HomeMy WebLinkAboutC-1019 - 18-inch water transmission main, Jamboree, Eastbluff to PalisadesMAIL TO
Laura Lagios, City Clerk
3300 Newport Blvd.
Newport Beach, Calif. 92660
18778 W aooK8585 FAA 12
NOTICE OF COMPLETION
PUBLIC WORKS
RECORDED AT REQUEST O
11M B *CAP= WAN
IN OFFICIAL RECORDS OF
ORANGE COUNTY, CALIF.
9:05 AM APR 26 1968
L WLIE CARLU Co" Rewrder
FREE
To All Laborers and Material Men and to Every Other Person Interested: C4
YOU WILL PLEASE TAKE NOTICE that on March 1. 1968 ,
the Public Works project consisting of 1811 Transmission Main in Jamboree Road (C -1019)
on wmcn Cabildo Corporation
was the contractor, and Argonaut Insurance Company
was the surety, was:completed.
CITY OF NEWPORT BEACH
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on ,r -1 24, 1968 at Newport Beach, California.
VERIFICA
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on April 22, 1968 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare.under penalty of perjury that the foregoing is true and correct.
Executed on April 24, 1968 at Newport Beach, California.
a
Mzy 6, 1968
Cabildo Corporation
10506 South Shoemaker
Santa Fe Springs, California
Subject: Surety: Argonaut Insurance Company
Bonds No: 070379
Project: 18" Trans - cession Main in Jo- ,boree Road
Contract No: 1019
Gentlemen:
The City Council on April 22, 1968 accepted the work of
subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days
after Notice of Completion has been filed, and the require-
ment that 10% of the total payment be retained until 45
days after acceptanoe of the *.cork was arrived.
Notice of Completion was filed with the (range County Recorder
on April 26, 1968, in Book No. 8585, Paee 312. Please notify
your surety ompany that bonds may be released 35 days after
recording date.
Very truly yours,
Laura Lagios
City Cleric
City of Ptewport Beach
ih
cc: Public Works Department
Finance Department
0
TO: CITY COUNCIL
FROM: Public Works Director
April 22, 1968
// -y
SUBJECT: ACCEPTANCE OF 18 -INCH TRAYS.MISSION MAIN IN JAMBOREE ROAD
RECOMMENDATIONS:
1.
2.
3.
4.
DISCUSSION:
Accept the work.
Authorize the City Clerk to file a Notice of Completion.
191
173
Authorize the City Clerk to release the Bonds 35 days aft
Notice of Completion has been filed. 7Z-0 ,yam
nu �
Waive the requirement that 10% of the total payment be retained
until 45 days after acceptance of the work. 7
The contract for the construction of the 18 -inch Transmission
Jamboree Road, from Eastbluff Drive(north) to Palisades Road, has been
to the satisfaction of the Public Works Department.
The Bid price was: $ 64,600.00
Amount of unit price items constructed: 64,223.50
Amount of change orders: 5,172.50
Total Contract cost: 69,396.00
Amount available in Account #50- 9297 -025: 72,360.87
Main in 7LS
completed u
cCc
A change order in the amount of $5,000.00 was approved by the Council on
March 27, 1967. This change covered the costs of modifications to the pipeline supports
and delays resulting from the problems encountered with the bridge contractor. The
portion for the delay was recovered from the liquidated damages charged the bridge
contractor. The remainder of the extra work ($172.59) was compensation to the contractor
for a delay in providing field stake out at the start of the project.
The contractor is Cabildo Corporation of Santa Fe Springs, California.
Engineering was by James M. Montgomery, Inc., of Costa Mesa.
The contract date of completion was September 10, 1966. Due to the delays
encountered in completing the bridge, it was not possible to complete the water main by
this date. Upon completion of the bridge and arriving at a mutually acceptable value
of the delays and extra work with the water main contractor, the water main was expe-
ditiously completed. The main was put in service on March 1, 1968.
The Specifications require retention of 10% of the money due the contractor
for a period of 45 days. As completion of the work was delayed for nearly a year and
a half through no fault of the contractor, it is recommended that all money due be paid
,upoacceptance.
1Ooseph T. Devlin W
Public Works Director
GPD:ms
April 24, 1968
J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
i_
Attached for recordation is Notice of Completion of Public Works
project consisting of 18 -inch Transmission Fain in Jamboree Road
(C -1019) on which Cabildo Corporation was the contractor and
Argonaut Insurance Company was the surety. Please record and
return to us.
Very truly yours,
Laura IWios
City C1eri<
City of Newport Beach
ih
F ncl.
TO: CITY COUNCIL
FROM: PUBLIC WORKS DIRECTOR
ARCH 27, 1967
COUNCIL:
3 -a_`6�
asrosl wn:
F ILL
Q"' 4-�
i
SUBJECT: CONSTRUCTION OF 18 -INCH TRANSMISSION MAIN IN JAMBOREE ROAD FROM
EASTBLUFF DRIVE TO PALISADES ROAD (C -1019)
RECOMMENDATION:
APPROVE PUBLIC WORKS DEPARTMENT'S ISSUANCE OF CHANGE ORDERS
FOR THE FOLLOWING EXTRA WORK:
1. INCREASE PAYMENT FOR LAYING PIPE ACROSS BRIDGE.
2. MODIFY PIPE SUPPORTS AT BRIDGE ABUTMENT PILE CAPS.
3. LOWER 2 VALVE VAULT TOPS TO ROADWAY GRADE.
4. CLEAN WATER PIPE FOR BRIDGE CROSSING.
DISCUSSION:
SECTION 4 -03 OF THE STANDARD SPECIFICATIONS FOR THE CONSTRUCTION OF
PUBLIC WORKS IN THE CITY OF NEWPORT BEACH REQUIRES COUNCIL APPROVAL OF EXTRA WORK
AMOUNTING TO $500 OR OVER.
IN APRILA 1966, CONTRACT NO. 1019 WAS AWARDED TO CABILDO CORPORATION FOR
THE CONSTRUCTION OF THE SUBJECT WATER MAIN. THE TIMING OF THE CONTRACT WAS SUCH
THAT THE WORK WOULD BE COORDINATED WITH THE CONSTRUCTION OF THE JAMBOREE ROAD
BRIDGE. DUE TO THE PROBLEMS ENCOUNTERED WITH THE DECK OF THE BRIDGE, CABILDO WAS
DIRECTED BY THE CITY NOT TO INSTALL THE BRIDGE WATER MAIN CROSSING UNTIL THE BRIDGE
CONTRACTOR CORRECTED THE DECK UNITS•
INCREASE PAYMENT FOR LAYING PIPE: AT THE TIME THE CONTRACT WAS AWARDED,
THE BRIDGE CONTRACTOR HAD IN SERVICE A DIRT HAUL ROAD ACROSS SAN DIEGO CREEK ADJACENT
TO THE BRIDGE. IT HAD BEEN PLANNED BY THE WATER MAIN CONTRACTOR TO UTILIZE THIS
ROAD FOR ACCESS IN CONSTRUCTING THE BRIDGE CROSSING. THIS ROAD IS NO LONGER IN
SERVICE AND ITS ABSENCE HAS MADE THE CONSTRUCTION OF THE BRIDGE CROSSING MORE DIFFICULT.
MODIFY PIPE SUPPORTS AND LOWER VAULT Tops: DURING . CONSTRUCTION, IT WAS FOUND
THAT THE ABUTMENT PILE CAP SUPPORTS FOR THE WATER MAIN COULD NOT BE INSTALLED AS
DESIGNED BY THE CONSULTING ENGINEER AND THAT THE VALVE VAULTS WERE DESIGNED AT AN
ELEVATION ONE FOOT A80VE THE SURFACE OF THE IMPROVED ROADWAY SHOULDER.
CLEAN WATER PIPE: BECAUSE THE PIPE FOR THE BRIDGE CROSSING HAS BEEN
STOCKPILED ON THE JOB SITE DURING THE DELAYf IT IS RECOMMENDED THAT IT BE THOROUGHLY
SCRUBBED AND CLEANED BEFORE INSTALLATION.
. r
SUBJECT: CONTRACT N0. 1019
PAGE Z
THE CONTRACTOR WAS REQUESTED TO SUBMIT PRICES FOR PERFORMING THE ABOVE
ITEMS OF WORK. THE PRICES SUBMITTED WERE UNREASONABLE AND HAVE BEEN REJECTED BY
THE CITY. AN EFFORT IS NOW BEING MADE TO NEGOTIATE A MORE REALISTIC PRICE.
SHOULD THIS EFFORT FAIL THE WORK WILL BE- PERFORMED ON A FORCE ACCOUNT BASIS. THE
TOTAL AMOUNT OF THE EXTRA WORK IS EXPECTED TO BE APPROXIMATELY $5P000. AS THE
CAUSES OF THE EXTRA WORK ARE NOT THE DIRECT RESULT OF ACTIONS BY THE CITYO IT IS
ANTICIPATED THAT THE MAJORITY OF THE COSTS WILL BE RECOVERED FROM THE CONSULTING'
ENGINEER AND THE BRIDGE CONTRACTOR. THE CHANGE ORDER FOR REMEDIAL WORK ON THE
BRIDGE INCLUDES A COST REDUCTION OF $5'00 TO COMPENSATE THE CITY FOR ADDITIONAL
COSTS INCURRED BECAUSE OF THE DELAY AND MODIFICATIONS.
