CONTRACTOR agrees to provide notarized evidence of the insurance required ' herein, satisfactory to district, consisting of certificate(s) of insurance evidencing all of the coverages required and an additional insured endorsement to CONTRACTOR's general liability and umbrella liability policies (if any) using ISO form CG 20 10 11 85 Certificate(s) are to reflect that the insurer will provide thirty (30) days notice of any cancellation of ' coverage CONTRACTOR agrees to require its insurer to modify such certificates of any cancellation of coverage. CONTRACTOR agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word 'endeavor' with regard to any notice provisions CONTRACTOR agrees to provide complete copies of policies to DISTRICT upon request. ' 10 CONTRACTOR shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other ' policies providing at least the same coverages. 11 Any actual or alleged failure on the part of the DISTRICT or any additional ' insured under these requirements to obtain proof of insurance required under this Agreement in no way waives any right or remedy of DISTRICT or any additional insured in this or any other regard 12 CONTRACTOR agrees to require all subcontractors or other parties hired for this project to provide general liability insurance naming as additional insureds all parties to ' this Agreement. CONTRACTOR agrees to obtain certificates evidencing such coverage and make reasonable efforts to ensure that such coverage is provided as required here. CONTRACTOR agrees to require that no contract used by any subcontractor or contracts CONTRACTOR enters into on behalf of DISTRICT will reserve the right to charge back to ' DISTRICT the cost of insurance required by this Agreement. CONTRACTOR agrees that I Project No 129 Construction Agreement— 12 of 29 I upon request, all agreements with subcontractors or others with whom CONTRACTOR contracts with on behalf of DISTRICT will be submitted to DISTRICT for review Failure of DISTRICT to request copies of such agreement will not impose any liability on DISTRICT or its employees. 13 If CONTRACTOR is a Limited Liability Company general liability coverage ' must be amended so that the Limited Liability Company and its managers, affiliates, employees, agents, and other persons necessary or incidental to its operation are insureds 14 CONTRACTOR agrees to provide immediate notice to DISTRICT of any claim or loss against CONTRACTOR that includes DISTRICT as a defendant. DISTRICT assumes no obligation or liability for such notice but has the right (but not the duty) to ' monitor the handling of any such claim or claims if they are likely to involve the DISTRICT ' 23 Legal Work Day Penalties for Violation Eight (8) hours of labor shall constitute a legal day's work. CONTRACTOR shall not ' require more than eight (8) hours labor in a day from any person employed by CONTRACTOR in the performance of such work. CONTRACTOR shall forfeit as a ' penalty to DISTRICT the sum of Twenty Five ($25.00) Dollars for each laborer workman or mechanic employed in the execution of this Contract by CONTRACTOR, or by any ' subcontractor for each calendar day during which such laborer workman or mechanic is required or permitted to labor more than eight (8) hours per day in violation of the ' provisions of Section 1815 of the Labor Code of the State of California. 24 Prevailing Wage Scale The minimum compensation to be paid for labor upon all work performed under this Contract shall be the general prevailing wage scale established by the Department of ' Industrial Safety for the State of California and as adopted by DISTRICT CONTRACTOR shall forfeit the sum of$50 00 per day to DISTRICT for each day prevailing wages are not ' paid in accordance with Labor Code Section 1775. CONTRACTOR shall comply in all respects with Title 40 U S C Section 276a, also known as 'The Davis-Bacon Act' where federal funds are involved and CONTRACTOR shall also comply in all respects with California Labor Code Sections 1770 et seq. if Project No. 129 Construction Agreement— 13 of 29 1 applicable. ' If CONTRACTOR is engaged in the construction, prosecution, completion or repair of any public building or public work, or building or work financed in whole or in part by loans or grants from the United States, CONTRACTOR shall furnish each week to the DISTRICT Finance Officer a statement with respect to the wages paid each of its ' employees during the preceding weekly payroll period ' 24a. Payroll Records The CONTRACTOR and all Subcontractors shall keep accurate payroll records on the job site in accordance with Labor Code Section 1776 and make those records available for inspection at all reasonable times. 25 Emergency Additional Time for Performance Procurement of Materials If because of war or other declared national emergency the Federal or State government restricts, regulates or controls the procurement and allocation of labor or ' materials, or both, and if solely because of said restrictions, regulations or controls, CONTRACTOR is, through no fault of CONTRACTOR, unable to perform this ' AGREEMENT or the work is thereby suspended or delayed, any of the following steps may be taken. ' A. DISTRICT may pursuant to resolution of the Board grant CONTRACTOR additional time for the performance of this AGREEMENT sufficient to compensate in time for said delay or suspension To qualify for such extension of time CONTRACTOR, within three (3) days of CONTRACTOR's discovering such inability to perform, shall notify DISTRICT ' Manager/Engineer in writing thereof and give specific reasons therefor DISTRICT Manager/Engineer shall thereupon have sixty (60) days within ' which to procure such needed materials or labor as it is specified in this AGREEMENT or permit substitution or provide for changes in the work in ' accordance with other provisions of this AGREEMENT Substituted materials, or changes in the work, or both, shall be ordered in writing by DISTRICT Manager/Engineer and the concurrence of the DISTRICT Board Project No. 129 Construction Agreement— 14 of 29 1 I shall not be necessary All reasonable expenses of such procurement ' incurred by the DISTRICT Manager/Engineer shall be defrayed by CONTRACTOR; or 1 B If such necessary materials or labor cannot be procured through legitimate ' channels within sixty (60) days after the filing of the aforesaid notice either party may upon thirty (30) days written notice to the other terminate this AGREEMENT In such event, CONTRACTOR shall be compensated for all work executed upon a unit basis in proportion to the amount of the work 1 completed, or upon a cost plus ten percent (10%) basis, whichever is the lesser Materials on the ground in process of fabrication or en route upon ' the date of notice of termination specially ordered for the project and which cannot be utilized by CONTRACTOR, shall be compensated for by DISTRICT at a cost, including freight, provided that CONTRACTOR shall take all steps possible to minimize this obligation; or ' C DISTRICT Board, by resolution, may suspend this AGREEMENT until the cause of inability to perform is removed, but for a period of not to exceed ' ninety (90) days. If this AGREEMENT is not canceled and the inability of CONTRACTOR to perform continues, without fault on CONTRACTOR's part, ' beyond the time during which the AGREEMENT may have been suspended, as hereinabove provided, DISTRICT Board may further suspend this ' AGREEMENT or either party hereto may without incurring any liability elect to declare this AGREEMENT terminated upon the ground of impossibility of performance In the event DISTRICT declares this AGREEMENT terminated, such declaration shall be authorized by the DISTRICT Board, by resolution, and CONTRACTOR shall be notified in writing thereof within five 1 (5) days after the adoption of such resolution Upon such termination, CONTRACTOR shall be entitled to proportionate compensation at the ' agreement rate for such portion of the AGREEMENT as may have been performed or 1 D DISTRICT may terminate this AGREEMENT without cause in which case Project No 129 Construction Agreement— 15 of 29 1 1 CONTRACTOR shall be entitled to proportionate compensation at the ' agreement rate for such portion of the AGREEMENT as may have been performed. Such termination shall be authorized by resolution of the DISTRICT Board Notice thereof shall be forthwith given in writing to CONTRACTOR and this AGREEMENT shall be terminated upon receipt by ' CONTRACTOR of such notice. ' 26 Provisions Cumulative The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of, any other rights or remedies available to DISTRICT 1 27 Notices It shall be the duty and responsibility of CONTRACTOR to notify subcontractors and materialmen of the following special notice provision, namely all notices of intention to lien or stop notices shall be either personally delivered or transmitted by certified mail, but in ' either event said notices shall be directed to the DISTRICT All notices shall be in writing and delivered in person or transmitted by certified mail, ' postage prepaid. Notices required to be given to DISTRICT shall be addressed as follows ' COSTA MESA SANITARY DISTRICT 628 W 19th Street Costa Mesa, California 92627 ' Notices required to be given to CONTRACTOR shall be addressed as follows: Contractor Name i Street Address City State ZIP ' Notices required to be given to CONTRACTOR's sureties shall be addressed as follows. Company Name ' Street Address City State ZIP 28 Subcontracting CONTRACTOR acknowledges that he is aware of the provision of the 'Subletting 1 Project No. 129 Construction Agreement— 16 of 29 1 1 and Subcontracting Fair Practices Act' and that he agrees to comply with all applicable ' provisions thereof If any part of the work to be done under this Contract is subcontracted, the subcontract shall be in writing and shall provide that all work to be performed thereunder shall be performed in accordance with this Contract. Upon request, certified copies of any or all subcontracts shall be furnished the DISTRICT The subcontracting of any or all of the work to be done will in no way relieve the CONTRACTOR of any part of his responsibility under the Contract. ' Breach of any of the above provisions will be considered a violation of the Contract, ' and the DISTRICT may cancel the Contract, assess the CONTRACTOR a penalty of not more than 10 percent (10%) of the subcontract involved, or cancel the Contract and ' assess the penalty All persons engaged in the work, including subcontractors will be considered ' employees of the CONTRACTOR. CONTRACTOR will be held responsible for their work. ' The DISTRICT will deal directly with and make all payments to the CONTRACTOR. 29 CONTRACTOR's Affidavit 1 After the completion of the work contemplated by this Contract, CONTRACTOR shall file with the DISTRICT's Manager/Engineer his affidavit stating that all workmen and ' persons employed and all firms supplying materials, and all subcontractors upon the project have been paid in full, and that there are no claims outstanding against the project for either labor or material, except certain items if any to be set forth in an affidavit ' covering disputed claims, or items in connections with Notice to Withhold which have been filed under the provisions of the statutes of the State of California. Project No. 129 Construction Agreement— 17 of 29 30 CONTRACTOR's Waiver ' The acceptance of CONTRACTOR of the final payment shall constitute a waiver of all claims against DISTRICT under or arising out of the Contract unless the disputed amounts are specifically set forth in the affidavit and release. ' 31 Notice to Proceed No work, services, material or equipment shall be performed or furnished under this 1 Contract unless and until a notice to proceed has been given to the CONTRACTOR by ' DISTRICT's Manager/Engineer and all bonds and certificates of insurance required pursuant hereto have been furnished to and approved by DISTRICT ' 32. Utility Location DISTRICT acknowledges its responsibilities with respect to the location of utility ' facilities pursuant to California Government Code Section 4215 33 Discrimination CONTRACTOR represents that it has not, and agrees that it will not, discriminate in its employment practices on the basis of race creed, religion, national origin, color sex, age, or disability 34 Governing Law This Contract and any dispute arising hereunder shall be governed by the law of the State of California. Project No. 129 Construction Agreement— 18 of 29 t 35. Integration ' The parties agree that this document represents their entire agreement and that this AGREEMENT may not be subsequently modified unless said modification is made in writing and is signed by both parties 1 36 Changes DISTRICT may by written change notice make changes in the work, changes in or addition to the specification, require additional work or services or direct the omission of work or services covered by this AGREEMENT If any such change or requirement causes any increase or decrease in the CONTRACTOR's cost of performance of this ' AGREEMENT an equitable adjustment shall be made and the AGREEMENT modified in ' writing accordingly No claim by CONTRACTOR for adjustment under this paragraph shall be valid unless asserted in writing by CONTRACTOR within thirty (30) days from the date of receipt of said written change notice signed by the DISTRICT's Manager/Engineer or the President and Secretary of the Board of Directors, as appropriate. CONTRACTOR shall make no additions, changes, alterations or omissions except upon the written change notice of the DISTRICT Manager/Engineer given before the work is to be done or before services are rendered. The DISTRICT Manager/Engineer shall only have authority to approve additional work and order changes when the work is of a value cumulatively less ' than 10% of the original contract amount or FIFTEEN THOUSAND DOLLARS ($15,000 00) whichever is greater Any additional work in excess of this amount shall be ' approved by the Board of Directors. ' A. Extra Work Damages Should CONTRACTOR encounter extra work due to the discovery of unforeseen conditions that CONTRACTOR should not have 1 Project No. 129 Construction Agreement— 19 of 29 anticipated based in its own independent investigation, or due to changes in the project made by DISTRICT CONTRACTOR shall immediately bring such condition to the attention of the DISTRICT's Manager/ Engineer and shall submit a Request for Change Order within thirty (30) days in the form set ' forth in the contract documents. All such requests for extra compensation ' shall be subject to the approval of the Board of Directors unless within the authority of the DISTRICT Manager/Engineer B Limitation of Damages. CONTRACTOR shall be limited in the damages ' that it may recover under this contract. CONTRACTOR shall be limited to extra days for delay time and any direct costs related thereto and to the direct costs of completing extra work. 