PH WEVLIN
IC 0 KS DIRECTOR
GPD:NAJ
City Clerk
Mayor Gruber
a
January 23, 1967
Telephone Call from Mr. Floyd Smith, President
Cabillo Corporation
Telephone: (213) 944 -3261
Mr. Smith called and requested that the Mayor return
his calla He would like to talk about the contract (C -1019)
which he has with the City for work on 18" transmission
line.
He says that his 140 -day contract was to be started on
April 21 to be completed September 8. He says he is
held up from completion because of the bridge on
Jamboree Road. He says, " We are on the hook; we
have the rest of the material. Labor rates have gone up,
and we would like to get some idea down in writing
between our corporation and the City so that ... " etc. , etc.
Mr. Smith's people have talked to Mr. Dungan from
time to time.
Mr. Smith may be out of town tomorrow, and he requests
that you speak to Les 'Weed in his absence.
cc: Pat Dungan
Betty Jameson
El
HARBOR INSURANCE COMPANY
9450 WILSHIRE BOULEVARD
LOS ANGELES, CALIFORNIA 00054
Ts HOt sal -vest
November 10, 1966
The City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California
Re: Our File: H 27864
Assured: Cabildo Corporation
Claimant: City of Newport
D /A: October 10, 1966
Gentlemen:
Please be advised that we are the insurance carrier for the above -
captioned assured regarding claim for damages allegedly arising out
of our assured's operations.
Investigation of this occurrence indicates that the assured was
trenching to install a gas main and the conduit and wiring evidently
was land -mark substructure. It is our assured's understanding that
the City had failed to notify the proper parties prior to the commence-
ment of the work as to the location of the substructures.
Accordingly, without some information to contradict this position, we
have no alternative but to deny the claim, but await your further advices
before proceeding to do so.
Yours very truly,
HARBOR
E. C.
o
C1TYERX
CIS,
�• NEWppRj OF
CA(1F, EACH
,;
�lPrr &- Cnamfn
CERTIFICATE OF INSURANCE
CITY OF IF'TPOPT BEACH
CITY HALL
3300 WETT NEWPORT BOULEVARD
NEETORT BEACH, CALIFORNIA
2
A-) TO FORM
;I
r�/ —lplj
Gate. y
i
i
THIS IS TO CERTI FY as to the existence at the date hereof of insurance with Harbor Insurance Company, as described below:
— 1
Name of Assured: CABILDO CORPORATIO11
Address of Assured: 10506 SOUT' SHOEMAKER AVEAUE, S.A,NTA FE SPRINGS, CALIFORNIA
JOB: CONSTRUCTIi,I'. OF 13" .�'P.*1SMISSION MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO
PALISADES ROAD
Location of Risk: CALIFORNIA i
Kind of Insurance: CCMPRE' I;IVE LIABILITY,I"CLUDING BROAD FORT, F30%RTY DAMAGE,BLANKET C011T -ACT-
UAL,CONTRACTOR'S PROTECTIVE, PRODUCTS — COMPLETED OPERATIONS, & AUTOP ".OBILE LIABILITY
Policy No. 102367 period from 10/31/64 to 10/31/67
Limits
Kind of Insurance:
Limits
Bodily Injury —each person $ 1,000,000.00
each accident $ 1,000,000.00 aggregate $1,000,000.00
occurrence
Property Damage each acsiamt $ 1,000,000.00 aggregate $1,000,000.00
IT IS AG.DET',D Ti;!' CITY OF NEWPORT D%,ACH IS ADDED TO T17] POLICY AS AN ADDITIONAL
INSURED, BUT OitLY AS RESPECTS WORK BEING PERFORf'ED BY CABILDO CORPORATION FOR
ACCOUNT OF SUCI ADDITIONAL INSURED.
Policy No.
period from to
Bodily Injury each person S
each accident $ aggregate $
M
Property Damage —each accident $ aggregate $
IT IS HEREBY UIDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE
REFERS MAY NOT BE CANCELTUED, MATERIALLY CHAI•iGED, NOR THE AMOUNT OF COVERAGE
TIER, OF FTDUCED, NOR THE POLICY 1,LOWED TO LAPSE UNTIL TEN (10) DAYS AFTER
Kind of Insurance: RECEIPT BY THE CITY CLERK OF Tiii CITY OF NEWPCRT BEACi , CITY HALL, NE,,7POR.T
BEACH, CALIFORNIA, OF A RI:GISTE °1 D WRITTEN NOTICE OF SUCII CA?;CELLATION OR
Policy No. period from to
REDUCTION I" COVERAGE.
Limits:
tt: lecher¢ mA; am�stea�} maxx�a�xx2cxac�sac�st�a: mstatsat+ u�xjo�Gt6Xx�tf�T��ays: caaammYecp�xatpsiwYxr4t tet�Ex:soex�wxx3t�st77§iG2GxM
tlntawxwruwc�ccect4vx'
Dated at LOS ZO- GELLS, CALIFORNIA this.,,{,
U 6082 49 -0:S %SM 1.65
18Th day of APP.T -L, 1966
SWETT & CRAWFORD
B'
BY A�Gx .
V
Ett & VFawfopo
CERTIFICATE OF INSURANCE
CITY OF NEWPORT BEACH
CITY
3300 WETr NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA
APPROVED AS TO FORM
Date: -954 ?_0 -4�� j
CITY TORNEY
THIS IS TO CERTIFY as to the existence at the date hereof of insurance with Harbor Insurance Company, as described below:
i
Name of Assured: CABILDO CORPORATION
Address of Assured: 10506 SOUTH SHOEMAKER AVENUE, SANTA FE SPRINGS, CALIFORNIA
JOB: CONSTRUCTION OF 1811 TRANSMISSION MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO
PALISADES ROAD
Location of Risk: CALIFORNIA
Kind of Insurance: COMPREHENSIVE LIABILITY,INCLUDING BROAD FORM PROPERTY DAMAGE,BLANKET CONTRACT -
UAL,CONTRACTOR'S PROTECTIVE, PRODUCTS — COMPLETED OPERATIONS, E AUTOMOBILE LIABILITY
Policy No. 102367 period from 10/31/64 to 10/31/67
Limits: Bodily Injury each person $10000,000.00
each accident $190000000.00 aggregate $160009000.00
OCCUTWmeSe
Property Damage each a0obbi t $ 10000,000.00 aggregate $1,0000,000.00
IT IS AGREED THE CITY OF NEWPORT BEACH IS ADDED TO THE POLICY AS AN ADDITIONAL
INSURED, BUT ONLY AS RESPECTS WORK BEING PERFORMED BY CABILDO CORPORATION FOR
ACCOUNT OF SUCH ADDITIONAL INSURED.
Kind of Insurance:
Policy No. period from to
Limits: Bodily Injury each person $
each accident $ aggregate $
Property Damage—each accident $ aggregate $
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY WO WHICH THIS CERTIFICATE
REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE
THEREOF REDUCED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER
Kind of Insurance: RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT
BEACH,CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR
Policy No. period from to
Limits: REDUCTION IN COVERAGE.
.��.'.. ♦...a:Lli. E., <:L:..'.'r J�y �'• Y•c —t .N• ra ... .,r 1,JU be .rp ..1'✓..a,v.., ;. �v�y., .. A.••a.. a..,..
Dated at LOS ANGELES, CALIFORNIA this 18TH day of APRIL, 1966
SWETT & CRAWFORD
B1 _
Y
U 6082 HS -CPS ISM 7 -65
V
a.� -N9L
QA
CERTIFICATE
OF
INSURANCE
VRP�
i This is to certify that the COMPANY designated. above has Issued to the named insured the policy(s) enumerated below, subject to all of the terms of
I such policy(s). In the event of any material change in or cancellation of the policy(s), the COMPANY will make every §/$", RoMth�5er a� ,
but undertakes no responsibility of failure to do so.
Da'a: —4 z o — C'
.CERTIFICATE HOLDER AND ADDRESS NAMED' INSURED AND ADDRESS
CITY ORNEY
}_
I
• CITY OF NEWPORT BEACH • CABILD0 CORPORATIOI
CITY HALL 10506 SOUTH SHOEMAKER AVENUE
3300 VEST NEWPORT BOULEVARD SANTA FE SPRINGS, CALIFORNIA
NEWPORT BEACH, CALIFORNIA ,.
If certificate holder is a loss payee with respect to the described auto, check here
POLICY NUMBER
ARGONAUT INSURANCE COMPANY
LIMITS -
HOME OFFICE: MENLO PARK, CALIFORNIA
CC20 207 058588
.ARGONAUT- SOUTHWEST INS E COMPANY
Statutory
HOME OFFICE: BATON RO UISIANA
s ARGONAUT - NORTHWEST INSURANCE COMPANY
HOME OFFICE: BOISE, IDAHO
i This is to certify that the COMPANY designated. above has Issued to the named insured the policy(s) enumerated below, subject to all of the terms of
I such policy(s). In the event of any material change in or cancellation of the policy(s), the COMPANY will make every §/$", RoMth�5er a� ,
but undertakes no responsibility of failure to do so.
Da'a: —4 z o — C'
.CERTIFICATE HOLDER AND ADDRESS NAMED' INSURED AND ADDRESS
CITY ORNEY
}_
I
• CITY OF NEWPORT BEACH • CABILD0 CORPORATIOI
CITY HALL 10506 SOUTH SHOEMAKER AVENUE
3300 VEST NEWPORT BOULEVARD SANTA FE SPRINGS, CALIFORNIA
NEWPORT BEACH, CALIFORNIA ,.
If certificate holder is a loss payee with respect to the described auto, check here
POLICY NUMBER
KIND OF INSURANCE AND COVERAGES
LIMITS -
EXPIRATION
CC20 207 058588
WORKMEN'S COMPENSATION
Statutory
10/31/66
EMPLOYER'S LIABILITY -
$ , 000 each accident -
BODILY INJURY LIABILITY
$ ,000 each person
— EXCEPT AUTOMOBILE
$ , 000 each accident
$ , 000 each occurrence '
$ , 000 aggregate products
PROPERTY DAMAGE LIABILITY
$ , 000 each accident
— EXCEPT AUTOMOBILE -
$ , 000 each occurrence
$ , 000 aggregate operations
'
$ 000 aggregate protective
$ , 000 aggregate products
$ ,000 aggregate contractual
BODILY INJURY LIABILITY
$ ,000 each person
— AUTOMOBILE
$ , 000 each accident
$ , 000 each occurrence
PROPERTY DAMAGE LIABILITY
$ , 000 each'accident
`
— AUTOMOBILE •
$ , 000 each occurrence
MEDICAL PAYMENTS — AUTOMOBILE
$ each person
PHYSICAL DAMAGE — AUTOMOBILE - ACTUAL CASH
VALUE UNLESS OTHERWISE STATED
-
COMPREHENSIVE
$
COLLISION OR UPSET
LESS $ deductible
1
FIRE AND THEFT
$
IF COMPREHENSIVE LIABILITY, CHECK HERE ❑
of Operations, Locations, or Automobiles Covered; or Additional Coverages; or Special Condition. _
JOB: CONSTRUCTION OF 1811 TRANSMISSION MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO
PALISADES ROAD
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT
BE CANCELLED, ?MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE POLICY
ALLOWED TO LAPSE UNTIL TEN '(10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT
BEACH, CITY HALL, NE ",PORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CAi7CELL-
ATION OR PrDUCTIOFi IN COVERAGE.
[PRODUCER AND ADDRESS
MILLER E AMES
3625 79EST SIXTH STREET
LOS ANGELES, CALIFORNIA
TED AT LOS ANGELS, CALIFORNIA ON APRIL 18, Ig 66
ARGONAUT INSURANCE COMPANY
ARGONAUT - SOUTHWEST INSURANCE COMPANY
ARGONAUT-NORTHWEST INSURANCE COMPANY
President
Sener Y
e5_.. uno•ele•
ARGONAUT INSURANCE COMPANY
HOME OFFICE: MENLO PARK, CALIFORNIA
CERTIFICATE ARGONAUT-SOUTHWEST INS COMPANY
OF ,HOME OFFICE: BATON RODU151ANA
INSURANCE ❑ ARGONAUT - NORTHWEST IIHJURANCE COMPANY
NOME OFFICE: BOISE. IDAHO
This is to certify that the COMPANY designated above has Issued to the named insWedi. -the pollky(s) enumerated below, subject to all of the terms of
such policy(s). In the event of any material change in or cancellation of the policy(s), the C' /YSPANY will make every effort to notify the certificate holder,
but undertakes no responsibility-of failure to do so. APPROVED AS TO FARM'
..CERTIFICATE HOLDER AND ADDRESS NAM% 4SURED AND ADDRESS Date:
CITY TOR EY
• CITY OF NEWPORT BEACH • CABILDO CORPORATION
CITY HALL 10506 SOUTH SHOEM
3300 WEST NEWPORT BOULEVARD SANTA FE SPRINGS, CALIFORNIA
NEWPORT BEACH, CALIFORNIA``
If certificate holder is a loss payee with respect to the described auto, check here. ❑
POLICY NUMBER
KIND OF INSURANCE AND COVERAGES
LIMITS
EXPIRATION
CC20 207 056588
WORKMEN'S COMPENSATION
- statutory
1OJ31l66
EMPLOYER'S LIABILITY
$ 2 000 . 000 each accident
BODILY INJURY LIABILITY
_
$ ,000 each Verson
— EXCEPT AUTOMOBILE `
$ , 000 each accident
$ , 000 each occurrence
$ , 000 aggregate products
PROPERTY DAMAGE LIABILITY
$ , 000 each accident
— EXCEPT AUTOMOBILE .,.
$ , 000 each occurrence
$ , 000 aggregate operations
$ , 000 aggregate protective
$ 000 aggregate products
$ ,000 aggregate contractual
..BODILY INJURY LIABILITY
$ ,000 each parson
— AUTOMOBILE
$ , 000 each accident
$ 000 each occurrence
PROPERTY DAMAGE LIABILITY
$ . 000 each accident
— AUTOMOBILE
$ , 000 each occurrence
MEDICAL PAYMENTS — AUTOMOBILE
$ each person
PHYSICAL DAMAGE — AUTOMOBILE — ACTUAL CASH
VALUE UNLESS OTHERWISE STATED
COMPREHENSIVE
I $
COLLISION OR UPSET
LESS $ deductible
FIRE AND THEFT
I!
$
IF COMPREHENSIVE LIABILITY, CHECK HERE I I
of Operations, Locations, or Automobiles Covered; or Additional Coverages; or Special Condition.
JOBt CONSTRUCTION OF 18" TRANSMISSION MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO
PALISADES ROAD
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY M
BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE POSY,Y
ALLOWED TO LAPSE UNTIL = (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT '
BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELL-
ATION OR REDUCTION IN C7RAOE.
fi t
EPRODUCER AND ADDRESS
•
MILLER 5 AMES
9625 WEST SIXTH STREET
LOS ANGELES, CALIFORNIA
ARGONAUT INSURANCE COMPANY {
ARGONAUT-SOUTHWEST INSURANCE COMPANY
ARGONAUT-NORTHWEST INSURANCE INSURANCE COMPANY
President
•V• Yom,
Smeary '
! *� "0.016 -RI
CONTRACT N0. 1019
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
THE CONSTRUCTION OF 18 " TRANSMISSION MAIN
IN
JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD
APPROVED EY THE CITY COUNCIL ON THIS
14TH DAY OF MARCHy 1966.
` ITY CLERK -�`_
r
•
0
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE OF INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT
BEACH, CALIFORNIA, UNTIL 10:00 A.M. ON THE 6TH DAY OF APRIL, 1966, AT WHICH TIME THEY
WILL BE PUBLICLY OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
THE CONSTRUCTION OF 18" TRANSMISSION MAIN IN JAMBOREE ROAD
FROM EASTBLUFF ROAD TO PALISADES ROAD
(CONTRACT 1019)
NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE
PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR
BIDDERS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT
LEAST 10 PERCENT OF THE AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECU-
TION ARE THE FOLLOWING:
I. - PROPOSAL
2. PAGE _ DESIGNATION OF SUB - CONTRACTORS
3. PAGE - BIDDERS BOND
j� PAGE 9 - NON - COLLUSION AFFIDAVIT
5. PAGE 10 - CONTRACTORS FINANCIAL STATUS
THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE AND CORRECT SIGNATURES AND SEALS OF
THE CORPORATION, PARTNERSHIP, JOINT VENTURE AND /OR INDIVIDUAL.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY
COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER
DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE
OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND IS SET FORTH IN RESOLUTION NO.
6258. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY
OF NEWPORT BEACH.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE OF THE QUANTI-
TIES OF WORK TO BE. DONE.
NO BID WILL.BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE
WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE.
PLANS AND SPECIFICATIONS, FORMS'OF PROPOSALS, BONDS, AND CONTRACT MAY BE OBTAINEIS
AT THE PUBLIC WORKS DEPARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA.
A NON - REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF STANDARD SPECI-
FICATIONS. A REFUNDABLE DEPOSIT OF $5.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL
PROVISIONS, AND CONTRACT DOCUMENTS. NO REFUNDS WILL BE MADE LATER THAN 60 DAYS AFTER
AWARD OF BID. ..,.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO
WAIVE ANY INFORMALITY IN SUCH BIDS.
CITY OF NEWPORT BEACH, CALIFORNIA
MARGERY SCHROUDER, CITY CLERK
r
PROPOSAL FOR CONTRACT NO. 1019.
THE CONSTRUCTION OF 18" TRANSMISSION MAIN IN JAMBOREE ROAD
TO THE HONORABLE CITY COUNCIL
CITY OF NEWPORT BEACH
CALIFORNIA
THE UNDERSIGNED DECLARES THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PROPOSED
WORK AND HE HAS READ THE NOTICE INVITING BIDS] THAT HE HAS EXAMINED THE PLANS i CITY OF
NEWPORT BEACH DRAWINGS W- 503MjAND SPECIFICATIONS FOR'THE CONSTRUCTION OF AN 18"
TRANSMISSION MAIN IN JAMBOREE ROADS CONTRACT N0. 1019, AND HEREBY PROPOSES TO FURNISH AND
INSTALL ALL PIPES) VALVES, MISCELLANEOUS MATERIALSI.CONNECTIONSj STRUCTURES] AND
APPURTENANCES REQUIRED TO COMPLETE THE WORK'IN ACCORDANCE WITH SAID'PLANSS THE STANDARD
SPECIFICATIONS OF THE CITY OF NEWPORT BEACH2 THE SPECIAL CONDIT IONSpAND THAT HE WILL TAKE
IN FULL PAYMENT THEREFOR THE FOLLOWING UNIT PRICES FOR EACH ITEM COMPLETE IN PLACES TO
WIT:
ITEM No. ITEM DESCRIPTION AND PRICE'WRITTEN IN WORDS AMOUNT
LUMP SUM ITEM
I• CONSTRUCTION OF APPROXIMATELY 3090 LIN FT OF 18-IN.