'Direct Costs shall be those items defined in Section 3-3.2.2 Basis for Establishing Costs, Standard Specifications for Public Works Construction, 1997 edition. Excluded from direct costs shall be mark ups on materials equipment rentals or other items or expenditures, so-called 'Eichleay damages including, but not limited to home office overhead, lost bonding capacity lost profits, and lost interest. I 37 Independent CONTRACTOR CONTRACTOR acknowledges and agrees that he is an independent CONTRACTOR who has been retained for the results of his work and not for the means by which it is accomplished It is specifically agreed that the DISTRICT does not have the right of control over the mode of doing the work contracted for and that neither the CONTRACTOR, his employees nor his consulting Engineers are employees of the DISTRICT Project No. 129 Construction Agreement—20 of 29 1 I i 38 Remedies iThe remedies provided DISTRICT herein shall be cumulative and in addition to any other remedies provided by law or equity A waiver of a breach of any provision hereof shall not constitute a waiver of any other breach. i 39 Books and Records CONTRACTOR's books, records and its plants or such part thereof as may be engaged in the performance of this Contract, shall at all reasonable times be subject to observation and audit by any authorized representative of DISTRICT 40 Notice to DISTRICT of Labor Disputes ' Whenever CONTRACTOR has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Contract, CONTRACTOR shall immediately give notice thereof including all relevant information with respect thereto to DISTRICT 41 As Built Drawings CONTRACTOR shall provide DISTRICT's Engineer with drawings of the Construction in its as built' condition 42. Days and Hours of Work Should the CONTRACTOR desire to perform construction work on Saturday Sunday or on any day observed as a holiday by DISTRICT or prior to 8'00 a.m. or after Project No. 129 Construction Agreement—21 of 29 I I 1 5 00 p m. of any day he must submit his written request to DISTRICT's Manager/Engineer at least 24 hours prior to the proposed start of such work. No such work shall be ' commenced without the prior approval of the DISTRICT's Manager/Engineer The DISTRICT observes those holidays specified by Government Code Section 6700 The foregoing shall not apply in the case of an emergency necessitating immediate work. ' 43 CONTRACTOR's Independent Investigation No plea of ignorance of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary independent examinations and investigations, and no plea of reliance on initial investigations or reports prepared by DISTRICT for purpose of letting this Contract out to bid, will be accepted as an excuse for any failure or omission on the part of the CONTRACTOR to fulfill in every detail all requirements of said Contract, specifications and plans. Nor will such reasons be ' accepted as a basis for any claims whatsoever for extra compensation or for an extension ' of time. In accordance with Public Contracts Code Section 7105, CONTRACTOR shall not be liable for Acts of God. ' 44 Interpretation In the event of any conflict, inconsistency or incongruity between the provision of this Contract and the provisions of Paragraph 2 hereof or amendments thereto, the provisions of this Contract shall control in all respects. i Project No 129 Construction Agreement— 22 of 29 1 45 Attorney's Fees If any action at law or in equity is necessary to enforce or interpret the terms of this AGREEMENT the prevailing party shall be entitled to reasonable attorney's fees, costs and necessary disbursements in addition to any other relief to which he may be entitled. If ' any action is brought against the CONTRACTOR or any subcontractor to enforce a Stop ' Notice or Notice to Withhold, which names the DISTRICT as a party to said action, DISTRICT shall be entitled to reasonable attorney's fees, costs and necessary disbursements. 46. Additional Costs CONTRACTOR shall be responsible to reimburse the DISTRICT a sum equal to the expenses of administration and legal services required to be expended by the DISTRICT ' in processing Notices to Withhold, Stop Notices or similar legal documents arising out of a ' failure of the CONTRACTOR to pay for labor or materials. Said obligation shall be provided for in the payment bond required by the CONTRACTOR. The DISTRICT shall ' further have the right to offset any such costs and expenses incurred by DISTRICT against any sums owing to CONTRACTOR under the AGREEMENT 47 Assignment 1 No assignment by the CONTRACTOR of this Contract or any part hereof or of funds to be received hereunder will be recognized by the DISTRICT unless such ' assignment has had prior written approval and consent of the DISTRICT and the surety Project No. 129 Construction Agreement—23 of 29 1 48. Safety and Site Condition CONTRACTOR shall perform all operations with due regard for safety and in strict ' compliance with all applicable laws relating thereto It shall be CONTRACTOR's responsibility to keep the site in a clean, neat and orderly condition. It shall also be ' CONTRACTOR's duty to dust-palliate all working areas and access routes, if applicable All operations shall be conducted by CONTRACTOR so that no fire hazards are created ' 49 Observation ' Services shall be furnished by the DISTRICT on an eight (8) hour day and forty (40) hour week basis. Any additional observation that is required in excess of the foregoing ' shall be paid for by the CONTRACTOR at special hourly rates to be determined by DISTRICT 50 Workmanship and Materials Unless otherwise specifically provided for in the specifications, all workmanship ' equipment, materials and articles incorporated in the work covered by this Contract are to be new and of the most suitable grade of their respective kinds for the purpose intended Where equipment, materials or articles are referred to in the specification as 'equal to any ' particular standard, DISTRICT shall decide the question of equality In the manner and to the extent required by the specifications CONTRACTOR shall furnish DISTRICT for approval full information concerning the equipment, materials or articles which he ' contemplates incorporating in the work. Samples of material shall be submitted for ' approval when required for specification. In addition to furnishing a list of subcontractors and prior to commencing the work covered by this Contract, CONTRACTOR shall furnish Project No 129 Construction Agreement— 24 of 29 I 1 1 DISTRICT a list of the equipment, materials, or articles CONTRACTOR proposes to use in the performance of this Contract. Substitutions of equipment, materials or articles shall not be done unless approved by the DISTRICT's Manager/Engineer ' 51 Warranty Unless otherwise agreed to in writing by the parties, CONTRACTOR warrants that the work shall be performed in the best and most workmanlike manner by qualified, careful ' and efficient workers, in strict conformity with the best standard practices, shall be free ' from defect in workmanship and material, and shall conform with all provisions of this Contract, including, but not limited to all specifications included in this Contract. The ' provisions of this warranty together with any applicable warranties and guarantees of CONTRACTOR's subcontractors and suppliers shall survive observation, test and 1 acceptance of any payment for the work performed hereunder and shall run to the ' DISTRICT its successors and assigns. Except for latent defects fraud or such gross mistakes of CONTRACTOR as amount to fraud, notice of any defect or non-conformity may be given by DISTRICT to CONTRACTOR at any time prior to the expiration of ONE YEAR after the recording of the Notice of Completion by DISTRICT of such work. CONTRACTOR shall promptly perform all work required to correct such defects or non- 1 conformities by replacement or repair as DISTRICT may direct, all at CONTRACTOR's ' sole cost and expense All defective or non-conforming material which DISTRICT requires to be replaced shall be removed promptly from the site of the work by CONTRACTOR at its sole expense If CONTRACTOR fails promptly to correct any non-conformity DISTRICT may do so and charge the cost thereof to CONTRACTOR. Work required to be corrected or replaced shall be subject to the provisions of this paragraph in the same manner and to Project No. 129 Construction Agreement—25 of 29 the same extent as when such work was initially presented for final acceptance. DISTRICT's right to require CONTRACTOR to repair or replace any defective or non- conforming work shall be in addition to any other rights DISTRICT may have for breach of warranty and shall not be considered as an exclusive remedy If the DISTRICT prefers to ' accept defective or non-conforming work, it may do so instead of requiring its removal or ' correction, in which case a Change Order will be issued to reflect a reduction in the Contract Sum where appropriate and equitable Such adjustment shall be effected ' whether or not final payment had been made 52. Regional Notification Centers ' CONTRACTOR agrees to contact the appropriate regional notification center in accordance with Government Code Section 4216 before commencing any excavation. t53 Trench Protection CONTRACTOR shall submit its detailed plan for worker protection during the ' excavation of trenches required by the scope of the work in accordance with Labor Code Section 6705. ' 54 Trenching Conditions ' If this contract involves digging trenches or other excavations that extend deeper than four feet below the surface CONTRACTOR shall promptly and before the following conditions are disturbed notify the DISTRICT in writing, of any ' (A) Material that the CONTRACTOR believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be Project No. 129 Construction Agreement—26 of 29 removed to a Class I or Class II disposal site in accordance-with provisions of existing law ' (B) Subsurface or latent physical conditions at the site differing from those ' indicated. (C) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as ' inherent in work of the character provided for in the contract. (D) The DISTRICT shall promptly investigate the conditions, and if it finds that the conditions do materially so differ or do involve hazardous waste and cause a decrease or increase in the CONTRACTOR's cost of, or the time required for performance of any part of the work shall issue a change order ' the procedures described in the contract. (E) In the event that a dispute arises between the DISTRICT and the CONTRACTOR whether the conditions materially differ or involve hazardous ' waste or cause a decrease or increase in the CONTRACTOR's cost of or time required for performance of an part of the work, the CONTRACTOR ' shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. The CONTRACTOR shall retain any and all rights provided either by contract ' or by law which pertain to the resolution of disputes and protests between the contracting parties 55 Assignment of Clayton Act and Cartwright Act Claims In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor of subcontractor offers and Project No. 129 Construction Agreement—27 of 29 1 agrees to assign to the awarding body all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U S.0 Sec. 15) or under the ' Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made ' and become effective at the time the awarding body tenders final payment to the CONTRACTOR, without further acknowledgement by the parties. 1 1 1 Project No 129 Construction Agreement— 28 of 29 1 1 Dated this day of 2009 COSTA MESA SANITARY DISTRICT 1 1 By. President 1 By Secretary APPROVED AS TO FORM: 1 1 By General Counsel 1 APPROVED AS TO CONTENT 1 1 By Manager/District Engineer ' CONTRACTOR Contractor 1 By 1 Its. ' (MUST BE NOTARIZED) 1 1 1 i Project No 129 Construction Agreement— 29 of 29 1 PAYMENT BOND BOND NO ' COSTA MESA SANITARY DISTRICT PAYMENT BOND ' (LABOR AND MATERIAL BOND) (District Contract) 1 KNOW ALL MEN BY THESE PRESENTS THAT WHEREAS COSTA MESA SANITARY DISTRICT a California sanitary t district, by minute order of the Board of Directors, adopted on has awarded to ' (NAME OF CONTRACTOR) ' (ADDRESS OF CONTRACTOR) hereinafter designated as the 'Principal' a contract for the work described as follows. (JOB NAME AND JOB ADDRESS) WHEREAS said Principal is required by the provisions of said contract and of the Civil Code to furnish a bond in connection with said contract, as hereinafter set forth. NOW THEREFORE, WE, the undersigned CONTRACTOR, as Principal and ' (NAME AND ADDRESS OF SURETY) ' duly authorized to transact business under the laws of the State of California, as Surety are held and firmly bound unto the Costa Mesa Sanitary District, in the penal sum of Dollars ($ ), said sum being not less than one hundred (100%) percent of the estimated amount payable under the terms of the contract for which payment well and truly be made, we bind ourselves, our heirs, executors and administrators successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that, if said Principal or his subcontractors, or the heirs executors, administrators, successors or assigns thereof, ' shall fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California for any materials provisions, provender or other supplies used in, upon, for or about the performance of the work contracted to be done or for any work or labor ' performed by any such claimant or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the CONTRACTOR and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code with respect to such work and labor then said Surety will pay for the 1 1 1 same in an amount not exceeding the sum set forth hereinabove and in addition, in case suit is brought upon the bond, will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons named in the 1 aforesaid Civil Code Section 3181 so as to give a right of action to them or their assigns in any suit brought upon the bond. Said bond shall be exonerated 35 days after the Notice of Completion is recorded unless any pending claim remains unresolved. 