PIPELINE MEASURED HORIZONTALLY) FROM'STA -0 +09 TO
STA. 30 +792 ASSOCIATED PIPING, VALVES2 FITTINGS
SUPPORTS) STRUCTURES AND APPURTENANCES FOR THE LUMP
SUM PRICE OF
SIXTY -FOUR THOUSAND SIX HUNDRED DOLLARS
AND
t. NO CENTS $ 64.600.00
LUMP SUM 'Lump SUM
i
ADDITIVE AND DEDUCTIVE ITEMS
Z• CONSTRUCTION OF STRAIGHT 18 -IN. PIPELINE DESIGN PRESSURE
i,. OF 150 PSI) UNDER ITEM 1: FOR MORE OR LESS THAN THE
I QUANTITY SHOWN ON THE DRAWINGS MEASURED HORIZONTALLY):.
i ADD OR DEDUCT
i TWELVE DOLLARS
AND
'
EIGHTY -FIVE
CENTS
12.85
PER
LINEAR FOOT
PER LINEAR FOOT
3. FOR CHANGES
IN EARTHWORK QUANTITIES
DUE TO CHANGES
IN GRADE OR
UNSATISFACTORY BEDDING CONDITIONSS
RESULTING IN TRENCH OR STRUCTURE
DEPTH CHANGES OF 6
IN. OR GREATER: ADD OR DEDUCT
Scvcu
DOLLARS
'
AND,,
Ficry
CENTS
$ 7'50
PER
CUBIC YARD
.,.�
�.
PER CUBIC YARD
P.2
�
ITEM NO.
ITEM DESCRIPTION AND PRICE WRITTEN IN WORDS
AMOUNT
ONT....
t
i
4. ..
FOR IMPORTED SAND BEDDING OR BACKFILL(SAND
G
EQUIVALENT OF NOT LESS THAN 30) FOR MCRE OR
-
LESS THAN THE QUANTITY SHOWN ON THE DRAWINGS%
ADD OR DEDUCT.
- SEVEN -' DOLLARS
- - - - ---
AND
z�
FIFTY GENTS
X-
. -
PER TON
PER TON
ii
Ij
5•
FOR UNDERGROUND UTILITY SUPPORTS., FOR MORE OR
LESS
THAN THE QUANTITY SHOWN ON THE DRAWINGS:
ADD OR DEDUCT.
t-
-FIFTY DOLLARS
AND
ND CENTS
$ 50.00
i'
EACH
EACH
4
1
J
h
S
T
ALL BIDS ARE TO BE COMPUTED ON THE BA51S OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THI5 PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER., IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES] THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON-THE BASIS OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY,
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE'CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID.
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS LICENSE No. 2o6358
ACCOMPANYING THIS PROPOSAL IS BIDDER'S-BOND
CASH CERTIFIED CHECKj CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID .PRICE.
(213) 944 -3261
PHONE NUMBER
APRIL 6, 1966
DATE
1o5o6 S. SHOEMAKER
SANTA FE SPRINGS, CALIF.
BIDDERS ADDRESS
CABILDO CORPORATION
BIDDERS NAME
(SEAL)
/S/ F. P. SMITH '
AUTHORIZED SIGNATURE
PRESIDENT
AUTHORIZED SIGNATURE
CORPORATION
TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO- PARTNERSHIP)
L157 BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP:
FLOYD P. SMITH
E. H. SALLEE
HOMER WYNN
PRESIDENT & MANAGER
VICE PRESIDENT
VICE PRESIDENT
JOHN HOLLERAN SECRETARY - TREASURER
• • 'PAGE 3 ..
r ,
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB'- CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH.
ITEM OF WORK
SUB- CONTRACTOR
ADDRESS
1- CONCRFTF VAULTS PFLEWDU & GRIMONT BELL GARDENS
2. CHLORINATION PIERCE ANAHEIM
3-
4.
5•
6.
CABILDO CORPORATION
IDDERIS NAME
/S/ F. P. SMITH
AUTHORIZED SIGNATURE
CORPORATION
TYPE OF ORGANIZATION
(INDIVIDUAL, COPARTNERSHIP OR CORPORATION)
10506 S- SHOEMAKER
SANTA FE SPRINGS CALIFORNIA
ADDRESS
• (SEE CITY CLERK'S FILE FOR OR•NAL)
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE,
CABILDO CORPORATION
PAGE 4
AS PRINCIPAL,
AND ARGONAUT INSURANCE COMPANY , AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF
THE BID
TEN PERCENT OF TOTAL AMOUNT OF /DOLLARS ($ 10% ), LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF
18" TRANSMISSION MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY) AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND SUNDAY) FROM THE DATE OF THE
MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 7TH DAY OF
APRIL 19LL.
CORPORATE SEAL (IF CORPORATION) CABILDO CORPORATION
PRINCIPAL
(ATTACH ACKNOWLEDGEMENT OF /S/ BY: F. P. SMITH
ATTORNEY IN FACT) PRESIDENT
ARGONAUT INSURANCE COMPANY
SURETY
BY /S/ JAY B. MILLER
JAY b. MILLER
TITLE ATTORNEY -IN -FACT
PAGE 5
LABOR AND MATERIAL BOND BOND NO. 070379
oMe�pR iIIIt �
tyro ❑R:IuJcJ irf ,ib� wL1�
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED APRIL 11, 1966
HAS AWARDED TO CABILDO CORPORATION
HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR THE CONSTRUCTION OF
1V" TRANSMISSION MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFICA-
TIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT
AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR.ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR
OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR
DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT
HEREINAFTER SET FORTH:
NOW, THEREFORE, WE CABILDO CORPORATION
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE, CONTRACTOR AND ARGONAUT INSURANCE COMPANY
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY. OF NEWPORT BEACH, IN THE SUM OF
THIRTY TWO THOUSAND THREE HUNDRED AND N0 /100 - - - -- DOLLARS ($32,300.00 --- --- - -- ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE
MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR
ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCONTRAC-
TORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES, OR
TEAMS, USED IN, UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE
DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER
THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY
OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECIFIED IN
THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEY'S
FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4201E OF THE
GOVERNMENT CODE OF 'THE STATE OF CALIFORNIA.
m
0
0
;LABOR AND MATERIAL BOND — CONTINUED)
F
PAGE 6
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES AND
CORPORATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL
PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT
BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE
GOVERNMENT CODE OF THE STATE OF CALIFORNIA-
AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO
CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS 1'0 THE TERMS OF THE CONTRACT
OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE
SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND) AND IT DOES HEREBY
WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE
TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS-
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE 18th DAY OF , April , 196_A_.
APP D As To FORM.
CITY 4rTORNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION
ON
DATE
ATTESTa
CITY CLERK
CABILDO CORPORATION (SEAL)
(SEAL)
(SEAL
CONTRACTOR
ARGONAUT INSURANCE COPTANY (SEAL.
BY'�---
Jav B. Miller, Attorney- in- JFB4SEAL)
SURE. TY
STATE OF California
sa.
COUNTY OF LOS Angeles
On this 18th day of April
-� before me, a Notary Public, within and for said County and State, personally appeared
(9 66
to me personally known, who being duly sworn, upon oath, did say that he is the Agent and Attorney -in -fact of and
for the ARGONAUT INSURANCE COMPANY, a corporation created, organized and existing under and by .virtue of
the laws of the State of California that the Corporate seal affixed to the foregoing within instrument is the seal of
said Company; that the seal was affixed, and the said instrument was executed by authority of its Board of Directors;
is
A
ri131969
and the said Jay
B. Miller _ -•'
?�
a free
a4�FII�4, C(, Fd. Rf��Y�A0.S�hF .�F�KRFNIF�IhR „SAid.,igstrument
OFFICIAL SEAL 3!
;
MARTHA J. CHASE 3
rz <rt -; NOTg1BLIC CALIFORNIA =
MBrtYfB J.
PRINCIPAL OFFICE IN
'
_
LOS ANGELES COUNTY
..,.....,........„.....,.,... .. ........�...�......
Commis
/ s'°
is
A
ri131969
r
PAGE 7
Bond No. 070379
PERFORMANCE BOND Premium: $485.00
KNOW ALL MEN BY THESE PRESENTS THAT,
WHEREAS, THE CITY COUNCIL OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION
ADOPTED APRIL 11, 1966
HAS AWARDED TO CABILDO CORPORATION
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR THE CONSTRUCTION OF
18" TRANSMISSION MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND
SPECIFICATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF
THE CITY CLERK OF THE CITY OF NEWPORT BEACH.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT
AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE
OF SAID CONTRACT,
NOW, THEREFORE, WE, CABILDO CORPORATION
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR" AND
ARGONAUT INSURANCE COMPANY
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE
DRED AND N0j100
SUM OFTHIRTY -TWO THOUSAND THREE HUN / DOLLARS 11 'i9 ann_nn
SAID SUM BEING EQUAL TO 50° OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID
TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH
PAYMENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND
ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY B.Y THESE
PRESENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL,
HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL
THINGS STAND TO AN)ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE 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 CITY OF NEWPORT BEACH, ITS
OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL
:AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
I
• PAGE 8
(PERFORMANCE BOND - CONTINUED)
AND 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 ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE
NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF
THE CONTRACT OR TO THE WORK OR TO THE SPECIFICATIONS=
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY-EXECUTED BY THE PRINCIPAL
AND SURETY ABOVE NAMED, ON THE 18th DAY OF April , 1961-.
CABILDO CORPORATI.O_N _ (SEAL)
\ Byz (SEAL,
(SEAL)
CONTRACTOR
APPROVED S TO FORMS
ITY AT RNEY
ARGONAUT INSUIONN�C,E COMPANY .(SEAL)
E
S ET
Miller, Attorney -in -Fact
STATE OF California
ss.
COUNTY OF LOS Angeles
t
On this _ 18th day of
before me, a Notary Public, within and for said County and State, personally appeared
I
19 66
to me personally known, who being duly sworn, upon oath, did say that he is the Agent and Attorney. i n -fact of and
for the ARGONAUT INSURANCE COMPANY, a corporation created, organized and existing under and by virtue of
the laws of the State of California that the Corporate seal affixed to the foregoing within instrument is the seal of
said Company; that the seal was affixed, and the said instrument was executed by authority of its Board of Directors;
and the said .ny ++• rutiei
did acknowledge that ha exgF14IRd��thR.Sa,id.iwFtrument a he frt
�
................... OFFICIAL SEAL 3i
MARTHA J. CHASE ;` -:
°�J ,rte• NOX d[jUBLIC CALIFORNIA
Marth'J.
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
c ..... ki4O. 4062444.... M Y &mmission
April 3y19693y1969
• • PAGE 9
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 AGGREMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF
NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEME HAS PAID OR IS
TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS 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 BIDDERS, WHICH TENDS TO
OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT
FOR BY THE ATTACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR
MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS RULES OR REGULATIONS OF WHICH
PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR
OR MATERIALMAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY OR WHICH PRE-
VENT ANY SUBCONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT
USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH'SID DEPOSITORY THAT NO
INDUCEMENT OR 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 WHOMSOEVER
TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT) NOR HAS
THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVERI WITH ANY PERSON
WOMSOEVER TO PAY, DELIVER TOE 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 6TH DAY OF APRIL
MY COMMISSION EXPIRES:
FEB. 71 1967
/S/ F. P. SMITH
PRESIDENT
1966 .
/S/ BOBBY IG. WELLS
NOTARY PUBLIC
.BOBBY G. WELLS
f
•
• PAGE 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED
IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH
WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBlL4TY� EXPERIENCES SKILL AND
BUSINESS STANDING.)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED. SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO
THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED.
COMPLETED
CITY OF NEWPORT BEACH $97,000.00 WATER.MAINS & SERVICES V65
CITY OF BUENA PARK 4 3,000.00 61' TO 16" WATER MAIN Io.1F5
CITY OF SANTA FE SPRINGS 107,000.00 JIS" WATER MAIN 7/6�
/s/ F. P. SMITH
IGNED PRESIDENT
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS
0
PAGE II
21St DAY OF aril , 1966,
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND CABILDO CORPORATION
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART.
WITNESSETH, THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
I. FOR AN IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
18" TRANSMISSION MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFORJ.,TO FURNISH AT HIS OWN PROPER
COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY THEREFOR, (EXCEPT
SUCH MATERIALS)- IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FURNISHED
BY THE CITY', AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS
AND SPECIFICATIONS.
Z FOR FURNISHING ALL SAID MATERIALS AND LABOR, .TOOLS AND EQUIPMENT, AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS,AND DAMAGE
ARIS.I.NG OUT OF THE NATURE OF THE WORK ;'AFORESAID, OR FROM THE 'ACTION OF THE ELEMENTS,
OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU-
TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL. RISKS OF EVERY DE-
SCRIPTIbN CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSEQUENCE
OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFICATIONS
ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COM-
PLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID
PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL
COMPENSATION THEREFOR T'HE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS,
THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED
IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE.
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY,AND
DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE. MANNER AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS,* AND THE SAID PARTIES FOR THEMSELVES,
THEIR HEIRS) EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO
-THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL,
AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE
PARTIES HERETO, OR,WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF
THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS
AGREEMENT-
PAGE 12
5. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS
THE CITY,, THE DIRECTOR OF PUBLIC. WORKS,. AND THEIR OFFICERS AND EMPLOYEES, FROM ALL
CLAIMS, LOSS, DAMAGE, INJURY AND L1ABI.LITY OF EVERY KIND, NATURE AND DESCRIPTION,
DIRECTLY OR INDIRECTLY ARISING FROM THE . PERFORMANCE OF THE CONTRACT OR WORK, REGARD-
LESS OF RESPONSIBILITY FOR NEGLIGENCE AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE,
INJURY AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR IN-
DIRECTLY FROM'THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RE-
SPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED
THE DAY AND YEAR FIRST ABOVE WRITTEN.
ATTEST:
CITY CLERK
APPROVED AS TO FORM:
CITY A ORNEY
CITY OF NEWPORT BEACH, CALIFORNIA
Cabildo Corporation
30506 Shoemaker
P. 0, Box 2848
Santa Fe Springs. fang_
-
CONTRACTOR -.
(SEAL)
BY.. —. F.; p, ;w ---
PREiHYENr
TITLE
BY F- M. HALL
ASST. SECRETARY
TITLE
1'
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
f.
g
N'
SPECIAL CONDITIONS
I
FOR
CONTRACT NO, C -1019
18 -INCH TRANSMISSION MAIN IN
JAMBOREE ROAD
JAMES M. MONTGOMERY, CONSULTING ENGINEERS, INC.
535 East Walnut Street
Pasadena, California
i
3 "
s
I
t
i
i
v�
TABLE OF CONTENTS
SECTION 101 - GENERAL
101.01
The requirement
101.02
Completion of work
101.03
Liquidated damages
101.04
Construction facilities and services
101.05
Contract drawings
101. 06
Shop drawings
101.07
Cooperation between Contractors
SECTION 102
- RIGHTS -OF -WAY AND INTERFERENCES
102.01
Pipeline rights -of -way
102.02
Access rights -of -way
102.03
Utilities rights -of -way
102.04
Traffic control
102.05
Construction interferences
SECTION 103
- EARTHWORK
103.01
General
103.02
Excavation
103.03
Sand bedding
103.04
Backfill
103.05
Cutting and restoring street surfacing
SECTION 104
- CONCRETE
104.01
General
104.02
Concrete mix
104.03
Cement
104.04
Aggregates
104.05
Water
104.06
Forms
104.07
Tamping and vibrating
104.08
Finish of concrete surfaces
104.09
Curing
104.10
Ready -mixed concrete
104.11
Precast concrete manhole rings
i
Page
C -1
C -1
C -1
C -1
C -1
C -2
C -3
C -4
C -4
C-4
C -5
C -6
C -8
C -8
C -9
C -9
C -10
C -11
C -11
C -11
C -11
C -14
C -14
C -14
C -14
C -14'
C -15
C -15
r
TABLE OF CONTENTS (Continued)
Page
SECTION 105
- REINFORCEMENT STEEL
105.01
General
C -16
105.02
Materials
C -16
105.03
Installation
C -16
SECTION 106
- MISCELLANEOUS METALWORK
106.01
General
C -18
106. 02
Bolts
C -18
106.03
Galvanizing
C -18
SECTION 107
- PIPING MATERIALS
107.01
General
C -19
107.02
Shop drawings
C -19
107.03
Steel cylinder concrete pipe
C -19
107.04
Mortar lined and coated steel pipe
C -Z7
107.05
Small steel pipe
C -29
107.06
Red brass pipe and fittings
C -29
107.07
Copper tubing
C -Z9
107.08
Victaulic couplings
C -Z9
107.09.
Sleeve type couplings
C -29
107.10
Gaskets
C -30
107.11
Flanged joint insulation
C -30
SECTION 108
- VALVES
108.01
General
C -31
108. 02
Butterfly valves
C -Z1
108.03
Gate valves
C -3Z
108.04
Air - vacuum and air - release valves
C -32
108.05
Epoxy coatings
C -33
SECTION 109
-INSTALLATION OF PIPING
109.01
General
C -35
109, oz
Laying and jointing steel cylinder concrete pipe and
mortar -lined -and- coated steel pipe
C -35:
109.03
Field application of protective coatings
C -36
ii
A
SECTION 110
110, 01
110.02
• 110.03
SECTION Ill
111.01
111.02
111,03
• •
TABLE OF CONTENTS (Continued)
TESTING AND DISINFECTING
Testing
Disinfecting
Connections to existing system
PAVING
General
Temporary resurfacing
Permanent resurfacing
Page
C -38
C -38
C -39
C-40
C -40
C-40
r
i
{
i
SECTION 110
110, 01
110.02
• 110.03
SECTION Ill
111.01
111.02
111,03
• •
TABLE OF CONTENTS (Continued)
TESTING AND DISINFECTING
Testing
Disinfecting
Connections to existing system
PAVING
General
Temporary resurfacing
Permanent resurfacing
Page
C -38
C -38
C -39
C-40
C -40
C-40
' SECTION.101 O1
SPECIAL CONDITIONS.. —___
GENERAL
101.01 THE REQUIREMENT
It is required that there be furnished, in accordance with these specifica-
tions and accompanying drawings, all plant, labor, materials and equipment... ' ..
necessary for the construction of approximately 3090 lin it of 18 -inch pipe
line, valve structure, and other miscellaneous Work.