1 Further the said Surety for value received hereby stipulates and agrees that no change, extension of time alteration or modification of the contract documents or of the 1 work to be performed thereunder shall in any way affect its obligation on this bond; and it hereby waives notice of any and all such changes, extensions of time, and alterations or modifications of the contract documents and/or of the work to be performed 1 thereunder All signatures shall be properly notarized and a properly authenticated power of 1 attorney must be submitted. IN WITNESS WHEREOF we have hereunto set our hands and seals this 1 day of 20 CONTRACTOR 1 By /s/ 1 In accordance with the Contract described above all bonds shall be issued by an admitted surety insurer and the District reserves the right to object to any such surety in accordance with Code of Civil Procedure Section 995 660 1 By signing below Surety certifies that the bonds are issued by admitted surety 1 SURETY 1 By Company Representative APPROVED AS TO FORM: 1 By /s/ Alan R. Burns, District Counsel Costa Mesa Sanitary District 1 1 1 2 1 1 The one-year period shall commence on the date the Notice of Completion has been recorded. ' In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees as fixed by the court. 1 And the said Surety for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in 1 any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. ' All signatures shall be properly notarized and a properly authenticated power of attorney must be submitted. 1 IN WITNESS WHEREOF we have hereunto set our hands and seals this day of 20 PRINCIPAL CONTRACTOR i By Company Representative In accordance with the Contract described above all bonds shall be issued by an admitted surety insurer and the District reserves the right to object to any such surety in accordance with Code of Civil Procedure Section 995.660 ' By signing below Surety certifies that the bonds are issued by admitted Surety SURETY 1 By. Company Representative 1 APPROVED AS TO FORM: By/s/ Alan R. Burns, District Counsel Costa Mesa Sanitary District 1 i 1 I i COSTA MESA SANITARTY DISTRICT IORANGE COUNTY CALIFORNIA ICONTRACT SPECIFICATIONS FOR I BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET IProject No 129 I APPENDIX A CONTENTS. COUNTY OF ORANGE ENCROACHEMENT PERMIT I I I I I I I 1 I I Project No. 129 Appendix I 1 COUNTY PROPERTY PERMIT Page I oft 2008-00940 ENCROACHMENT PERMIT 611712009 Vvmi .Amp 2994 5 PM I INSPECTION PHONE COUNTY OF ORANGE Permit No: 2008-00940 714-567 7804 OC Public Works Effective Date: County Property Permits 6/17/2009 Inspection office shall he notified at least Main Office.300 North Flower Street, 12 00 AM ITWO(2)WORK DAYS PRIOR to Santa Ana,California 92703-5001 Expiration Date: 12/16/2009 commencing permitted use. FAILURE or P 0 Box 4048, Santa Ana,California 92702-4048 TO OBTAIN INSPECTION SHALL (714)834-3474 or(714)834-5529 1200 AM VOID THIS PERMIT Fax. (714)835-7425 I PERMITTEE FACILITY Costa Mesa Sanitary District lam Facility Name Number 628 1V 19th St Al' BRISTOL STREET NONE 1 Costa Mesa,CA 92627 949-631 1731 Contact Person Joe Sinacori ITelephone No.949-63 I 173 I PERMITTED USE Us of County pr iperty It thy oh ed as folio subiLct to pr tons attachul he en ITo remove an 8-inch VCP sewer main and install and maintain a 15-inch VCP sewer line within a portion of Orange County's Bristol Street road rights-of-way per attached plans,provisions,and to the satisfaction of County inspection personnel. IPERMIT NOT EFFECTIVE UNTIL PERMITTED USE APPROVED BY ASSIGNED INSPECTOR. ***PEIRMI'fTEF TO SUBMIT COPIES OF APPROVED PERMIT'S FROM THE CITY OF COSTA MESA AND CITY OF NEWPORT BEACH PRIOR TO CONSTRUCTION* ' THIS PERMIT IS NOT VALID UN'T'IL THE PERMITTEE FIRST OBTAINS A RIDER TO THIS PERMIT TO ADD THE SELECTED CONTRACTOR AND THE CONTRACTOR SUBMITS A VALID CERTIFICATE OF LIABILITY INSURANCE TI-TAT MEETS COUNTY INSURANCE REQUIREMENTS. ICEQA Code I S WPPP. No LOCATION OF WORK. Bristol Street, from Autoplex to Birch Street Isewer mionll'ype. rem(ye 8' VCP cr nd install L VCP Th to as Brother 859'E7 Area.Santa Ana I'eights II sewer main PERMITTEE'S ACCEPTANCE. COUNTY APPROVAL. Capalety,Dean 6/11/2009 PERMIT AND APPROVED PLANS SHALL BE MAINTAINED ON JOB SITE. PERMITTEE SHALL COMPLY WITH I REGULATIONS PRINTED ON REVERSE SIDE OF PERMIT AND ATTACHMENTS. ALL UNDERGROUND WORK REQUIRES PRIOR'UNDERGROUND SERVICE ALERT COMPLIANCE THIS PERMIT IS NON-TRANSFERABLE Note Su ely ill d he eft did di!F d Inspe Ai performed td Ibmnted In C tty Prop rty Permits. - -- I ENCROACHMENT PERMIT Ng I CONSIDERATION: ' Ins PWOtt Permit Fees Surety Penalty Total Total Fees: 0.00 RC ER68210 0.00(2060) 0.00(2093) 0.00 0.00 Surety Paid By TUC Invoice Paid By I I Conti actor TIM) Engineer Costa Mesa Sanitary District:628 W. 19th Street,Costa Mesa,92627-2716:Contact:Joseph Sinacori, I 949-315-5075 Inspection: Subdivision L Permits Inspection CC. Operations& Maintenance ' PERMIT INSPECTORS REPORT DATE WORK COMPLETED' The p died cork ompteted saher:Kt pc stood id/o lb -h ilt pin d speedo ep et Ito rated he ith fo it ' files Remarks: I IInspector Date IPermit Superintendent: Date 1 Refund Recommended By Date ' Refund Approved By Date. I I I I I I —'— - — 1--- FAITHFUL PERFORMANCE BOND BOND NO ' COSTA MESA SANITARY DISTRICT FAITHFUL PERFORMANCE BOND (District Contract) KNOW ALL MEN BY THESE PRESENTS. THAT WHEREAS COSTA MESA SANITARY DISTRICT a California sanitary district, by minute order of the Board of Directors, adopted on has awarded to NAME OF CONTRACTOR ADDRESS OF CONTRACTOR hereinafter designated as the 'Principal' a Contract for the work described as follows: ' JOB NAME AND JOB ADDRESS ' WHEREAS, the said Principal is required under the terms of said Contract and District's Operations Code Section 7.05 030 to furnish a bond for the faithful performance of said Contract, including a one-year guarantee of the work performed. NOW THEREFORE, WE, the undersigned CONTRACTOR, as Principal and (NAME AND ADDRESS OF SURETY) duly authorized to transact business under the laws of the State of California, as Surety 1 are held and firmly bound unto the Costa Mesa Sanitary District, in the penal sum of Dollars ($ 1, said sum being not less than one hundred (100%) percent of 1 the contract price for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that, if the above burden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all t things stand to and abide by and well and truly keep and perform all the undertakings, terms, covenants, conditions and agreements in the said contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed, at the ' time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Costa Mesa Sanitary District, its officers and agents, as therein stipulated then this obligation shall become null and void, otherwise it shall be and remain in full force and virtue. This obligation covers a one-year guarantee on work performed after said work has been completed. 1 1 COUNTY OF ORANGE atee ter' �M COUNTY PROPERTY PERMITS ok,1 r Permit No. ' 1F0R�t SPECIAL pp pp�� `, ��++ �+ � PECIAL PROVISIONS 2008-00940 By acceptance of this permit, permittee agrees to the following. I All maintenance responsibility to or arising out of the permitted improvements or use shall be the sole responsibility of Permittee, future assigns or successors. ' 2. All travel lanes are to be open and usable at the close of each work day ' 3 All materials testing within County right-of-way' shall be performed by the County of Orange Materials Testing Lab This includes but not limited to trench backfill, the aggregate base, and the asphalt concrete. 1 4 Preconstruction required prior to mobilization of the contractor within the County jurisdiction. ' 5 Contractors work schedule to be submitted and approved by inspector minimum of two (2) weeks prior to start date of construction within the County jurisdiction. Signature: C . Date: 6/Vey ' Print Name: —r5EPE .Si4✓�Ic CA4c z3 A 7 54c rn � 1 1 - I I STANDARD PROVISIONS TO BE ATTACHED TO AND MADE A PART OF PERMIT NO.2008-00940 I 1 Permits issued by this Department are pursuant to the authority vested by the Board of Supervisors for the County of Orange,Orange County Flood Control District, any one or all of which are hereinafter referred to as County 2. Permittee agrees to save County its agencies,districts,etc. including its officers, agents or employees, harmless from any and all I penalties,liabilities or loss resulting from claims or court actions, arising directly out of any damage or injury to persons or property by reason of the acts or omissions of Permittee, its agents,employees or independent contractors in exercising any of the privileges herein granted or in consequence thereof. I The Permittee shall file a written accident report with the County of Orange for any property damage death or injuries on project site within 48 hours after such incident occurs. The accident report shall include, but is not limited to,the following information, if available: time and date, location, nature of accident, names of people injured,description of property damage, police report number and description of job site condition at the time of accident, IFailure to file an accident report shall be considered a violation of the permit provisions and may cause revocation of this permit. Accident report shall be filed with the Inspection section assigned to the project. Contact can be made at the following telephone numbers: I Permits Inspection (714) 567 7804 1152 E.Fruit Street Santa Ana, CA 92702 I Operations Inspection (714)955-0213 2301 Glassell Orange,Ca 92865 I 3. Should any damage or injury to County works occur during initial use and/or as a result of this permitted use,either through the acts of agents,servants, or employees of Permittee or by any independent contractor of Permittee in the exercise of the rights herein granted, Permittee shall immediately upon the written demand of County restore such works to the condition of same on the date of the occurrence I of said damage or injury at Permittee's cost or expense. The question as to whether or not any such damage or injury has been caused to the works shall be determined by the Director of OC Public Works(OCPW)and his determination shall be final. In the event repair by County is necessary Permittee shall pay County the cost of such repairs I 4 County reserves the right unto itself to perform any work,upon any portion or all of the area covered by this permit, or to do any other work necessary at any time. Such work may be performed without incurring any liability of any nature whatsoever to the Permittee. It is further understood and agreed that County reserves unto itself the rights of ingress over all or any portion of the subject area. 5. Neither this permit nor any of the rights herein granted shall be assigned without the prior written approval of the County. 6. By acceptance of this permit, Permittee acknowledges and assumes all responsibility for compliance with requirements of other regulatory governing agencies including, but not limited to,zoning regulations,applicable ordinances and laws,etc. of the County of Orange,the / State of California, or others having regulatory control over the use granted herein. 7 A copy of this permit and approved plans,if applicable,shall be maintained at the site of work and be shown to any authorized representative of the County or other regulatory governing agency upon request. I 8. No access or work shall be performed within County rights of way without the full knowledge of County's inspector who shall be given not less than two work days' advance notice of the initiation of permitted use. Failure of Permittee to obtain inspection shall void this permit and necessitate reapplication by Permittee. I9. This permit may be immediately revoked for reasons in the best interest of the County including violation of permit provisions or other applicable rules and regulations or for the creation of a nuisance upon notice given by the Director of OC Public Works or authorized representative. In the event of such revocation, Permittee shall immediately cease all operations and restore County right of way as Idirected by County s inspector 10. Any construction performed within County properties shall be in accordance with OC Public Works (OCPW)Standard Plans and established criteria, Any deviation must be specifically detailed and highlighted on plans in a manner meeting the approval of County I Property Permits. No uses other than that as stated on this permit shall be exercised. Public right of way shall not be used for administrative operations or storage of equipment, materials, supplies, etc. 1 1 I IADDITIONAL STANDARD PROVISIONS (Codified Ordinances,Title 6,Section 6-1-1,et seq. of the County of Orange) ITO BE ATTACHED TO AND MADE A PART OF PERMIT NO.2008-00940 ' 11 RIGHT OF WAY RESERVATIONS: The permission granted hereby extends only to those which the County of Orange has in the real property and no warranty of any kind is made hereby that the said County possessed any or all of the rights of Ville necessary for Permittee to accomplish work under this permit, and Permittee is cautioned to satisfy itself that it has obtained all necessary rights or permits prior to commencement of work. This permit shall not constitute a grant of any interest in or to real property belonging to the County of Orange or ' any other person or entity. References to Director signify the Director OC Public Works(OCPW), or his assignees 12. WORKING HOURS. All work shall be performed within working hours of Orange County Public Works (OCPW)permit inspection group, unless prior arrangements have been made with the inspection group. I 13. SURVEY MONUMENTS: It is imperative that Permittees NOTIFY THE SURVEY OFFICE,telephone 714-834-3102,of OC Public Works at least 48 hours prior to removing or replacing any Survey monuments. All monuments shall be replaced at Permittee s expense and MUST be replaced in kind within 0.01 feet of their original horizontal and vertical location, unless otherwise specified in writing. ICONSTRUCTION REQUIREMENTS 14. RESURFACING BY PERMITTEE OR COUNTY SPECIFICATIONS. Temporary patching of trench is required on lateral cuts in surfaced streets immediately after backfilling. Permanent pavement shall be placed within thirty(30)working days after completion of backfilling I operations. All excavations shall be backfilled or covered or otherwise protected, in a manner meeting the approval of the inspector at the end of each work day The inspector may require any pavement removal to be patched with temporary AC immediately after backfilling Where pavement or surfacing has been removed by acceptable method, as determined by inspector and trench edges sawed, Permittee I shall replace it with a structural section the same as that removed plus an additional one inch(1")of AC. In no case shall the replacement structural section be less than 5"AC/NS or 3"AC/6"PMB per Standard Plans. The inspector shall approve all structural sections prior to placement. Where Portland Cement Concrete pavement is removed or damaged, it shall first be sawed at excavation limits,providing distance to the next joint is more than five(5)feet away;if not,then it shall be removed to next joint without damaging adjacent pavement I and subsequently replaced with Portland Cement Concrete. 