.101.02 COMPLETION OF WORK
All work shall be completed within 140 calendar days after date of execution
of the contract by the City. Buried portions of the transmission main shall. re.
ceive first priority as regards installation, even though 'valves and appurtenances:';
may not be available until after the pipe materials become available.
101. 03 LIQUIDATED DAMAGES '
�.
The Contractor shall, as provided in the Standard Specifications, pay to the+
City, fixed, agreed, and liquidated damages for each calendar day the works
is delayed beyond the specified completion time.
101. 04 CONSTRUCTION FACILITIES AND SERVICES
(a) The City will furnish to the Contractor without charge all necessary
water required for the chlorination and testing of the facilities to be con-
structed. The Contractor shall provide at his own expense, all water
necessary for construction purposes other than chlorination and testing.
(b) The Contractor shall provide at his own expense, all necessary power :', :. .. ....
required for his operations under the contract.
I i --
101. 05 CONTRACT DRAWINGS
The location of the work, its general nature and extent, and the form and . fir'
detail of the various features are shown on the following drawings numbered'
' W- 5038 -S accompanying and made a part of these specifications:
3
C -1. ..
5
GENERAL
LIST OF DRAWINGS
TITLE
SECTION 101.06` .'' '1`"
Vicinity Maps, List of Drawings and Key Map'-
Plan and Profile
Sta -0 +09 to Sta 21+00
Plan and Profile
Sta 21 +00 to Sta 30 +78. 90 and Miscellaneous Details
Miscellaneous Details
Miscellaneous Details
101, 06 SHOP DRAWINGS
(a) Wherever called for in these specifications or on the drawings, or where
required by the Engineer, the Contractor shall furnish to the Engineer for
review two prints of each shop drawing. The term "shop drawing" as used
herein shall be understood to include lists, graphs, operating instructions,
etc. Unless otherwise required in the Special Conditions, said drawings shall
be submitted within 30 calendar days after execution of contract. Within 10
days of receipt of said prints, the Engineer will return one print of each
drawing to the Contractor with his comments noted thereon.
(b) If the drawing is returned to the Contractor marked t1NO EXCEPTIONS
TAKEN ", revision of said drawing will not be required and the Contractor
shall immediately submit five additional; corrected copies to the.E.ngineer.
(c) If the drawing is returned to the Contractor marked "MAKE CORRECTIONS.'
NOTED ", formal revision of said drawing will not be required and the Conte'`
tractor shall immediately submit five additional copies. to the Engineer,
(d) If the drawing is returned to the Contractor marked "AMEND AND
RESUBMIT ", the Contractor shall .revise said drawing and shall resubmit
six copies of said revised drawing to the Engineer.
(e) If the drawing is returned to the Contractor marked f'REJECTED-
RESUBMIT ", the Contractor shall revise said drawing and shall resubmit
two copies of said revised drawing to the Engineer, as in the case of an
original submittal,
C.2
r y
•
GENERAL
SECTION 101, 07
(f) Fabrication of an item shall not be commenced before the Engineer has
reviewed the pertinent shop drawings and returned copies to the Contractor
without rejection. Revisions indicated on shop drawings shall be considered
as changes necessary to meet the requirements of the contract plans and
specifications and shall not be taken as the basis of claims for extra work.
The Contractor shall have no claim for damages or extension of time due to
any delay resulting from making required revisions to shop drawings. The f ,
review of said drawings by the Engineer shall apply to general design only
and shall in no way relieve the Contractor of responsibility for errors or
omissions contained therein nor shall such review operate to waive or modify=
any provision or requirement contained in these contract specifications or
on the contract drawings.
101. 07 COOPERATION BETWEEN CONTRACTORS
It is anticipated that work involving the re- alignment of Jamboree Road
and widening of Palisades Road will be in progress at the time of the
pipeline work to be performed under this contract. The Contractor
shall cooperate with the road contractor and his subcontractors, and
he shall conduct his excavation program in such a manner that the ,
open trenches will not interfere with the construction of the road or a`
the new bridge.
C.3
J
.. _ .. _ _ ...._ .__. • u._Y. a. Li�v�.$ �z* k: R3. ��C�eA' �?e�sffi 'a�BT.`1+°%GY- 'tEu�'e�ii��c''
SECTION-.10-21.01—
RIGHTS -OF -WAY AND INTERFERENCES
102.01 PIPELINE RIGHTS -OF -WAY
The rights -of -way for the pipeline lie within City streets and City -owned
rights -of -way.
102. 02 ACCESS RIGHTS -OF -WAY
Access roads or working space along the site of the work which may be re-
quired by the Contractor shall be arranged and paid for entirely by the Con-
tractor.
102.03 UTILITIES RIGHTS -OF -WAY
(a) The Contractor shall not do any. work that would affect any oil, gas,
sewer, or water pipeline, any telephone, telegraph, or electric transmission
line, fences, or any other structure, nor enter upon the rights -of -way or
other lands appurtenant thereto until notified by the Engineer that the City
has secured authority therefor from the proper companies or parties.
(b) After authority has been obtained, the Contractor shall give said com-
panies or parties due notice of his intention to begin work, and shall give
them convenient access and every facility for removing, shoring, supporting,
or otherwise protecting such pipelines, transmission lines, -ditches, fences
or structures and for replacing same.
(c) The Contractor shall not be entitled to any extensions of time or any"
extra compensation on account of any postponement, interferences, or delay
caused by any such pipelines, transmission lines, fences or structures
being on the line of the work except as provided in Section 8 =05; "8 -06 and
8 -07 of the City of Newport Beach Public Works' Departhient Staadard Speci-
fications.
C =4
.., '. ��. •„� e.. .� ..��'�:;E"a . Yd. �' ttyuv..,._..,. A..:... .,.,..'::FZ.YLI�.uF`�w�i'cm'"�u
•
F_
]
L
SECTION 102.04
RIGHTS -OF -WAY AND INTERFERENCES .
102.04 TRAFFIC CONTROL
(a) The Contractor shall conduct his operations so as not to close or obstruct 'i }
any portion of any highway, road or street, or prevent in any way free
access to fire hydrants until he has secured permits to do so from the proper
authorities, j
(b) The Contractor shall conduct his operations so as to avoid unnecessary
interference with the flow of traffic along highways and streets, a
(c) If any highway or street, required to be kept open, shall be rendered
unsafe by the Contractor's operations he .shall make such repairs or provide
such temporary guards as shall be acceptable both to the authorities having
jurisdiction and to the Engineer.,
(d) Any highway or street maintenance or repair work required by local
authorities in connection with necessary operations under this contract
shall be performed by the Contractor at his own cost and expense.
(e) Where the trench crosses primary streets or highways, one lane in each
direction shall be kept open to traffic at all times. Toe boards, at least
12 inches high, to retain the excavated material, shall be provided continu-
ously along the side of stockpiled excavated material next to the traffic lane'
to be kept open. In excavating across an intersection, a bridge across the',
first traffic lane shall be installed before the second traffic lane is cut
by the trench. Sufficient bridging shall be installed as soon as the trench
has been excavated and shall be maintained at all intersections to provide
for two lanes of traffic across the trench.
(f) In order that all unnecessary delay to the traveling public may be
avoided, the Contractor shall provide and station competent flagmen, whose .:
sole duties shall consist of directing the movement of public traffic either.
through or around the work. The cost of providing. such flagmen:.shall be
borne entirely by the Contractor. "
C -5
. t j
•
F_
]
L
SECTION 102.04
RIGHTS -OF -WAY AND INTERFERENCES .
102.04 TRAFFIC CONTROL
(a) The Contractor shall conduct his operations so as not to close or obstruct 'i }
any portion of any highway, road or street, or prevent in any way free
access to fire hydrants until he has secured permits to do so from the proper
authorities, j
(b) The Contractor shall conduct his operations so as to avoid unnecessary
interference with the flow of traffic along highways and streets, a
(c) If any highway or street, required to be kept open, shall be rendered
unsafe by the Contractor's operations he .shall make such repairs or provide
such temporary guards as shall be acceptable both to the authorities having
jurisdiction and to the Engineer.,
(d) Any highway or street maintenance or repair work required by local
authorities in connection with necessary operations under this contract
shall be performed by the Contractor at his own cost and expense.
(e) Where the trench crosses primary streets or highways, one lane in each
direction shall be kept open to traffic at all times. Toe boards, at least
12 inches high, to retain the excavated material, shall be provided continu-
ously along the side of stockpiled excavated material next to the traffic lane'
to be kept open. In excavating across an intersection, a bridge across the',
first traffic lane shall be installed before the second traffic lane is cut
by the trench. Sufficient bridging shall be installed as soon as the trench
has been excavated and shall be maintained at all intersections to provide
for two lanes of traffic across the trench.
(f) In order that all unnecessary delay to the traveling public may be
avoided, the Contractor shall provide and station competent flagmen, whose .:
sole duties shall consist of directing the movement of public traffic either.
through or around the work. The cost of providing. such flagmen:.shall be
borne entirely by the Contractor. "
C -5
IV ..
;.I
N;
R i)
SECTION 102, 05
RIGHTS -OF -WAY AND INTERFERENCES
102.05 CONSTRUCTION INTERFERENCES
(a) Insofar as practicable during the progress of the work, the Contractor
shall not disturb, but shall support and protect against injury, and maintain
in good operating condition at his own expense, all subsurface, surface and
overhead utilities, fences, structures and other facilities as are encountered
in the prosecution of the work.
(b) In the event that subsurface, surface or overhead utilities, fences,
structures or other facilities are required to be disturbed or removed to
permit the construction of the pipeline as provided hereunder, such dis-
turbance or removal shall be done with the approval of the Engineer upon
consent of the owner or owners involved, obtained by the City as provided under
Section 102.03. The Contractor shall coordinate his operations with those .
of the owner or owners concerned with the disturbance or removal of faci-
lities so as to minimize the inconvenience imposed on all affected parties.
(c) In the event the Contractor disturbs, disconnects, or damages any sub-
surface, surface or overhead utility, fence, structure or other facility
prior to the making of necessary arrangements by the City with the owner
thereof, he shall immediately give to the Owner notice of said disturbance,
disconnection or damage, and the Contractor shall assume all responsibility
in connection therewith.
(d) All facilities removed shall be reconstructed as promptly as is rea-
sonably possible in their original or other authorized locations and in a
condition at least as good as when removed and subject to the inspection of
the owner, or of the governing body having jurisdiction.
(e) During the performance of the work under'these specifications, the owners -
or agencies in control of any of the facilities affected by the work shall
have the right to enter when necessary upon the pipeline rights -of -way, or
upon any portion of the work thereof, for the purpose of maintaining service
and of making changes in or repairs to said facilities.
(f) The Contractor shall be responsible for and shall make good all damage
to utilities, structures or other facilities due to his operations, and the
provisions of this section shall not be abated even in the event such damage -
occurs after backfilling or is not discovered until after completion of back -
filling.
r y
SECTION .102.05
RIGHTS -OF -WAY AND INTERFERENCES
(g) The drawings show the approximate positions of known subsurface, surface
and overhead utilities, fences, structures, and other facilities as they are
supposed to exist in the immediate vicinity of the work, but the City does
not guarantee that all existing pipelines are shown on the contract drawing's,
The Contractor, before commencing any excavation, shall ascertain from
records or otherwise, the existence,' position and ownership of existing
facilities and, except as expressly provided in Subsection (h) herein, no
error or omission on said drawings shall be construed to relieve the Con-
tractor from his responsibility in protecting any such facility.
(h) In case it is found that the space required for any of the permanent work
under the contract is occupied by a pipeline or utility .conduit, or in case a
pipeline or conduit .extends more or less parallel to and for a distance of
more than 100 feet encroaches continuously upon a trench prism, as defined
by the lines of the trench, therefore shown on the drawings, then in either
such event the City will make all necessary arrangements with the owner of
said pipeline or other utility conduit for its relocation and reconnection, at
the City's cost and expense, including the reconnection of services and the
resurfacing of the trenches required for said relocation.
G) The City reserves the right to arrange for permission to disturb, remove
and relocate all utilities, fences, structures and other facilities encountered .
in the work, but, except, as provided under Subsection (h) herein, the Con -
tractor shall bear all cost and expense involved in disturbing, removing,
relocating, maintaining and restoring all facilities encountered as obstruc:'
tions to the prosecution of the work.
(j) The City also reserves the right during the progress of the work and
upon determination of the actual position of the existing utilities, struc-
tures and other facilities, to make changes in the grade or alignment or
both, of the City's pipelines wherever, by so doing, the necessity for re-
location, as provided herein, of such utility, structure or other facility
will be avoided. Such changes will be ordered in writing by the Engineer.
Where applicable, adjustment in the contract price will be on the basis of
the unit prices stated in the proposal No change in contract price
will be made for changes in grade where the change in trench depth is less
than six inches. Where the unit prices in the bidding sheets are not.appli-
cable, the change will be paid for as extra work in accordance with Section
23.
C -7
s
r
I
EARTHWORK
103. 01 GENERAL
SECTION 103.0
The Contractor shall perform all earthwork for the complete installation of
the transmission main and all appurtenances, including excavation and back -
filling, to the required alignment and grade.
103.02 EXCAVATION
(a) GENERAL. Excavation shall include without classification, the removal
of all materials of whatever nature encountered, including all obstructions
of any nature that would interfere with the proper execution and completion
of the work. The removal of said materials shall conform to the lines and
grades shown. The Contractor shall furnish, place and maintain all supports
and shoring that may be required for the sides of the excavations, and all
pumping, ditching or other approved measures for the removal or exclusion
of water, including taking care of storm water and waste water reaching the
site of the work from any source so as to prevent damage to the work or
adjoining property. Excavations shall be supported, in a safe manne r approved
by the Engineer. The maximum allowable length of open trench permitted
in any one location shall be 500 feet.
(b) PIPELINE EXCAVATION. Excavation for pipelines shall be in open -cut
trenches wherever possible. Trenches shall have a minimum width equal
to the outside diameter of the pipe plus 12 inches, and a maximum width
equal to the outside diameter of the pipe plus 20 inches from the bottom of
the trench to as far up as the top of the pipe. The bottom of the trench shall
be excavated uniformly to the grade indicated on the drawings, or ordered
by the Engineer. The trench bottom shall be given a final trim using a string
line for establishing grade, such that each pipe section when first laid will
be continually in contact with the ground along the extreme bottom of the
pipe. Rounding out the trench to form a cradle for the pipe will not be re-
quired.
(c) OVER - EXCAVATION ORDERED BY THE ENGINEER
(1) Where, in the Engineer's opinion, the bottom of the' trench is inun-
satisfactory bedding material, the Engineer may order the Contractor
to over - excavate the trench and refill with sand bedding as specified
in Section 103. 03. Where crushed rock bedding is ordered, the trench.'
shall be over - excavated to the depth ordered by the Engineer. Where
sand bedding is ordered, the trench shall be over- excavated . to a depth
of six inches below the grade of the bottom of the pipe.
C -8
1
I
s
a
i
1
i
' "�.. .. ... .lam. �'.. ..F Sra .: �..._�. ♦ vn.�'i ... ..... ..
r
�
EARTHWORK
103. 01 GENERAL
SECTION 103.0
The Contractor shall perform all earthwork for the complete installation of
the transmission main and all appurtenances, including excavation and back -
filling, to the required alignment and grade.
103.02 EXCAVATION
(a) GENERAL. Excavation shall include without classification, the removal
of all materials of whatever nature encountered, including all obstructions
of any nature that would interfere with the proper execution and completion
of the work. The removal of said materials shall conform to the lines and
grades shown. The Contractor shall furnish, place and maintain all supports
and shoring that may be required for the sides of the excavations, and all
pumping, ditching or other approved measures for the removal or exclusion
of water, including taking care of storm water and waste water reaching the
site of the work from any source so as to prevent damage to the work or
adjoining property. Excavations shall be supported, in a safe manne r approved
by the Engineer. The maximum allowable length of open trench permitted
in any one location shall be 500 feet.
(b) PIPELINE EXCAVATION. Excavation for pipelines shall be in open -cut
trenches wherever possible. Trenches shall have a minimum width equal
to the outside diameter of the pipe plus 12 inches, and a maximum width
equal to the outside diameter of the pipe plus 20 inches from the bottom of
the trench to as far up as the top of the pipe. The bottom of the trench shall
be excavated uniformly to the grade indicated on the drawings, or ordered
by the Engineer. The trench bottom shall be given a final trim using a string
line for establishing grade, such that each pipe section when first laid will
be continually in contact with the ground along the extreme bottom of the
pipe. Rounding out the trench to form a cradle for the pipe will not be re-
quired.
(c) OVER - EXCAVATION ORDERED BY THE ENGINEER
(1) Where, in the Engineer's opinion, the bottom of the' trench is inun-
satisfactory bedding material, the Engineer may order the Contractor
to over - excavate the trench and refill with sand bedding as specified
in Section 103. 03. Where crushed rock bedding is ordered, the trench.'
shall be over - excavated to the depth ordered by the Engineer. Where
sand bedding is ordered, the trench shall be over- excavated . to a depth
of six inches below the grade of the bottom of the pipe.
C -8
1
I
s
a
i
1
i
' "�.. .. ... .lam. �'.. ..F Sra .: �..._�. ♦ vn.�'i ... ..... ..
I �
3 SECTION 103.03
EARTHWORK
(2) Any over - excavation which may become necessary due to changes in
grade of the pipelines to be constructed under the. contract, in order to
avoid existing subsurface structures and utilities, as ordered by the
Engineer, shall be performed by the Contractor at his own expense when
such over- excavation is less than six inches below the grade of the bottom;
of the pipe.
(d) OVER - EXCAVATION NOT ORDERED BY THE ENGINEER. Any
excavation carried below the subgrade, or below the grade shown or ordered,
shall be refilled to the required grade with imported sand material and
compacted by mechanical means to 95 percent of maximum density. Such
work shall be performed by the Contractor at his own expense in accordance
with Section 103.03.
(e) DISPOSAL OF EXCESS EXCAVATED MATERIAL. The Contractor shall
i remove and dispose of all excess excavated material at his own expense.