15. LOCATION OF PIPES AND CONDUITS. All pipes and conduits laid parallel to the roadway at least five(5)feet from edge of the pavement or graded traveled roadway unless otherwise authorized in writing by the Director 16. MINIMUM COVER: The uppermost portion of any pipeline or other facility shall be installed NOT LESS THAN thirty(30)inches below the I lowest portion of the roadway surface or ditch, unless otherwise authorized in writing by the Director. I17 STANDARD SPECIFICATIONS. Unless otherwise indicated on permit,all work shall be done in accordance with OC Public Works (OCPW) Department Standard Plans and the Standard Specifications for Public Works Construction latest issues. 18. COUNTY PROJECTS. This permit DOES NOT give Permittee permission to delay or interfere with the construction of County projects. I Installation shall be subject to the approval of and at the convenience of County s contractor Prior to any excavation,written permission must be obtained from said contractor and presented to resident engineer stating that installation will NOT DELAY or interfere with said contractor's operation. If permission is DENIED,then work shall be delayed until completion of said contract. I19. TUNNELING OR BORING. All improved streets, as shown on Master Plan of Arterial Highways, MUST be bored or tunneled. All boring, tunneling and placing conduits,casing and pipelines shall be done in such a manner that the existing driving lanes will NOT be disturbed. If a casing is installed to receive conduit or pipeline, all voids between casing and conduit shall be filled with grout or sand. Bore pit shall not encroach within five(5)feet from edge of pavement. 20. OPEN CUT METHOD- Open cutting of local streets may be permitted. NOT more than one-half(1/2)of the width of a traveled way shall be disturbed at one time and the remaining width shall be kept open to traffic. Two-way traffic shall be maintained on pavement at all times. IA. Minimum clearance of two(2) feet adjacent to any surface obstruction and a five(5)foot clearance between excavation and traveled way shall be maintained. I B Backfill material shall be subject to OCPW inspector's approval prior to placement. OCPW inspector may require 2-sack cement slurry backfill. PERMANENT A.C. PATCH shall he placed within thirty(30)working days after completion of backfilling operations. 2 I I - _- I ' 21. COMPACTION: All backfill replaced in excavation within road right of way shall be compacted until relative compaction is NOT LESS than ninety percent(90%),as determined by the Relative Compaction Test as specified in the OCPublic Works(OCPW) Department Standard Plans. PMB(aggregate base)shall be compacted to a relative compaction of NOT LESS than ninety-five percent(95%). IAfter completion of backfill and compaction operations and before permanent paving is replaced, contractor shall call for compaction tests to be performed and shall provide for test holes at locations and as directed by the inspector In lieu of test holes as specified above, contractor may elect to call for compaction tests in successive lifts of backfill not to exceed two(2)feet vertically in time each lift of backfill Iis placed and compacted. 22. REPLACING ENTIRE DRIVING AND/OR BIKE LANE. If surfacing or pavement within driving lanes of a highway as shown on the Master Plan of Arterial Highways or within a bikeway is removed or damaged by Permittee's operation, existing surfacing or pavement for width of I the driving or bike lane and for the length of the damaged surfacing shall be removed and replaced to a distance of not less than one hundred(100)feet. Such removal and replacement shall be to the satisfaction of the Director. 23. OIL-MIXED SHOULDERS. Improved oil-mixed shoulders are to be remixed to minimum depth of four(4)inches with an approved I oil-mixing machine using approximately'/gallon to 2%gallons of SC 800 per square yard as determined by the Director. In lieu of the former,the entire Width of the shoulder may be removed to a minimum depth of two(2)inches and replaced with a minimum of two(2) inches of AC. I24. CONCRETE SIDEWALK OR CURB: All concrete sidewalks or curbs shall be saw-cut to the nearest control joint and replaced in conformance with applicable provisions of the OC Public Works(OCPW)Department Standard Plans and Standard Specifications for Public Works Construction. Sidewalk removal and replacement shall be to the satisfaction of the Inspector I 25. CARE OF DRAINAGE. If the work herein contemplated shall interfere with established drainage, oriole provision shall be made by the Permittee to provide for it,as may be required by the Director All roadside drainage ditches shall be restored to original grades, and inlet and outlet ends of all culverts shall he lett free and clear. I 26. COMPLIANCE WITH TERMS OF PERMIT Permittee shall not make or cause to be made any excavation, or construct,place upon, maintain,or leave any obstruction or impediment to travel, or pile or place any material in or upon any highway, under the surface of any highway at any location or in any manner other than that described in application as approved by the Director or contrary to terms of I permit or of any provision of the Ordinance hereinbefore referenced Permittee agrees that if installation of any nature or kind placed in the excavation,fill or obstruction, for which permit is issued,which shall at any time in the future interfere with use,repair improvements,widening or change of grade of highway Permittee or his successors or I assigns,with ten(10)days after receipt of written notice from the Director to do so, at his own expense, either remove such installation or relocate to a site which may be designated by the Director Permittee hereby agrees to do all work and otherwise comply with provisions of Orange County Codified Ordinances Title 6,Section 6-1-1 I et seq. as amended,terms and conditions of this permit,and all applicable rules and regulations of the County of Orange. All work shall be performed in accordance with provisions of this Ordinance and of all applicable laws, rules and regulations of Orange County and to the satisfaction of the Director I After work has been completed, all debris and excess material from excavation and backfill operations shall be removed from right of way and the roadway left in a neat and orderly condition. All approaches to private driveways and intersecting highways and streets shall be kept open to traffic at all times_ Excess materials which adhere to roadway surfacing, as a result of construction operations,shall be removed by approved methods to the satisfaction of the Director ITRAFFIC 27 ARTERIAL HIGHWAY TRAFFIC LANES Two-way traffic shall be maintained at all times.At no time between the hours of Z00 a m and I 8:30 a.m.and between the hours of 4:00 p.m and 6:00 p.m. Monday through Friday(excluding legal holidays), shall there be any obstruction of an arterial highway traffic lane. Said restriction shall apply to vehicles,equipment, material,traffic control devices, excavation, stockpile or any other form of obstruction. Any exceptions must be approved specifically by a traffic control plan and by County-designated Supervising Construction Inspector. I28. PROTECTION OF TRAVELING PUBLIC Permittee shall take adequate precautions for protection of the traveling public. Barricades, flashing amber lights and warning signs together with flagmen,where necessary shall be placed and maintained in accordance with the State of California Manual of Traffic Controls, For Construction and Maintenance Work Zones until the excavation is refilled,the obstruction I removed,and roadway is safe for use of traveling public. The Director may specify, as a condition of the issuance of the permit,safety devices or measures to be used by Permittee, but failure of Director to so specify the devices or measures to be used shall not relieve 3 I I - -_ -- I IPermittee of his obligation hereunder. Trenching for installation across any intersecting roadway open to traffic shall be progressive. NOT more than one-half(1/2)of the width of a traveled way shall be disturbed at one time, and the remaining width shall be kept open to traffic by bridging or backfilling. I29. SIGNALIZED INTERSECTION: Permittee shall notify OC Public Works/Traffic Section at 714-834-5961 at least 72 hours in advance of any excavation within one hundred(100)feet of a signalized intersection. Permittee and/or his contractor shall assume cost and responsibility for maintaining existing and temporary electrical systems or any other item or portion of work,as may be deemed necessary I or advisable for protection of highway and traveling public and payment of all costs incurred by the County of Orange in repairing facilities damaged during construction. Applicant shall immediately repair or replace any damaged traffic control devices and/or striping facilities. PERMITTEE'S OBLIGATION ' 30. RESTORATION: APPLICANT SHALL RESTORE THE ROADWAY TO ITS ORIGINAL OR BETTER CONDITION AND CAUSE ANY PERMANENT PAVING TO BE COMPLETED AS SOON AS POSSIBLE. Immediately upon completion of the work necessitating the excavation or obstruction authorized by any permit issued pursuant to the aforementioned Ordinance, Permittee shall promptly and in a Iworkmanlike manner refill the excavation or remove the obstruction to the satisfaction of the Director If Permittee fails or refuses to refill any excavation which he has made or remove any obstruction which he has placed on any highway,the Director may do so and Permittee shall promptly reimburse County the cost thereof. If any anytime subsequent to first repair of a surface I of a highway damaged or destroyed by any excavation or obstruction in such highway it becomes necessary again to repair such surface due to settlement or any other cause directly attributable to such excavation or obstruction, Permittee shall pay to County the cost of such additional repairs made by the Director. Cost shall be computed by the Director as provided in Section 6-3-47 or Section 6-3-49 of the aforementioned Ordinance,whichever,in the judgment of the Director will most fairly compensate County for expenses incurred by it. I31 PERMITTEE TO PAY DEFICIENCY If any deposit is insufficient to pay all fees and costs herein provided, Permittee shall,upon demand, pay to the Director an amount equal to the deficiency I 32. EFFECT OF FAILURE TO PAY COSTS OF DEFICIENCY If Perrittee,upon demand,fails to pay any deficiency as provided in Section 6-3-77 of the aforementioned Ordinance,or shall fail to pay any other costs due County hereunder for which no deposit has been made, County may recover same by an action in any court or competent jurisdiction. Until such deficiency or costs are paid in full,a permit hereunder shall not thereafter be issued to Permittoe. I33. TAXABLE POSSESSORY INTEREST Permittee acknowledges that a taxable possessory interest may have been created by this permit and that Fermittee may be subject to payment of property taxes levied on such interest (Reference is made to California Revenue and Taxation Code,Sections 107 107 4 and 107.6.) I34 ADDITIONAL COST Any additional cost incurred by Permittee incidental to this work NOT shown on the face of the permit,shall be borne by Permittee. 1 35. COMPLIANCE Any CONDITIONS shown in regulations,attachments,and/or provisions of Codified Ordinance and all applicable laws, rules and/or regulations of Orange County or any other regulatory governing agency pertinent to work on the face of this permit MUST be complied with. I Section 6424 of the California Labor Code requires contractors planning excavation or trench work to obtain a permit for such work from the State of California, Department of Industrial Relations, DIVISION OF INDUSTRIAL SAFETY CONDITION:OC PUBLIC WORKS DOES NOT PERFORM ANY INSPECTION UNDER THIS PERMIT PERTAINING TO THE I PROTECTION AND SAFETY OF PERSONNEL OR EQUIPMENT THIS IS THE RESPONSIBILITY OF PERMITTEE The Director may either at the time of the issuance of the permit or at any time thereafter until completion of the work, prescribe such additional conditions as he may deem reasonably necessary for the protection of the highway or for the prevention of undue interference I with traffic or to assure the safety of persons using the highway. The Permittee shall make proper arrangements satisfactory to the Director for and bear the cost of relocating any structure,public utility tree or shrub where such relocation is made necessary by the proposed work for which a permit is issued. Permittee is aware of Ordinance ' No 2717 concerning the registration and disclosure of lobbyists I 132] Revised 03/13/09 4 1 COSTA MESA SANITARTY DISTRICT ORANGE COUNTY CALIFORNIA CONTRACT SPECIFICATIONS FOR BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No 129 APPENDIX `B' 1 CONTENTS CITY OF NEWPORT BEACH ENCROACHEMENT PERMIT 1 1 I 1 I 1 Project No 129 Appendix I I Q÷VIpO/i,T CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT / 3300 NEWPORT BOULEVARD u1 P O BOX 1768, NEWPORT BEACH, CA 92659-1768 cg4on'� (949) 644-3311 I TO. Joseph P Sinacori II, P.E. COSTA MESA SANITARY DISTRICT FROM: David Keely P.E. PUBLIC WORKS DEPARTMENT DATE: February 24 2009 SUBJECT Project#129 BristoiStreet Sewer Replacement Draft Conditions of Approval The following are draft conditions of approval for the Costa Mesa Sanitary District Bristol Street Sewer Replacement Project#129 plan set date (April 2009) Applicant shall submit a completed Encroachment Permit Form with proposed schedule. The City of Newport Beach Encroachment Permit processing fees has been waived by the Public Works Director All City of Newport Beach inspection fees shall be paid prior to the issuance of the Encroachment Permit. The estimated City of Newport Beach inspection fees for the proposed project is $25,200 based on the information provided by the Costa Mesa Sanitary District. Any damage to the public right-of-way (including but not limited to curb & gutter sidewalk, landscaping) aside from the designated work area shall be removed and replaced per City Standard to the satisfaction of the City of Newport Beach Public Works Department. Roadway shall be opened to normal operating conditions during non-construction hours. Maintain access to all driveways and streets. A pre-construction meeting is required 2-weeks prior to the start of work. Steel plates with non-skid surface in excavated areas within the street right of way are permitted. Installation of steel plates shall be to the satisfaction of the Public Works IInspector Any disturbed non-standard improvements shall be replaced in kind to the satisfaction of the City and adjacent property owner Notify affect residents/businesses at least 48 hours in advance of work. I I 1 1 1 A minimum of five-foot (5) lateral clearance shall be provided from all City utilities per City standard. Applicant shall pothole to locate all City facilities prior to start of construction. City facilities shall be protected in place. It is the applicant's responsibility to notify the owner of all non-City utilities within the work area. iNo equipment and/or material shall be stored/parked within the public right-of-way without prior approval from the City of Newport Beach Public Works Department. Applicant shall coordinate with the County of Orange Irvine Avenue Widening Project and Bristol Street sidewalk project within the vicinity of the proposed project. 1 1 f\u \pbw\dkeelyldkeely\ chment pe it\crosd bastol al uth\to acon 5-8-09memo do 1 1 i 1 1 1 i 1 1 1 2 1 I I . `'t= ' -- „. 'n.WORKSHEET:FOR T NCROACHMENT',PERMIT :CITYiOFk.NEWPORTBEACH: I PUBLIC WORKS DEPARTMENT` . :x! . COMPLETE THE BELOW'INFORMATION I PROJECT ADDRESS. DETAILED DESCRIPTION OF PROPOSED WORK I I APPLICANT 1Phone: I Email Address: Mailing Address: City/State/Zip: ' OWNER: Phone: Email Address: Mailing Address. City/State/Zip: I . ', . 'ALL CONTRACTOR INFORMATION IS.REQUIRED',PLEASE`CONIKETE CONTRACTOR: I • Office Phone: Company (if different). Jobsite Phone: Other Phone. _ Email Address: IMailing Address: City/State7Zip State License Number& Class: City Business License Number I Expires: Expires: WORKERS COMPENSATION INSURANCE Certificate of Insurance (Section 3800 Labor Code) Company, Policy No: Expires: ' IREFUNDABLE DEPOSIT INFORMATION (If Applicable): Refund Payable To. Mail,Refund To' I FOR 'OFFICE USE ONLY Special Conditions of Permit: I I „ .ADDITIONAL APPROVAL:REQUIRED,FROM THE FOLLOWING DEPARTMENTS' Utilities: Traffic Fire 1 General Services: Other IEngineering Techician: Public Works Specialist: Date: Permit No. N2009- ' Public Works Department 949-644-3311 3300 Newport Boulevard, Newport Beach,CA 92663 I COSTA MESA SANITARTY DISTRICT ' ORANGE COUNTY CALIFORNIA ' CONTRACT SPECIFICATIONS FOR BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET ' Project No. 129 APPENDIX 'C' CONTENTS. CITY OF COSTA MESA ENCROACHEMENT PERMIT t 1 1 Project No 129 Appendix I II gtWFs � rc: CITY OF COSTA MESA F i `'jt°• DEPARTMENT OF PUBLIC SERVICES Alp(' 77 FAIR DRIVE,COSTA MESA,CA 92626 AppR v.' IPublic Services: (714) 754-5323 Inspection: (714) 754-5025 Fax: (714)754-5028 TDD• (714) 754-5244 IDATE. 06-17-2009 Encroachment PERMIT NO. PS09-00010 BY CHIRA_M Original Permit No. Addr if NV(rta 375 BRISTOL ST Suite or Unit if I Locntioi Dose to of Wtrk, -s NO FEE PERMIT TO CMSD;ENCROACHMENT PERMIT TO REPLACE SEWER MAIN FROM QUTOPLEX TO BIRCH STREET PROJECT 129' CMSD SHALL REPLACE EXCAVATIONPER CITY OF COSTA MESA STANDARD 813.ANY DAMAGED SIDEWALK AND CURB&GUTTER SHALL B REPLACED PER CITY OF,COSTA MESA STANDARDS. MANDATORY PRECONSTRUCTION MEETING REQUIRED 2 WORKING DAYS PRIOR TO START OF WORK FAILURE TO DO SO WILL VOID THIS PERMIT I Start Dan. 06/(18k 0 0 9 Permit Formation Date. 06/18/2010. Br tiding Refl. N ` Planning Reference No°(Pniject Ne ): Contractor Nan COSTA MESA SANITARY DISTRICT Ph No 714-754-530.7 I Address' 77UFAIR DRIVE ,Wo BOX 1200 COSTA MESA; CA. I Sta Li hit 00150 rin Bus'less L ens Ni In Comp 'y. :h Ccrnfi its No I11-I Jo E' rgr. cy Contact: CMSD ''4-Hr 1elephon No (949)645:8400:. UG Service Alert ID No: ' Applicant's Nan C6STA MESA SANITARY DISTRICT - De cloper's Na ' Tclepho No = • •FEES. Permit Fees: $0.00 BOND AMO11NE $0.00 I DEPOSIT $0.00- $O T'O'ral, .DO ) ISIGNATURE OF APPLICANT 4 _ Lie. o�. -11_07 —� IPERMIT APPROVED FOR CIT\ ENGINEER 0• ,9ti[',, Dan (j E,'_ (7-t INOTE Appli it sh ill efr, ih attached bo'dil' is, 'd Mt 'pal Csde Sub appl' able to th permit I I REQUIREMENTS CITY OF and COSTA CONDITMESA IONS of PERMIT NO I GENERAL 1. THIS PERMIT WITH APPROVED PLANS MUST BE ON THE JOB SITE AND AVAILABLE TO CITY REPRESENTATIVES AT ALL TIMES. You are guided by Municipal Code Sections 1-33. 15.25.15-27 1 15-39 and 15-48 2. Permine shall perform an work accordance with the Standard Sp rfi ater fo Publi Works Co sir ctron (latest edition); City of Costa Mesa Standard Drawl igs spe cal age cy pr isions;and ill applicable laws and rdi noes I3. No work cell be allowed from Thanksg' ing Day to the day atter-Net 'Years Day unles authorized by the Public Services Department. Special nuthon alien received: ❑Yes By- 4 Throughout all phases of construction the Perming shall keep the work site clean and free of rubbish, debns.and dust and shall maintain drainage. and take all precautions to prevent erosion and prevent any soil and debris fr the work site from entering the public storm drain system 5. Existing public improvements damaged by the Pa mittee shall be eplace as directed by the City Engineer at the Permlttee's sole expense. I6. Permittee understands and agrees to the hold-harmless agreeme it rem ed by CMMC Section 15-27 7 Contractor must notify the following Utility Compa ees 2 .rorkmg days before starting work Costa Mesa Sanitary District (949) 631-1731, Mesa Consolidated Water District(949)631-1200. Irvine Ranch Water Distr ct (949)453-5300. and Underground Service Alert Toll Free (800)422-4133; Afte Hours 8 Holidays(714)739-3031 (213)621-3111 I8. Other 0 I certify that ih performance of work for which thi permit ed. I shall not employ ny pa any man so as to become object to the worker's compensation laws of California. 11, after signing the certificate, I hire any employee. I acknowledge that I become subject to the worker's compensation pro ision of the Calder ea Labor Code and I mt st comply with the prov ions of Section 3700 and 3800 or iy permit shall be deemed I revoked. INSPECTION 9 Permittee shall contact the City Inspector's office (714) 754-5025 at least 1 workng day prior to commencing any work Failure to obtain proper inspections prior to commencement of cork may be cause for its rejection. I 10. City will provide spectron between 7-30 a.m and 3:00 p.m Monday through Fnday(except on City observed holidays). 11 Permitteo shall pr -pay for estimated overtime spr :tier costs ncluding inspection after 3'00 p m and on weekends and holidays. Overtime inspection cost is pe the approved hourly rate. TRAFFIC CONTROL 12. Pe 'flee shall provide traffic control in conformance with the Work Ares Traffic Control Handbook(W A T.C.H)(latest edition). The Pemiittee shall I fu ,h and/c ill all signs lights,barricades,traffic control or yarning devices.flagme and flashing arrow boards The permittee shall obtain prior approval of the Transportatiot Services Di ion for all street closures.detour fur rest'cticns parking prohibitions,and methods of accommodating traffic. The PP cite shall notify Emerge cy,Fire, nd Police services. id esidents businesses 2 working days advance of any access limitation or traffic rest coons ❑ Permit-tee shall submit traffic control plans for review and approval by the City of Costa Mesa Transportation Services Di ision prior to construction ❑ Permute nay close a maximui of lane(s)if fiat scary to perform rk with; the public fight-ol-way dunng the hours 018:30 a.m. 3:30 p. Monday through Friday(except City observed holdays) Inng Ireffi he nta ed ch di ection with flagmer ale otherwise'aporavetl by the Transportation Service Di aeon. ❑ Permiflee shall replace all traffic stripe fig,markings,and raised pavement marker in kind within 2 days after slurry seal coating or overlay. Temporary striping and markings ar required prior to opening the roadway to traffic. I ❑ The Contracto Shall erect a company name sign waft the.project ea vhich states the Contractors name,the project name,and the telephone number wh ch the publt may use to obta n information relative to the protect or to make any complaints The Contractor shall submit sketch of sign to Public Services Denanment for approval prior to er sting sign. EXCAVATION AND TRENCHES I 1.3_ T ensiles exceeding 5 feet depth require a permit from the Di ision of Ir dustnal Safety State of California 14 Open xcai.ations must be backfitled or plated with spikes and A C tacked around edges dunng non-working hours. 15. Stcet plate shall conform to Caltr ns specifications Steel trench plates without weld bends will not be allowed. 16. All trenches shall b_perma ntly pa ed witht 10 days of completion of work below subgrade 17 Permitta shall pay for 911 S E. compaction and mate cats tests deemed necessary by the City. I18. Bore under all streets,curbs id gutters,sidewalks cross-gutters.and driveway approaches. T neling not allowed. 19. Perna-tee shall allot concrete slurry backfill to cure for a minimum of 3 days,or use a 24 hou cu concrete slurry. ❑ Trench compaction and resurfacing shall conform to City of Costa Mesa Standard Drawing No.813. ❑ Trench compaction and resudaci fig shall conform to City of Costa Mesa Standard Drawing No.813 with the following modifications- ! ASPHALT PAVEMENT The City enter a morator um against open cut of roads ays Open cut of any roadway paved, overlaid.or slurry sealed thin the last 5 years shall be subject In xta restoration requ emants as follows' ❑ Permute shall apply type II slurry seat coating per attached Slurry Seat Resurta ing Requirements. ❑ Permtttee shall cold mill the 'St ng roadway surface nd place a mini nurn of 2'asphalt concrete(AC)overlay with 2° RLA per attached Mill and I Overlay Resudac ng Requirements. CONCERETE 20 Prior to plac no Portland Cern nt Concrete IPCC)or A C the subgrade compaction shall be nspected nd approved for the Intro ng alive soil ❑ imported soil D. I21. Cora: id quite shall not be emoved on the day prior to veekend or a City observed holiday 22 Areas left open by curb rid aurae removal shall be filled flush ith the adjacent pavement on the same day that removal occurs. 23 Perminee shall nov nd reconstr ct PCC na it per City of Costa Mesa Standard Drawing Nos.811 and 812. 24 Side /Ilk snail he constructed pei City of Costa Mesa Ste Ideal Drai ng Nos 4 1 1 412.413 and/or 14. 25 Dr ay apor ach shall he constr tear p Title 24 rind ADA Requirements,and City of C sta Mesa Standard Drawing Nos.313,`13,514 and/or I15 ❑ No trade allowed on ccncr?te for minimum of 7 days for curing. See traffic control requ cents nd conditions above Applican hereby acknowledge mai hersh is d. d r darslt nits said regi rements and crndtions and that he/she agrees to abide by them. I -- - - ---- OWNE •• 4UT •' c li AGENTS SIGNATURE - - 1.?//7/07 DAT IDevised '1198 COSTA MESA SANITARTY DISTRICT ' ORANGE COUNTY CALIFORNIA CONTRACT SPECIFICATIONS FOR BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No. 129 APPENDIX `D' CONTENTS. CA LTRANS ENCROACHEMENT PERMIT I I I I I Project No. 129 Appendix I I ISTALL OF CALIFORNV. DEPARTMENT OF TRANSPORTATION _ . ENCROACHMENT.PERMIT Permit No TRAi20(Rev.6/2000) 12-09-N-2N-0136 aatCWRIePM In Compliancelvan(Check e) 112-ORA-73 PM 25.846 I 04/09/2009 E Your dpW •m IFaO of March 21, 2009 ref Pea Berne ZXfl4PT 1 EIDBT D Utility Notice No of :edormenra bona Amount l++ 'aymem Bono Amount(2) 0 00 s 0 00 D Agreement No of Mood company D RAN Contract No of Fiona Number(I) rin a Number(2) I TO: COSTA MESA SANITARY DISTRICT 234 E.17TH STREET SUITE 205 I COSTA MESA,CA 92627 Attn JOSEPH P SINACORI II 949-631 1731 PERMIT-TEE nd ub)ect to the following,PERMISSION IS HEREBY GRANTED to Iinstall maintain and remove temporary traffic control devices on southbound SR-73 off ramp to Campus Drive/ Irvine Avenue in the City of Newport Beach IAll performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans the Encroachment Permits Manual the California MUTCD the attached Provisions and Permit Plans stamp-dated MARCH. 11 2009 IPermittee shall contact HOSSEIN SHAKERS State Permit Inspector at 949-756-7648 a minimum of five working days prior to the pre-construction meeting Failure to comply with this requirement -will result in suspension of this permit IPermittee s contractor shall submit an application for an Encroachment Permit called Double Permit(DP) to perform the work within State right of way on behalf of the permittee A deposit for $1640 00 is required at the time of application for inspection cOS-rS• ' THIS PERMIT IS NOT A PROPERTY RIGHT AND DOES NOT TRANSFER WITH THE PROPERTY TO A NEW OWNER. The following attachments ar also.ncluded part of thi permit(Check applicable): E Ye D No General Pr In addition to fee,lb permittee will be billed actual costs to ❑Yes E No Utility Ma ntenance PrOvis I D Yes E No Storm Wale Special Provisio 0 Ye IS No Re lbw EYe 0 No Special Pr DYes ENo Inspect* D Ye E No A Cal-OSHA permh,if requ ed Permit No. ®ye ❑No Field Work I DYe E No A9-Built Plan Submittal Route Stip for Locally Advent ed Projects (if Calf:an effort expended) DYe E No Storm Wale PWutio Prevent' Pia 1 Water Polhill Control Pla I 0 Y E No The nformation the nvir nmental documentation has been reviewed nd con de ed pnor to approval of this permit. This permit is void nless the work is completed befo Decembe 31 _2009 This permit is to be stnctly construed and no other work other tha specifically mentioned is hereby uthoried �INo project work shall be commenced nth all the othe necessary permits and the en ronmentai cle nces have been oDta ed PERMIT ENGINEER.Abram Ennuis APPROvEO COPIES TO Petmiiee File- I H Sheik Permit �� Crum Di ` o Err ntenance / / / / , Z (� / MORY MOHTASHPA P Di Permil En nob; II-H of 1456(012 Pxmil App) // I I i I COSTA MESA SANITARY DISTRICT 1209-NTK-0138 APRIL 9, 2009 In addition to the attached General Provisions (TR-0 045), the following Special Provisions are applicable- 1 Permittee shall contact the State Permit Inspector at least 48 hours prior to implementing traffic control which requires ramp, lane and shoulder closures. Whenever the work area is more than 6 feet away from the adjacent traffic lane but within a designated shoulder or parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized. Personal vehicles of the Contractors employees shall not be parked on paved shoulders or traveled way within the limits of this work All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end of the each work period. ' Orange vests and hard hats shall be worn at all times while working within State right-of-way The full width of traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal 1 holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays and when construction operations are not actively in progress. Unless otherwise modified by the State Permit Inspector the following ramp/lane closure schedule shall be implemented: 1 Sunday night through Thursday night shoulder may be closed from 7:00 PM to 9:00 PM; one lane may be open from 9'00 PM to 12:00 MN I 2. Monday morning through Friday morning: ramp may be closed from 12.00 MN to 4:00 AM Please see attached chart. Permittee shall protect in place all existing highway appurtenances; all such facilities damaged as a result of this 1 permitted work shall be immediately repaired/replaced to the satisfaction of the State Permit Inspector and at no cost to the State. Immediately following completion of the work permitted herein, Permittee shall fax to 949/724-2265 the Work 1 Completion Notice/Customer Service Questionnaire to close this file 1 i I 1 1 1 I Chart No. 7 ' County ORANGE Corn lete Ram Closure Hours/Ram. Lane Re.uirements IRoute/Direction: 73 SB PM: VAR. Closure Limits: SB ROUTE 73 OFF RAMP C BRISTOL STREET ' FROM HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 10 11 12 L 14 15 16 17 18 19 20 21 22 23 24 Monday thru Thursday C CC C N N N N N N I N N N N N N N N N S S 1 1 1 Fridays C C C CNNNNNNNNNN NNN N NNNNNN ' Saturdays Sundays N N N N N N N N N N N N N N N N N N N NN N N N I NN N N N N N N S S I I I Legend: 1 Provide at least one ramp lane open in direction of travel C Ramp may be closed completely N No lane closure allowed in direction of travel S Right shoulder closure is allowed Work Ni+A-p {ee,Fft�htef-way- ece-shoulder-or-laae-sto�equired: 1 REMARKS. 1 The closure starts with the first cone down and ends with the last cone picked up. 2. No closuro signs shall be exposed to public traffic mot than 15 minutes before or after a closure,except as otherwise indicated in the special provisions 3. Construction safety zone guidelines shall apply at all times. EA.Permit, AL used 03/26/09 I I ISTATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION Page 1 ot4 STANDARD ENCROACHMENT PERMIT APPLICATION FOR CALTRANS USE TR-0100 (REV 07)2007) PERMIT NO — N L On p IPermission requested to encroach on the State Highway eghl-of-way as follows DIST/CO/RT PM m1,6° 2-r* Rut (Complete all.8OXE5 (write NIA if not app/i able)) // n This application is not complete until all requirements have been approved. SIMPLEX STIf C C t U I I.COUNTY 2 ROUTE 1 POSTMILE GSA ✓G� 73 2 S; $'K ...ADDRESS OR STREET NAME S WY gFWpoRr be,ty 1 91 C "_____ I t7.L Si/ ET C u1 TY a� 4 4/r E 6.CROSS STREET(lhste and d'recbp from sire) ' PORTION OF RIGHT-OF-WAY DATE OF SWIRL X S T b An1P� o ✓E/ /<✓bsEA✓ E Mo,✓E S / E e.WORK TO BE PERFORMED BY �9 EST.START DATE TON S 10.EST.C LE DATE I ❑OWN FORCES IX CONTRACTOR —I U�✓E ZC�cI S �EMdE2 ?_a�/ 11. MAX DEPTH IAVG DEPTH/ AVG WIDTH LENGTH SURFACE TYPE EXCAVATION 1(f 7'To I-/ '7 T�NU'l )X9� q AL ova 8 itie 12.EST.COSTIN STATEHIGHWAY RIGHT-OF-WAY FUNDING SOURCES) Iu ❑FEDERAL ESTATE LOCAL ❑ PRIVATE is . PRODUCT TYPE��� DIAMETER VOLTAGE/PX51G 14.CALTRANS PROJECTE.A.NUMBER PIPES X•6/,/�T I is. ❑ Double Permit Parent Permit Number Applicant's Refer nce Number / Utility Work Order Number c�� 16. Ha you plans been reviewed by nother Caltrans branch? III -X4// NO NI YES (If"YES") Who" � I 17 Completely disc ibe work to be done withi STATE highway ight-ol- ay Attach 6 Complete ets of FOLDED plans(folded 8 5' 11"), and any applicable specificati Calculate ns, maps,etc All dimension shall be in U SSJ1/CCnustomary(English)Units // P A ,1���,� �,/ / ,1 // c so 129 - MisioL ST/�EEr w&K 4-12.Ac.6. EIY/ iO_i& F;(04/ Au f c+AGx i ALA-Ai ISN s-57a w TEMP "liar r"r lG Co 120tr -Vi S W 7 rJ LT 1/9 /L G&A✓ST ✓kToq/ o g /5 0/ /4/ l.ILT/e4 ✓5 � W 8uT /6 LooAT I /N /5&r of 711E CA a 73 .5007-/ acio.,Y/J A'1^P 64444.5 L �i�✓i'V Ave- tenet/ 7AKE Flies- 77 4fl c avra 6657a ST/1� I4(- A/0-&.' Ti4Ar cALT/IAN4 r/'.Af o,I/isio j/ ,4,Mo✓ o PIA4✓6 (A7rt-gE) Foe 7/1�JF�c A1,140ui+C 10. Is city county, or other agency involved the approval of thi project? I pi YES (If-YES' check type of project nil attach rime al 11do umenboo y{/nil .nrjut ns of a/p�.pr�� al.) / n,,.// �s-�' ❑COMMERCIAL DEVELOPMENT ❑BUILDING ❑GRADING jpe OTHER c, !fAlli✓BM<&M c-oun 'r /'a/V ci l or -IV ❑CATEGORICALLY EAEMP1 ❑NEGATIVE DECLARATION ❑ENVIRONMENTAL IMPACT REPORT ❑OTHER AIES-4 I ❑ NO (H'NO- pleas check the egory below which best des rib' project nd omplefe page 4 of d1 appb sh .1 ❑ DRIVEWAY OR ROAD °PROACH.RECONSTRUCTION MAINTENANCE OR RESURFACING ❑ FENCE ❑ PUBLIC UTILITY MODIFICATIONS,EXTENSIONS HOOKUPS ❑ MAILBOX I ❑ FLAGS.SIGNS.BANNERS DECORATIONS P✓RADES AND CELEBRATIONS ❑ OTHER ❑ EROSION CONTROL 0 LANDSCAPING 19 VWI the proles eau al change to 'gr Iran of mstoncal urce(45 ye older), ulli at ❑YES g NO (It-YES' pr v■dc de )poen) I 20 is proleci sting hi ay whe the act,.ly elv emovai of eluding nth (r sera trees Iroc, utc°pprng sto buildng ❑ YES EZ NO (If 'ES" 'dc descriptronl 21_ Is work being do apple nt' property' ❑ YES prij NO (If-YES attach site nd grading pla I ADA NOTICE.r ride 'dual, eD di rb do`, dank oh Is Fr min ill I610 Mp '11)1) nr snl Re rd, rd F. da I is N So MS-c` C 4591) I I ISTATE OF CALIFORNIA•DEPARTMENTOFTRANSPORTATION Page 2 of 4 STANDARD ENCROACHMENT PERMIT APPLICATION PERMIT NO ITR-D100 (REV 0711007) 2.09 —e q i�'eo ear 22.WAI thi proposed project equ the di tba of In Ei YES IXNO � If'YES stimate the within St highway nght-of-way squ feet AND (ft' AND Ia I mate the outside of St Hignway nght-of-way squ feet AND ,,.A 14'1 AND (a s) 23.Vat lhi proposed project equ dews ng'' ❑YES IYI NO L•'YES' ttmete oral patio ANL ga'IonsimonT "Y!!Walla IPND (ga thl I SOURCE' QSTORM WATER ❑NON-SIORMWATER ('Se Callr SWMP to dell of storm wale discharge ttp/New*dot ca gov/hql stormwa nde hum) 24.How will ny storm wa gr we be dispo ed of from aht the limits of Ni proposed project' I El Storm Dia Sistem Coom�bi ed Sews /Sto Sys em ®Omer(ezda n). n/ 4' S St rm Wa Re noon Baas O1'E 1+( aAr46.4&,q tel /N'QGG/ jea,veayea-z. PLEA SE RG.ADTFIEFOL LOWING CLAUSES PRI OR.TO SIGNING-1'H IS ENCROACH ME.NT PERMIT APPLIC ATION. ' The applicant, understands and herein agrees to that an encroachment permit can be denied, and/or a bond required fornon-payment of priororpresent encroachment permit fees. Encroachment Permit fees maystillbe due when an application is withdrawn or denied, and that a denial may be appealed, in accordance with the I California Streets and Highways Code,Section 671.5. All work shall be done in accordance with Caltrans rules and regulations subject to inspection and approval. The applicant,understands and herein agrees to the general provisions,special provisions and conditions of the I encroachment permit,and to indemnify and hold harmless the State,its officers,directors,agents,employees and each of them(Indemnitees)from and against anyand all claims,demands,causes of action,damages,costs, expenses,actual attorneys'fees,judgments,losses and liabilities of every kind and nature whatsoever(Claims) arising out of orin connection with the issuance and/or use of this encroachment permit and the placement and I subsequent operation and maintenance of said encroachment for 1)bodily injury and/or death to persons including but not limited to the Applicant, the State and its officers. directors, agents and employees, the Indemnities,and the public;and 2)damage to property of anyone.Except as provided by law,the indemnification I provisions stated above shall apply regardless of the existence or degree offaultof Indemnities. The Applicant, however shall not be obligated to indemnify indemnities for Claims arising from the sole negligence and willful misconduct of State,its officers,directors,agents oremployees. I DISCHARGES OF STORM WATER AND NON-STORM WATER:Work within State Highway right-of-wayshallbe conducted in compliance with all applicable requirements of the National Pollutant Discharge Elimination System(NPDES)permit issued to the Department ofTransportation(Department),to govern the discharge of storm waterand non-storm water from its properties. Work shall also be in compliance with all otherapplicable Federal, I State and Local laws and regulations,and with the Department's EncroachmentPermits Manual and encroachment permit. Compliance with the Departments NPDES permit requires amongst other things.the preparation and submission of a Storm Water Pollution Protection Plan(SWPPP),ora Water Pollution Control Program(WPCP), and the approval of same by the appropriate reviewing authority prior to the start of any work.Information on I the requirements may also be reviewed on the Department's Construction Website at: htto://www.dot.ca.gov/ho/construc/stormwater/storrnwatert h tm 25 NAME of APPLICANT ORGANIZATION (Pr Type) IE-MA IL ADDRESS I coc,- £ 4 '//w,>A,e/ 1 >ecr ADDRESS yI APPLICANT ORGANIZATION WHERE PERMIT IS TO BE MAILED (Include City nd Zip Code/ 23.1 k/Ir /7.M 57,C-Er so/re - Goy-q 41E6.4 92127 PHONE NUMBER (94q) (03) )73/ FAX NUMBER \ r ! r / 5,r�. —65/� ' 26.NAME of AUTHORIZED AGENT I ENGINEER(Prof Type) IS LETTER OF AUTHORIZATION ATTACHEL/D''E-M'IL ADDRESS P hl,✓%C2i_I PE , 0 YES 0 NO J )rwCo(;2a)CoX.net ADDRESS of AUTHORIZED AGEN''ENGINEER On rode Coy ndZ,p Go e) I 6,441E A5 AL/n✓E PHON NUN BEE IFAXNUMBER 5 tME R> /Owe" blimg A i a/0VE 27 SIGNATURE of APRIl AN rAVTHORIZEDAGENi 28. TYPE mc0/21% 129 TITLE 4'41 € 30.0ATE _ PP r^ I ISTATE OF CALIFORNIA•DEPARTMENTOF TRANSPORTATION Page 3014 STANDARD ENCROACHMENT PERMIT APPLICATION PERMITNO. TR-0100 (REV 07/2007) On el ■'MIX—ozYP IWORK ORDERJREFERENCE NUMBER. ' IFEE CALCULATION' FOR CALTRANS USE ❑ CASH ❑ CREDITCARD NAME ON CARD PHONE NUMBER ' ❑ CHECK NUMBER NAME ON CHECK PHONE NUMBER IEXEMPF ❑ PROJECT EA ❑ DEFERRED BILLIIJG(UliIIty) CALCULATED BY (1) (2) 1 $ 1 FEE/DEPOSIT j DATE 2 FEE/DEPOSIT I DATE TOTAL FEE/DEPOSIT 1 HOURS @ S $ $ 2. HOURS @ $ S $ IINSPECTION 1 FEE/DEPOSIT DATE 2.FEE/DEPOSIT DATE TOTAL FEE/DEPOSIT 1. HOURS @ { $ 1 2. HOURS @ _ S_ I $ FIELDWORK I HOURS @ S $ _ $ S DEPOSIT DATE DEPOSIT DATE I DEPOSIT EQUIPMENT&MATERIALS $ _ i $ $ ICASH DEPOSIT IN LIEU OF BOND $ $ ' $ TOTAL COLLECTED $ _ $ ICASHIER'S INITIALS S The current hourly rate et wally by Headquarters Accounting. Distnct Office staff do not have authonq•to modify this rate IPERFORMANCE BOND ❑ DATE AMOUNT DATE AMOUNT PAYMENT BOND ❑ ILIABILITY INSURANCEREQUIRED? ❑ YES ❑ NO I$,FIOUNT I I I I I I SATE"OF C..L I F 0ftNI A,UPPAR I sIR TOF'PICA\SPORr sTloN I E' t_Rb.ACil. 'hl S'ER\IIT GENERA: f'RO\IS. II. R:UU U' '7L) -- — I I \I:I IIORI-CY T Dr rtn :h. 'h+ :d•_ U: pi 'iLJ I I'LItMUS FROM t imER ,CENCIES. coal .lidair of Si 1+ ;6 (ado :h .nn.0 h: d ''1 eqt L Ii G P C. •( .I: of I a1,Ic d: (PUG Si ch I{. .I. R❑\'OC A'llu l' H ch p r ha ng Its Its p'- 'h'i d (r ad!. h IL R. oh arpc fr :h holt id Ili T J. dlctt II P .d th L. -It P Unit I et p 1_ PEUr1RIAN am Ith1'CLIS'f SAFE I') m urn a' ii all ,.d Its nh Its rk al I: ill ,L id 'Fate ny G shall p do fn I: cq+ St h IFh of PcJear h old f_ II:II 1 be dl 'led pt •h el ft, chi la dEi cp th. al h :dc ho af. :It p I pr shill I-. eli:d In It of DENIAL. POP \'VI\'I'4111 C. 'I' OF FEES. F Its, to pa d if the It ,( v its m m d, I:. rid Id d ill rmI th. I -0 ASSIG ;NI INI Nc. parts :h :ho p, T p mr., ed I: tn• 1 PUBLIC TRAFFIC r')NTf`DI- As ha Its Limpid,- it pr do d6 at pr cII rill .gn Igh aft etc id b all iii 'n' fo cli .CCEP'f A. .E IlF 1'RU\ISIONS I' rm.rtt =n. II la ah.ill Iph cc:, II G a1 P all vh p'bit aft Os E I its LIUTCD ^d uPPlem= (p' T ape T all P f. ny r4:to be polo :h. mI (P- oi), +dad I'la ad Si Sr IO R aft: sic Th O 11 ,dcd to Na. hL BEGINNING OF WORK I(li +P cd 1- -ii Ida N�nbc }? +h uc ill I(. d. Or apt the perms Ihld rb ' th di. from. cd l IL ( da F Its mc Ir earl pc Ills r P shit + up' 'tin- h. ups I. if d. 1 PIININI JIM I PIE ii CEIIEfs CL WITH -riLAFFIC I' shall i td fl. Its I. pc ,hi, tP ed all rt. slnll be p:. .d DI., pv',I. ❑i all I ula rk Ho :id: Lill th cl: di p ahly do ed In d :Sts shill .p= tl: Ir ch a petal pia +perP n. n. r(s) 'p F P'a. -T N'UAIBUS ")F CONS"!RIICTION ..II p um) in +ph th :1'. InIUTCU nd apple (r'h tpt LE. h ah ■gl: -1 shill nfc ad Flags l.c ,I) -da Cc ll oh D_p; Pla I�nh d (;sl: F d: IG SIURnCE OF EQt.P;+tEK"I' AND dA FERI"U.S '1 =,to If ,pc +d Out ape it 1' cit. ,, de not ik ed :h St h eh oh: of- :de ad E+ +h the he nnlcsa ,n�t+Ucd ',pc d P Its ap_ Ili ' I' Di. Imo De .f chm I' Sp at P alto fn tho slo d nl its Its Its Ie ghi of pr -IL �f'L t PI .L nd sin dl ph Its ndard I p; a ill. Its pr +I from th, Si tp IpI Sc -I P Its 1{I cpr na P d_ rh Iddl st full INSt Il 'ION \, I1 AP 'BM L 4)1 th +L th I` d f: 'II :f I alt. 1 at rh. !ta +II cq•u G at .p. -pt h .I ( II d ' i)'.p: n1 7- IC if 11 I-1 .1 :ts d P. .1 +1 sh ,P I. d sh I 1 2-41J2 .)F UR.1' :E P IL +I pr dr Ill IT '911'I" I I :hSI"'1; It al: L II- d. II IC I, ft •tf• ❑ .h p• it: u: 'd: da at h :1. :):r- ' 1 Rf UP -nth \ NI HL.I'-.IR F rid Ill OP t\4 11 'l ,Fl"I<"I'I: L. 'lti I- .II li\I -I I U. b. ,t. I I - -- I I a d p: cts cd I RIGHT or 1V C .E 4N' UP L'P� IP, Lo I.h,q di 'I ,rush It ,b: Cdlm f do of d f th :hi of Th+ th if 'gh, 'rmttl,_ al. op th cqt err, .13 shd k lit In ma do St; apt d,ali h• ern :d n: 1ha pcaJ. ii It b, dl (a id pa da C p' p of I -O. cos OF V. )RK 1.r :1 .pa p N; th ..ts `f Si Jah It m, dt p.m" .h a; b. “Ii Trod h :fu p ,jst th tgt -I. ih 'h 'chi id ii tms It 'Ir h .p nd I ,d, ill tl: utt th id th'_ al 3 1 ,S ;h the Ly: It th hi 01 I ACTU+L 0s RILtANG 'it p. 1h St Si nd^rd Sp cft p rl Ig ny Ucpa it ill tl■ the tts pr tj. -k Tin at pt. in sh it el-Ltd. I ft d'. hole nK d: Si lit nplt fr II pr GU dcd de h, do NS, `,+'1: d, rtt ,I. hit f op oh h d.- I- Ic at a6 AS-I;UIL.1- 1`I. lb! .f .I. tIh lb! ?rli da 'll. orr-+1. ,s cd• cP. it Sc al of r6 WI th It foll: I, defc um.g uh al O. p 0c ct1 d. I 1 'h to :d'- p rn-I FL rl,IUi MOVING 01, INS' A1.1AT1UNS. Pc dt tic jell 31 'P. PL. td tp ma p To bs IF St My1a p: upt Dep Si I the d the h:gh. T' perm' h. 'pc de nd,cp +II eh: to r}. tl' bn a p; d ,gr rL CIL ,f, 6 ,pP in Id Ih :h. pt. 'I. npr b, Er P P d. 26 ARCIIAEOLOGit xLMIST 1121C11 If ch. .gt al Ti, p In be :h. +5-f3U1L hi al clod r4. p Ito I th pc +'h 'ble fc 'hall ed. el op :k the Dr pa rlm. .g;h, d An g pl. th ,p th epr 4t ah find ch: ,h •b chill Ui lit the amp C etc ,h tl'. 6� nd d: I.cp: ali to p ,d:, ng th A- III pl:. eganl: 1f: nit 'I: I If -01. 0 plc clu tg p; the da if _mt .tnl cme da shell bt 7. PRE .1LIN C 11'1t:ES-1\ ri r6. Vol it pit :h qt ed in eta 1Ph th r id in :g It tpr tp p ih In C ii I:.du 'I I d 'h sh sl. Re arpr eln sh it .h clo nit d.. a1 Onl of 'ling di clod Si 'I` of 'god Ipi tf C il.f�- Dcpa tf in I I':I: 5'_ G dt Cite 5. :1tuu d: shall Ih Pe N, th C S. F Cai,fam: 102 ltt, ,d Po 'tile ch I G Di d. f, ,d `ft (h 'S RESPON'SIUll.rr E-0: DAM ,CE T S, ,f tfo obLg, nd Pr 71 :hr :g 'ff d 'An th of do b h ad :he >I th Ca d h Co ;h D■ 1 Spr. id th U d, Di char of in du cd -Built air Stch 0,1e ,1, It 01. d:.tiii I T Lift 'h :h En c1: P' =It II lh c:m. p ;o q, nd j,' it th. Dc :md tplr cd by Pc b= of at the •p, Il tg ft cps 11.1 pe fc do grape 11 fr "I, plop in abt F tl. ,LI, ale 'I -II 5 sp 'ale fc Itabol d b d re In d. ,I P m :S f of d. �r pr :b "-d I p., ng .11 ci Itr dt nth 'h :h rm. N d, to .l .1 PER.Vll 1 O ICE 'OR 'ERPC CE 0N1.1 r4, it Ile d, his th 1dt. tilt C n1= 0, t,tl, p at p ht I (CC PL at' nd: ti p. td It rd 1 P b, it it th 'h th do 0 •t- p I nI :11 ,I: dt :h p tl_ t( 151;:1 I, 1 h 1). III i I- .I f' -P 11 D .1. i. if it t, d I- ',II III I I. I. ■.I 1 I —_ I I I nd the am: pr ft sl, spo tb: th .d, alt of tic ctn:tued pcao 'P, ct. d, id 'he :pp ndcmo and Id the It -ml p• ob ■gal. St id :g ,II Cl ims II 1. Ih• obligati of el. th cd ' ilb IF 1 Gom. Ih :h rl Ih Ide ids ;b !I IA [h tF.•• ibc el. h: big of T U Ill of d. Di ill ill: pr ed F ipla ad h` 'lit pi :p: 3f I0/1 th ndu di P ',h. agr du I ed b` id han'Jc di 5, of C._Our iff: d :plc Ill d, clu 1: ,d Ihi. 1 ifT srn do pc .mr'f• I, rmli. cludL It ala ins il'. of h\ of th d'o Ic oh if CI 11 I F pe dl ..b \pi cd 33 PRI TE USE OF RIGA f OF Ai' di igh Jr alt plied do of(i tic be ed fo pu—it th h [Ill Stale It lb th pa Ih ti pc :II Th dt d pub p opt efo pub: fu Ids mu-if) d h d Picnic oil nd C di Co do 16 Si ffrom Id al: cic I fo th die of :h of I. tl; 4. FIEI It WORK RF.I\16U16E•IE I' I':m s6 II nbu $1a 3bg •hc ihi. p prm.a U. ih ft rid rF. p:. ant P ch If .I -mc p of S. the pc p ampl. J b pc ha ds di fa :h, ad :hc clip b h.lf of lit p ' (' Ih pi ;F.' '$talc sir II cic di. 15. NOTIFIL?Plt OF DEP\RT\TENT )ND TNC Ti p nit th uhe idle ill St if 3 IR the Dep tin epr nd T Sr. la Caltro rfr rA the ii of th .Is tgcmc L_ (TMC) lc d. bet) la I ng th `V afi 'Pa A \(t PRECEDENT ESTABLISH/ED T' p ed .h di b❑ tit sit :lc b^!u clr ;h id, lb do abl .h pr poly tuff :p cts In V' 'I' :A tit amr :if ^y all ^fl T MC id 30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PIiLLIt th D cpi than b Wed :bic I 4t f he IODATI 1N. A. the pernb able pc al epr 3( SUSPENSION OF TRn FFIC CONTE: it. OPERATI )M1' Thu -Id h. h ire pc ip IP alt b, IPc D di h cht Id tl, II cdi ch. ,r' d1 I, cli nd I pc Ili •if al ipt sh hL :pc th Ili of if( ill an I clod:: pa twit} do ed el) of, b chill hi bt ill Ih ,IL di :b ilrp T tip •i, if 3 1. DERCROUND SER 'ICE ,CURT (USA) '\'OIIFIC A[ION. is Js nd the .hi of the Ar :T 'pl. ;III the if I di brit .h:h be p alb cJ th etc C I .9 IL tat I; ed It it obi. 'lc r Id- in :h Undirpr ill flue .It 111lA T slnii di at- I. 48 Ti: di shill bt aga th puhl It halt perfc n) ii th I! ch if ' a d in cd h p'bit ,d. ft .h sleep sL 1. Ih cp th igh: iha I. _II imp]: th .L ❑' L.lj p, I❑c FL al ' It ula C I tic Si :I: A Off' n( C F P •i d It he T' 1hr if P it Ill I :I h ii, ch 'hr no :h P h 'lit the •—r 't p b^ I I ,1\I, 1 \hf" I 111C1 1 I' P tb.11 P 1b I St SI'S 1 \ I II• S, I P .I I _. ._ _. COSTA MESA SANITARTY DISTRICT ORANGE COUNTY CALIFORNIA ' CONTRACT SPECIFICATIONS FOR BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No 129 APPENDIX 'E' CONTENTS CMSD STANDARD PLANS & SPECIFICATIONS Project No 129 Appendix 1 STANDARD PLANS AND SPECIFICATIONS 1 FOR THE CONSTRUCTION OF SANITARY SEWERS I ' S�'SAN11q�f cfz=5trA y . p NS DD cc 1 � I 7ty 1-1 *Op bb I COSTA MESA SANITARY DISTRICT ' ORANGE COUNTY CALIFORNIA Revised March 2006 I I I I I STANDARD PLANS AND SPECIFICATIONS I FOR THE CONSTRUCTION OF 1 I SANITARY SEWERS I 1 I I COSTA MESA SANITARY DISTRICT I I ORANGE COUNTY, CALIFORNIA I I MARCH 2006 I I I II TABLE OF CONTENTS PAGE SECTION 1 - GENERAL 1 1-1 - Definitions 1 1-2 - Plan Check and Approval of Plans 1 1-3 - Payment of Fees 1 11 1-4 - As-Built' Drawings 1 SECTION 2 - DESIGN REQUIREMENTS 2 ' 2-1 - Design Criteria 2 2-2 - Preparation of Drawings 3 2-3 - Sewer Construction on Private Property 3 SECTION 3 - INSPECTION OF WORK 4 SECTION 4 - SEWER CONSTRUCTION 6 ' 4-1 - General 6 4-2 - Connection to Existing Facilities 6 4-3 - Sewer and Water Separation 6 11 4-4 - Special Provisions 6 SECTION 5 - STANDARD SEWER NOTES 8 SECTION 6 - STANDARD DRAWINGS S-100 Standard 48' I D Manhole 9 ' S-100-A Standard 60' I D Manhole 10 5-101 Standard 36 I D Manhole 11 S-102 Standard Drop Manhole 12 S-103 Joint Detail 13 5-104-A Lateral Connection Type A' 14 5-104-B Lateral Connection Type B 15 5-104-C Lateral Connection Type C' 16 ' S-104-D Lateral Connection Type 'D 17 S-105 Manhole Cover Detail 18 S-106 Sewer Pipe Repair 19 S-107 Clean Out 20 ' S-108 Anchor Block 21 5-109 Sewer-Storm Drain Crossing 22 5-110-A Parallel Sewer Construction in Vicinity ' of Water Main 23 S-110-B Perpendicular Sewer Construction in Vicinity of Water Main 24 S-111 Pipe in Casing 25 11 S-112 Trenching and Bedding 26 ' SECTION 1 - GENERAL 1-1 Definitions 1 District - Costa Mesa Sanitary District District Engineer - Engineer for the District ' Inspector- Authorized representative for the District Standard Specifications for Public Works Construction - AlI references to the Standard Specifications refer to the latest edition as revised or amended at the date of construction ' ASTM - The American Society for Testing and Materials, latest revision Approved Equal - A material or product that is equivalent to or exceeds, in the opinion of the District Engineer in all respects that which is specified 1 1-2 Plan Check and Approval of Plans Construction drawings of the proposed sewer construction ' within the District boundary shall be submitted and approved by the District Engineer attested to by the Engineer's signature on the drawings. This approval shall apply only to general design concepts and does not ' guarantee the absence of errors or omissions 1-3 Payment of Fees ' Prior to approval of plans and connection to District sewers the developer shall pay all fees as required under current District policy Fees will be determined ' by the District Engineer at time of plan check 1-4 "As-Built' Drawings ' In the case dedicated sewer main is constructed, the Design Engineer shall 'As-Built' the original drawings to the satisfaction of the District Engineer and provide the District with a set of duplicate mylars. r I ' 1 i 1 SECTION 2 - DESIGN REQUIREMENTS 2-1 Design Criteria ' (a) Minimum Size - The minimum size for sewer mains shall be 8 and for laterals 6' (b) Sewer Slope - Minimum pipeline slopes shall be Pipe Size (Mains) rade ' 8 inch 40% 10 inch .28% 12 inch 22% 15 inch 16% ' 18 inch 12% 6 inch (laterals) 0 % ' (c) Pipe Capacity - Pipelines shall be designed to carry estimated peak flow as follows 18 or smaller - flowing 1/2 full 21 or larger flowing 3/4 full (d) Manholes - Manhole construction is required at the following locations (1) at changes of slope ' (2) at changes of direction (3) at changes of pipe size (4) at junction of laterals larger than 6 inches (5) at intervals not exceeding 350 feet (6) at termination of sewer mains (7) at special locations as designated by the District Engineer ' Elevation drop through manholes shall be 0.10 foot minimum. I 1 2 1 1 SECTION 2 - DESIGN REQUIREMENTS (Continued) (e) Pipe Material - Vitrified clay pipe (VCP) is approved for all sewer line construction. Polyvinyl chloride (PVC) pipe may be specified only with prior approval from the District Engineer Cast iron pipe (CIP), or ductile iron pipe (DIP) shall be used for sewer construction within the vicinity of water ' mains as in Std Dwg No S-110-A or 5-110-B (f) Curved Sewer - Curved sewer may be specified only ' with prior approval from the District Engineer 2-2 Preparation of Drawings All sewer plans shall be prepared as follows Sheet Size 24 by 36 inches Scales Horizontal - one inch equals 40 feet. Vertical - one inch equals 4 feet for sewer slopes less than 10 ' percent. One inch equals 8 feet for slopes greater than 10 percent. Sewer Plan Sewer plan shall show both existing ' and proposed construction and shall include standard notes and a signature block for the District Engineer (Sewer profile will be ' required when public sewer main is proposed.) ' Sewer Main and Sewer Main and Lateral location Lateral Location shall be shown on the plans and located by stationing. Stationing shall conform to the existing stationing as shown on the CMSD Sewer Atlas ' 2-3 Sewer Construction on Private Property Sewer mains constructued on private property that are to be maintained by the Costa Mesa Sanitary District shall be shown within a 15 foot easement to be dedicated to the District. Only under instances approved by the District Engineer will sewer within easements be accepted by the District. I a3 1 I SECTION 3 - INSPECTION OF WORK The Costa Mesa Sanitary District shall provide for the inspection of all sewer improvements constructed within ' public right-of-way or CMSD easements. All work shall be left open and uncovered until the installation is observed by the District Inspector The contractor shall not proceed with any subsequent phase of work until the ' previous phase has been inspected by the District. The term inspection referred to herein shall mean observation by the District Inspector or other District ' representative and does not constitute or imply any guarantees ' Inspection shall be made at the following intervals of work (a) Trench excavation and bedding ' (b) Placing of pipe fittings and structures (c) Placing and compacting of the pipe bedding (d) Backfill of balance of trench to grade in ' public right-of-way performed by local governing agency within easements entire backfill to be under inspection by the District Inspector ' (e) Balling and cleaning, air testing and mirroring after receipt of compaction certification but prior to paving (f) Repairs made after initial inspection (g) After manholes are raised to grade (h) Saddle or manhole connections to existing sewers ' The District shall at all times have access to work during construction and shall be furnished with every reasonable facility for ascertaining full knowledge of ' the progress, workmanship and character of materials used and employed in the work. ' No pipe, fittings or other materials shall be installed until inspected by the District or its representative All installations which are to be backfilled shall be inspected prior to backfilling and the contractor shall ' give due notice to the District Engineer in advance of backfilling so that proper inspection may be provided. I ' 4 1 i The inspection of the work shall not relieve the contractor of any of his obligations to complete the work ' as prescribed by these specifications. Defective work shall be made good, and unsuitable materials may be rejected notwithstanding the fact that such defective work and unsuitable materials have been previously overlooked by the District and accepted. The District shall have the authority to suspend the 1 inspection of the work wholly or in part for such time as it may deem necessary due to the failure on the part of the contractor to comply with these specifications as determined by the District Engineer Any work performed 1 without inspection of the District shall be considered unacceptable 1 1 1 i 1 1 1 1 1 1 1 1 5 I SECTION 4 - SEWER CONSTRUCTION ' 4-1 General All work shall conform to the Standard Specifications for Public Works Construction except as modified herein, the Work Area Traffic Control Handbook and the Standard Plans and Specifications of the Costa Mesa Sanitary District. The contractor shall be responsible for obtaining all necessary permits and shall comply with all safety 1 ordinances, regulations, orders, and shall be coley res- ponsible for the safety conditions of the work. 4-2 Connection to Existing Facilities Modification to existing manholes shall be done by core drilling unless otherwise approved by the District Engineer New channels in existing manholes shall be finished smooth and shaped in the direction of flow. Any annular space around the pipe at the manhole base shall be filled with plastic cement (1.3 field mix). Existing sewer line to be scored prior to pouring new manhole base Lateral connections to existing sewer mains shall be made by the use of a wye saddle per Std Dwg No 5-104-D 4-3 Sewer and Water Separation All new sewer construction shall maintain a minimum distance of 10 feet horizontally and 1 foot vertically below water mains. Any construction above the water main or in violation of the basic separation requirements shall be done per Std. Dwg. No. S-110-A or S-110-B. 4-4 Special Provisions The following additionas are made to the Standard ' Specifications for Public Works Construction 301-1 6 Adjustment of Manhole Frame and Cover Sets to Grade Prior to asphalt concrete paving, manhole frames and covers shall be left 6' below finish grade. After street surfacing is completed frames and covers shall be raised to grade per Std. Dwg. No S-105. Whenever manholes are constructed in unpaved areas, the manhole covers shall be set 18' above finished grade. I 6 SECTION 4 - SEWER CONSTRUCTION (Continued) 306-1.2.1 Bedding 1 Pipe bedding shall meet the approval of the District Engineer and local governing agencies 306-1.2 3 Field Jointing of Clay Pipe Only Type 'G' joints are approved for vitrified clay pipe with the exception that Type 'D" joints may be used for laterals and sewer repair work ' 306-1.3 Backfill and Densification All trench backfill and bedding shall be compacted to 90 percent minimum relative compaction unless otherwise required by the local governing agency ' 306-1.5 Trench Resurfacing Trench resurfacing shall meet the requirements of the local governing agency I 1 7 I ' CMSD STANDARD SEWER NOTES (Applicable notes to be shown on plans) 1. The sewer system shall conform to the standards of the Costa Mesa Sanitary District. 2. Contractor shall request inspection from the office of the District Engineer 48 hours prior to commencement of work. Telephone: 949/631 1731. 3. Any work performed without inspection from the District shall be considered ' unacceptable. 4. Contractor shall obtain CMSD sewer permit prior to commencement of work from the Costa Mesa Sanitary District, 628 W 19th Street, Costa Mesa, CA 92627 Phone No. ' 949/645-8400,ext. 229 5. Contractor shall obtain all necessary permits that may be required by the local governing agency 6. Contractor to have a copy of approved sewer plan and CMSD Standard Plans and ' Specifications on job site at all times. 7 Clay pipe joints shall be Type '0' mechanical compression joints for main line sewer. Type `D' joints, Band-Seal or approved equal, are approved for laterals and ' repair work only 8. 6' laterals shall be constructed from the sewer main to every lot. 9 All laterals shall be placed prior to surfacing of streets. 1 10. Stamp `S' on curb at sewer lateral locations. (11. Sewer main shall be air or water tested meeting District Engineer's approvafa 12. Prior to asphalt concrete paving, manhole frames and covers shall be left 6' below finish grade. After street surfacing is completed, frames and covers shall be raised to grade per Std. Dwg.No. S-105 13. Sewer manhole frame and cover shall be Alhambra Foundry A-1270, or approved 1 equal. Cover to be stamped `SEWER 14. Sewer main shall be balled after all manhole frames and covers have been raised to grade. ' 15 PVC pipe may be used only with prior approval from the District Engineer. 16. If minimum separation distance between sewer and water main is not met, special construction requirements are to be used per Std.Dwg.No. S-110-A or S-110-B. 17 Developer is responsible for replacing any existing laterals not found in field or found to be defective. 18. All trench excavation and pipe bedding shall be constructed per Std. Dwg.No. S-112. I Revised 3/1/06 1 I I Alhambra A-l270 frame and Fdryv cover per Std. 24" Dwg N° S-105 qq r 'i de _ Grade rings M= I Eccentric cone n n ilk I f 6. 6. ' n : 1 ?I I tI - o I E s `e__ —��_b- .. : - ISECTION A-A SECTION B-B I NLET5 MD110ILETSBfOR la" s NOTES V.C.P. CDIJ5T. I Manholes shall be precast concrete as manufactured ' -by Associated Concrete Products, Inc. or approved :Er equal A A 2. Concrete base and stub vml Is shall be poured in one II lu operation to an elevation 2' above top of pipe. slope ope 3. Concrete shall be Class 560-0-5258 ' 4. Depth of the channel shall equal pipe diameter for all sizes of pipe. II IV 5. The floor of manholes shall be steel troweled. 6 Steps shall be polypropylene w/o 1/2 diameter steel core 17•P' B meeting ASTM A 82, ASTM C-478, ASTM type II grade I 43758, 16 O.C. SECTION C-C 7 Manhole bases must be poured against undisturbed soil 1 8. Steps for manhole shall be placed upstream. 9 Mortar for joints shall be per Costa Mesa Sanitary District Std Ng No. 5-103. Izgvft-p I/21/' COSTA MESA SANITARY DISTRICTc 18-82.Approved IStandard 48" 1D. Manhole District Engineer-R.C.E. 31110 Drawing N° S 100 II IAlhambra Fdry. A-1270 frame and cover per Std. , 24e , IDwg. Ns S-IOS —'� I m i g=g Grade rings la=hil Eccentric cone 60" I t l_ I 1 c 811 1 e I 011 �� r8II Oie 811 it O ac O—+i nE I j r. / N ' SECTION A-A SECTION B-B ' 2 2' TIMMT5 AT BOTH INLETS MOM tLIS FOR • B NOTE S V.L.P. LODSi. III I Manholes shall be precast concrete as manufactured IIby Associated Concrete Products, Inc. or approved 40 equal II A A 2. Concrete base and stub wells shall be poured In one Ji i operation to an elevatIon 4 above top of pipe. 3. Concrete shall be Class 5G0-L-3250 ' 4, Depth of the channel shall equal pipe diameter for all sizes of pipe. ill ' 5. The floor of manholes shell be steel troweled. I� 6. Steps shall be rolyrro{riet1 .wA ll%gdroev'ytae�- tv B core me-f1n13,11tTTM. -%21PSTf.1 0-.416. Ant)1 I tyfe II ra4e 49188 IC"d.C. / SECTION C-C 7 Manhole bases must be poured against undisturbed soil IIB. Steps for manhole shall be placed upstream. 9. Mortar for joints shall be per Costa Mesa Sanitary District Std. Dag. No. 5-103. II COSTA MESA SANITARY DISTRICT Approved to I Standard sou I.D. Manhole District Engineer-R.C.E. 3112Q Drawing Ng S- 100-A ' in IIgl r .q tn ? '+.+'' le,,C71— C:.:7rI"n,rsY.fi.... t, I Alhambro Fdry A-127 frame and cover per St0 d. CDW9. N2 S-105 y nAlim Flattntric oP 4"C I 36" C ,, 4"6 6 4.. --11 lb , 1.....,.........,..„4,,,s ISECTION A-A SECTION B-B I 2 2'IDIiTS AT BOTH !M1115 ARID DOTRFT5 FDR I " B V.L.P CD,DST. I �I NOTES. ' ® I Manholes shall be precast concrete as manufactured by Associated Concrete Products, Inc. or approved I u A equal I ._i 2. Concrete base and stub walls shall be poured in one 910. : . . : A operation to an elevation 2" above the top of pipe. 3. Concrete shall be Class 50 C 3250 II4. Depth of the channel shall equal the pipe diameter INfor all sizes of pipe. I 1111 5. The floor of the manhole shall be steel troweled. 6. Manhole bases must be poured against undisturbed I B soil 7 Mortar for joints shall be Costa Mesa Sanitary SECTION C-C District Std. Dog. No. S-103. II n IDate: & J8 82 17 II COSTA MESA SANITARY DISTRICT Approved 414fr ` Standard 36" I. D. Manhole Doric 9Engineer 101 317211 - 1 .- iPM" -_ 'S. . :∎- '1 ;7FA;?1reffP.ricIT;x'n?;....z..:. tw- ,w- yTA I :r I 2 2 MOM AT BOTH EULETT Mill MITTS FOR V.L.P. CONST. I _� 1 MGM n IP Std.tee - S�� # ■ ■a I A — 11, ��' - 6" 6' 6°w m' o—SAME SIZE LI =�Ma__1 INCOMING LINE c I1 SECTION A-A 90°bend INOTES ' I Manhole construction shall conform to Costa Mesa Sanitary District Std. Dwg. No. 5-100. 2. Concrete encasement shall be Class 5LD C 3250 3. Encasement shall be poured against undisturbed soil or temporary forms to the dimensions 1 shown above. 4. V C.P sewer pipe shall not protrude into manholes. I5. Steps for drop manholes shall be installed downstream. G. DROP MANHOLE TO BE OSED WHEN 51OPE OF INLOMIIIG MAIN EYLEED5 10°1° I I IIDate: C•IB B2 COSTA MESA SANITARY DISTRICT Approved 41344°P I Standard Drop Manhole District 3172D Drawing S -102 I I 6" I r '1 field mortar, 1$ mix I (plastic cement) :! or sealant I - Mlwswitil N T I} f ' TYPICAL - JOINT DETAIL I I P- r. /.N le 3" I -IW51DE MAAINOLE�7 b. A 4° 1 • field mortar, 1.3 mix (plastic cement) \)...„..1: e manhole base 0 n I MORTAR SEAL AT MANHOLE BASE I I 'R E V 1 5 E D 10-23 85 Date: G-18-8a COSTA MESA SANITARY DISTRICT Approved 4 f k ' Joint Detail District Engineer-R:C.E. 31120 Drawing Ne S - 103 T'T : "9: m irraf F�" A'MrT=ras;,, :=-%?'S;L.ti ,v,,,,,, , .x, I ISTREET SURFACE 4 —J c 6" V C P sewer lateral . E min. slope 1/411 to 11-O IStd 45° bend n I ie--------------Variable size Sewer main I ELEVATION Ti E I ` A 0 H C_ - h. m G I Ill ' a 90' unless noted otherwise on plans 1 - AAlternate 'Tee' branch 6°V C.P sewer .to.._ 1aliala Sta. Sta. Std. 45° bend Const. of --""------- Std. 'Wye' branch wye only NOTES PLANT it 1 TEE BRAAICH USED ONLY WITH PRIOR APPRDYAL FROM I ,Date: c-la-az COSTA MESA SANITARY DISTRICT Approved # li A,,,, 1 Lateral Connection Type A A� District Engineer-R.C.E. 31129 Drawing NQ S -104 -A I I ' STREET SURFACE / I�ir-N "-" '" - - -" I J C ' sewer 6" V.CP ", E .P lateral r. min. slope' I /4" to I'-0" I c E 111111011111.111111111 3 Std 45° bend I y n N -Si 1 I .. �A 45°max. ELEVATION I c� Variable size 7 Sewer main W C T L. L. I �� 9• ° unless noted otherwise on plans c ,_[ _ . a L Alternate ' Tee' branch 6" V.CP. sewer 7 I ' , p _ - ` Sta. Std 45° bend 1 I , PLAN ISta. yk Std 'Wye' branch const of wye only NOTES' 1. TEE BRAUN USED AAIEY, WITH PRIOR APPROVAL FROM DISTRICT EAIGIMEER IIDate: 6-IQ Bt COSTA MESA SANITARY DISTRICT Approved Affp , As, Lateral Connection Type E BE District Engineer= R.C.E. 31120 Drawing N° S -10443 rm-'"" .(7@7`dn'!N?7!3af :97.t S'?-Il i-`. .ic •.774:.-.m^,v'. A` 1 STREET SURFACE r01 aE 3 6" V.C.P sewer lateral min. slope 1/4" to 1'-0" I plug d t ____----L__________A_ L. I re,, 16 11 Std 45° bend Z. Std. 'Wye' branch w d: C T ' m 6" VC P o 4;I G I I16"x 16"square concrete chimney c CLASS 560-C 92Th CONCRETE) I _ Place against undisturbed soil " 1 4"all sides IVariable size Sewer main I .. NOTES II THIS DETAIL TO BE USED ONLY WOH PRIOR APPROVAL FROM DISTRICT ENGUIEER I I I I (Date: a I5-82 COSTA MESA SANITARY DISTRICT Approved Lateral Connection Type I C 8 District Engineer-F2.C.E. 91120 Drawing N° S - 104-C 1 I I I ' Std 'Wye' saddle with lugs (6' V.0 P ) 1 4 Connection shall be done by core drilling as required by ' x it tI * ioeuivhfl _inspector wire flow ' i 8 CLASS 5G0 C MD C0N61 M h.' , AI: * attach (with are pproved ' epoxy-resin •e 1 a 3" ■ • I Notes. 1 This standard applies to sewer lines 10' or greater 2 For 8 ' lines replace existing pipe w/new pipe with 6 wye and join I existing w/band seal repair coupling REVI4ED 18.23 85 IDate: ,c.-18.62 ' COSTA MESA SANITARY DISTRICT Approved 1� f Air t District Engineer-R.C.E. 51720 Lateral Connection Type D Drawing N" S -104 -D 1 - Concrete collar CLA55 5GO-C 3Z5D CONCRETE G • A C paving Typ \-! 14 4L 00,7 . . `...4" D 0„%o 0 o N '(1'' . 'p. NOTES I Sewer manhole frame and cover shall be Alhambra Foundry A-1270 or approved equal 2. COVER TO DE 9EAMPED ' SEWER 3 See Std. Dwg. S-103 for grade ring joint detail 4. See Std. Dwg. 5-100 for manhole construction detail Date. r:-14.-sz COSTA MESA SANITARY DISTRICT Approved ({ Manhole Cover Detail District Engineer-I C.E. 31720 IIDrawing N° S - 105 rnr-+-R .. ", <.r' _•.r: `i .:4FY$ Irravm';y"�, r2ti 1 i 1 Dsewer amagepid pe or broken 7 1 i Completely remove all damaged areas, including areas that may be fractured. 1 1 Band-Seal repair coupling Ex. V C P sewer line f = M1 u Repair section in place 1 (If D I P replacement is required , use Band-Seal repair coupling with rubber filler ) REVISED 10 23 85 ID te• G.I5•82 1 COSTA MESA SANITARY DISTRICT Approved Q[ /[L , • District Engineer-R.C.E. 31720 Sewer Pipe Repair 1 Drawing NQ S -I06 I Finished surface -Alhambra Fdry. frame Iand cover A-1240 I .O •, •} , etRV .,9°e o'$ A9Db.. II0" ' I0" A_ 6" V C.P sewer•lL�ICJlf C • E ' m Std. 45° bend 1° - ---- CLASS 56D C 925D CURICREIE o Std .�Wye� branch e 1 g ' sewer main - plug I n 11i, {II ltn I min. NOTES 20" s uore I I In unpaved areas encasement of clean- out uLi n ground line will not be required. GLA55 5C0-C1150 COMC. NtE 1 r--rte 2, LLEAAI DUiS LIITNID CM.S.D. BOUpOARY REOOIRE S. PRIOR APPROVAL FROM DISTRICT ENGU.I[ER 1t' ur=+ I S. DETAIL -UNPAVED AREA I IDat G-IB 82 COSTA MESA SANITARY DISTRICT Approved Q,�,/5.�JL., Clean Out District Enginelertr-R.C.E. 317E0 Drawing NQ S -107 I - 1 I I 1 trench- er 1t 8" 8" 110 I Wit(\ 0 I 411a .I I e *4 bars . I Q I 1 . 12°I 112" y g / I of 1 I # 4 bars tii lu `Qt I , e .1 4 --- > _ e _a, n ..� p OD =11_i =' 1 LA 4" UMPISTURBED 501L CLASS 4W-c Won cuWca 1 CONCRETE ANCHOR SECTION A-A INOTES I This detail applies to 4' through 12' pipe sizes. Larger size pipes will require a special design. I2. Maximum spacing for anchor blocks to be 100 feet. I3. Minimum spacing for anchor block to be I per slope. 4. Anchor block to be used when sewer grade is greater than 30%, or when designated on the plan. I I COSTA MESA SANITARY DISTRICT Approved Dote: GIB-82 I Anchor Block District Engineer-R.C.E. 311Z0 IDrawing N2 S - 108 ICONCRETE(W/REBAR WHEN NOTED BELOW) TRENCH LIMITS DISTANCE AS New DISTANCE AS REQUIRED BY 5 D REQUIRED BY IINSPECTOR INSPECTOR CLEARANCE ! Q a 4, a e'e A j;pCO - c ' .0 3/4 GRAVEL I MISISIMEMEXISTING SEWER LINE IF CLEARANCE IS 8" TO 18" USE 4" CONCRETE SLAB OVER 4" OF 3/4" GRAVEL ' IF CLEARANCE IS LESS THAN 8" USE CONCRETE SLAB W/ REBAR OVER 3/4" GRAVEL AS REQUIRED BY INSPECTOR CASE I I REPLACE 6" OR 8 VCP W/DIP (SEE NOTE 4) IrJOIN EXISTING W/BAND SEAL REPAIR COUPLING CONCRETE CRADLE WHEN EXISTING 6 O EXISTING CLEARANCE IS LESS OR 8" I 6" OR 8 ' THAN 6 111 ��'VCP SEWER 'Si it 1 MIN I CLEARANCE 1 1 MIN •,— -- 1 ' MIN New P. SEE INSPECTOR ew .° USE THIS CONCRETE New , FOR SUPPORT ' i S.D. CRADLE WHEN SEWER S.D. % REQUIREMENTS E IS RESTING DIRECTLY IF CLEARANCE ON STORM DRAIN IS GREATER I CLEARANCE 6" OR LESS THAN 6" CLEARANCE GREATER THAN 6" CASE II CASE III INotes I 1 For use in conjunction with storm drain construction in the vicinity of sewer lines to prevent damage to sewer during backfill operation 2 This standard does not meet the State Department of Health require- ments for sewer and water crossing I 3 Case III may be used with the construction of new water main with prior approval of District Engineer 4 10' VCP or larger to be protected in place per inspector' Co require- ments 5 Concrete shall be Class 420-C-2000 I COSTA MESA SANITARY DISTRICT Date. I Approved # p. SEWER-STORM DRAIN CROSSING District Engineer R.C.E. 31720 _ Drawing No 5- 109 _ ' 22 I NOTE ALL CONSTRUCTION TO MEET LATEST STATE DEPARTMENT / OF HEALTH REQUIREMENTS Zone A� Zone P Zone\ -Z\ z- \J water \ I Zone \ \man �\-Zone- , -B �_\ _B_ –6 --3L. �3sc-6 – ' PARALLEL CONSTRUCTION If a main line sewer can not be located 10 or I more feet from a Pressure Water Main and must be located within any of above zones special construction will be required as called out I below NEW SEWER I Zone SPECIAL CONSTRUCTION REQUIREMENTS IA NEEDS SPECIAL APPROVAL FROM DISTRICT ENGINEER B EXTRA STRENGTH VCP W/ COMPRESSION JOINTS OR DIP W/ ICOMPRESSION JOINTS P PROHIBITED ZONE NO SEWER LINE ALLOWED IN THIS AREA INotes. I 1 Parallel construction of Sewer Force Mains will not be permited in any zone I I Date Q COSTA MESA SANITARY DISTRICT Approved jump' • PARALLEL SEWER CONSTRUCTION District Engineer R.C.E. 31720 _ IN VICINITY OF WATER MAIN Drawing No S- 110-A I 23 — I I I NOTE ALL CONSTRUCTION TO MEET LATEST STATE DEPARTMENT OF HEALTH REQUIRE- MENTS # IF 1' OR GREATER I NO REPLACEMENT IS REQUIRED I 4' 1 Water 4 BAND SEAL Main } BAND SEAL ' C 411M*n. 9 / SEWER LINE I REPLACE SEWER LINE WITH CONTINUOUS SECTION OF D I P W/ HOT DIP BITUMINOUS COATING I CROSSING UNDER WATER LINE(SEE NOTE 2) IREPLACE WITH D I P WITH HOT DIP BITUMINOUS COATING BAND SEAL ' REPAIR COUPLING MECHANICAL (BOLTED) JOINT ON DOWN STREAM SIDE ALLOWED I SEWER LINE I � ' e: 1 411 Min BAND SEAL 10' Water 10' REPAIR COUPLING ' Main ' CROSSING OVER WATER LINE(SEE NOTE 2) I Notes. 1 Perpendicular construction of Sewer Force Main in any zone requires approval by District Engineer I 2 The sewer construction requirements shall apply to house laterals that cross above Pressure Water Mains but not to house laterals that cross below Pressure Water Mains 3 Where a sewer must cross over a Water Main it should cross at a 90° I angle if possible and the length of sewer pipe shall be centered on the Water Main so that sewer joints are the maximum distance from the Water Main I 4 Standard Drawing No 109 (Case III ) may be used with the constructior of new water main with prior approval of District Engineer I COSTA MESA SANITARY DISTRICT Date.Approved AKA- 1 PERPENDICULAR SEWER CONSTRUCTION District Engineer R.C.E. 31720 IN VICINITY OF WATER MAIN Drawing No 3- 110-B I 24 ■1-S^. a T # 1 1 1 1 Sand or slurry fill "oer14%% Steel casing 1 i tir • bell 1 1 11/4 ' 2ax 4° wood skids 'ley, (pressure treated redwood) i CASING BY JACKING OR BORING NOTES I 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 1 sack cement slurry mix. 3. Open ends of casing shall be plugged with brick and mortar 1 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. 1 1 COSTA MESA SANITARY DISTRICT Approved. QDa e• G 113 82 District Engineer--R.C.E. 31720 Pipe in Casing 1 Drawing N° S —Iii I • ' TRENCH WTDTH 1 MW II BACKFILL --- X 0 D. X ► I ' 12' BEDDING B --- 1 II ` 1/;;;;:h TRENCH SHEETING OR r L. SHORING PER TITLE 8 • IN l CALIFORNIA ADMINISTRATIVE II , .EWER LE ` CODE. BEDDING A — p /a o a A 6 MIN n a A o A y -.� �� �' BARREL OF PIPE BELL OF PIPE II NOTES I 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 II 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 I 813 City of Newport Beach Std 106-L County of Orange EMA Std Plan 1319 II REVISED 8/11/88 COSTA MESA SANITARY DISTRICT date. s-11- 8K IApproved TRENCHING AND BEDDING as�tg NroineS- 112.E. 720 I