103.03 SAND BEDDING 1
I Sand bedding shall be composed of imported material with a minimum
sand equivalent of 30, and shall be placed to a depth of six inches
below the grade of the bottom of the pipe. Sand bedding shall be
compacted to 95 percent of maximum density by using a small amount
of excess water and a vibrator. After the sand has settled and after
the excess water in the sand has disappeared, but not less than four
i hours after placing the sand bedding, the remainder of the trench shall
! be backfilled as specified in Section 103. 04. SEE NOTE 'ON PLANS.
103.04 BACKFILL
(a) GENERAL. Backfill shall not be dropped directly upon any structure.
Materials used for backfill shall be selected material, free from grass,
roots, brush, or other vegetation; and all material coming into contact with
pipe or structures, or nearer than six inches to their surfaces, shall be
free of rocks or boulders larger than six inches in dimension or unbroken
masses of earthy materials which might lodge and leave unfilled pockets.
Backfill shall not be placed around or -upon any structure until the concrete
has attained sufficient strength to withstand the loads imposed.
(b) . BACKFILL-.IN PIPELINE TRENCHES. All backfilling. in the pipeline
trench shall conform to the requirements of Section 16 -07 of the Standard
Specifications of the City of Newport Beach.
C -9
r
I k'
SECTION 103. 05
EARTHWORK
(c) COMPACTION TESTS. Where backfill is required to be compacted to
a specified density, tests for compliance may be made by a representative
of the City, at the expense of the City, using the test procedure prescribed
�\ in the "Methods of Test for Moisture- Density Relations of Soils, Using a
J
10-lb, Rammer and an 18 -inch Drop' (ASTM Designation D1557), modified
to use three layers. Field density tests will be performed in accordance
with the test procedure specified in "Method of Test for Density. of Soil in
Place by the Sand -Cone Method" (ASTM Designation D1556).
103.05 CUTTING AND RESTORING STREET SURFACING
In cutting or breaking up street surfacing, the Contractor shall not use equip!
meet which will damage the adjacent pavement. Existing paved surfaces S
shall be cut back beyond the edges of the trenches to form neat square cuts
before paving is commenced. Repaving shall meet the requirements of
`' Section 111.
C -10
,i
j CONCRETE
SECTION 104, 01
i
104;01 GENERAL
j
j The Contractor shall furnish all material for concrete and shall form, mix,
k place, cure, repair, finish, and do all other work required to produce fin-
ished concrete structures,
104.02 CONCRETE MIX
The concrete mix used for all concrete required hereunder shall be composed
of one part of portland cement to two parts of sand and three parts of rock,
all by weight (or by equivalent volumetric measure), and shall have a minimum
compressive strength at the age of 28 days of 3, 000 psi. In no case shall any
concrete be used in the work which does not have at least 5 -3/4 sacks of ce-
{ ment per cubic yard of concrete. The quantity of water used shall be just
jsufficient, with a normal mixing period, to produce a concrete which, in the
i judgment of the Engineer, can be worked properly into place without segre-
gation.
104.03 CEMENT
All cement used on. the work shall be standard brand portland cement con-
forming to the "Specifications for Portland Cement, (ASTM Designation C150),
Type II or Type V, except that cement used in mortar coating of pipe shall
be Type V only.
i�
104.04 AGGREGATES
(a) All aggregates shall be obtained from pits approved by the Engineer.
(b) FINE AGGREGATE.
n� l
(1) Fine aggregate shall be composed of clean, bard, strong, durable,
uncoated grains, free from shale, lumps and soft or flaky particles and
from injurious amount of dust, alkali, organic matter; loam, mica, or
other deleterious substances. The:grading"as determined in accordance
.with the "Method of Test for Sieve Analysis of Fine. and Coarse Aggre-
gates" (ASTM Designation C136), shall coriform'approximately to the .. .
:e
following:
ii
C -11..
1
SECTION 104, 04
f
CONCRETE
`.
Sieve Size Percentage Passing Sieves
3/81, 100
No. 4 90 - 100
No. 8 65 - .90
No. 16 45 - 70
0
No. 30 25 - 45
No. 50 10 - 20
No. 100 2 - 8
No 200 0 - 4
(2) Fine aggregate shall in all cases be washed. The control of washing
of fine aggregate shall be such that the finer particles of sand are re-
tained or removed as required. Washed or saturated sand shall be al-
lowed to drain at least 24 hours to a uniform moisture content before
' -
4
batching. Dry sand shall be moistened before handling when necessary
to prevent segregation. The fine aggregate shall be well - graded so as to
insure a dense concrete.
i
(3) When tested in accordance with the "Method of Test for Organic Im-
purities in Sands for Concrete's (ASTM Designation C40), it shall show a
color not darker than the standard color and shall contain not more than
"
a total of five percent by volume of clay, silt, mica, or other objection-
able inorganic materials as determined by settlement after shaking well
with two and one -half times its volume of water in a graduated cylinder.
At least 400 cc of sand by volume shall be used in this test.
(c) COARSE AGGREGATE.
'3..
(1) Coarse aggregate shall consist of gravel obtained from pits approved
by the Engineer, and shall be composed of strong, hard, clean, durable,
!'
uncoated pebbles or rock fragments, free from alkali, organic or other
deleterious matter and shall contain not more than 25 percent of crushed
material. Not more than five percent by weight' of soft or friable par-
ticles and not more than three percent of thin, elongated, or laminated
..pieces will be allowed. Coarse aggregate shall be washed, and if
necessary shall be again uniformly moistened just before batchiag. Coarse
aggregate shall be furnished in the primary sizes specified below, and
shall be stored in separate batchiag bins and batched as required to
conform to the combined grading requirement. The grading or propor-
tioning of the fine and coarse aggregates in the mix shall be varied as
directed by the Engineer, and will be based on securing a well- graded
i'1
C -12 .
J
j
a
•
CONCRETE
SECTION 1640 04
aggregate and producing concrete having the required workability,
density, and strength, without the use of excess sand, water, or cement,
The grading of the primary sizes of the coarse aggregates shall be
within the limits, in percentages, by weights, as follows:
Primary Aggregate Size No. 2
(1-1/2 inch maximum size)
Passing a 2 -inch square sieve . .
Passing a 1 -1/2 -inch square sieve. . . . . ., ..., .
Passing a 1- inch square sieve. . . . . . . . .
Passing a 3/4- inch square sieve. * 0 , , , , .. . .
Passing a 3/8- `inch square sieve. . . . . . . . .
Primary Aggregate. Size No. 3
(1 -inch maximum size)
Passing ,a 1 -1/2 -inch square sieve ........
Passing a 1- - 'inch square sieve
Passing a 3/4- inch square sieve . . . . .
Passing a 3/8- inch square sieve . . . . . . . . .
Passing a No. 4 square sieve . . . ,
Primary Aggregate Size No. 4
(3 /8- i.h..maxiinum'size,.,pea gravel).;
Percent
100
90 to 100
20 to 55 .
0 to 15
0 to 5
Percent
100
90 to 100
60 to 80
0 to 15
0 to 5
Percent
Passing a 1/2 -inch square sieve. . . . 100.
Passing a 3/8 -inch square sieve. ,, 90 to 100
Passing a No, 4 square sieve. . . . . . . . . . . 0 to . 15
...Passing a No. 8 square sieve . ... . . . . . . . . 0 to 5
(2) In the event coarse aggregate is stored in stockpiles in advance of
concreting operations, such stockpiles shall be built up by approved
methods so that coning or segregation of the materials .cannot occur.
C -13
jI
SECTION 104. 05
CONCRETE
! 104.05 WATER
Water shall be clean and free from objectionable quantities of organic
matter, alkali, salts and other impurities.
104.06 FORMS
Forms to confine the concrete and shape it to the required 'lines shall be
used wherever necessary. Forms shall be smooth, tongue and groove boards,
shiplap, or plywood, of not less than 5/8 -inch thickness. Exposed verti-
cal corners of all concrete structures, pads, supports, etc., shall be given
a 3/4 -inch chamfer. Forms shall not be removed until permission to do so
has been given by the Engineer.
104.07 TAMPING AND VIBRATING
As concrete is placed in forms or in excavations, it shall be thoroughly
settled and compacted throughout the entire depth of the layer which is
being consolidated, into a dense, homogeneous mass. Except in special
cases where their use is deemed impracticable by the Engineer, the Con-
tractor shall use high -speed internal vibrators of an approved immersion
type.
104.08 FINISH OF CONCRETE SURFACES
(a) All finished or formed surfaces shall conform accurately to the shape,
alignment, grades and sections as shown on the plans or as prescribed by
the Engineer. Surfaces shall be free from fins, bulges, ridges, offsets,
honeycombing, or roughness of any kind, and shall present a finished, smooth,
continuous, hard surface.
(b) Exposed unformed surfaces of concrete shall be given a steel- trowel
finish. Excessive floating of surfaces while the concrete is plastic will
not be permitted. Dusting on of dry cement and sand to absorb excess moil
ture will not be permitted. Unless otherwise shown, the edges of all ex-
posed, horizontal surfaces shall be finished with an edging tool to a radius of
1/2 of an inch.
104.09 CURING
All structural concrete shall be cured by being kept moist for 14 days
after placing, or at the option of the Contractor, may be cured by an
C -14
CONCRETE
0
SECTION 104. 10
impervious membrane of a type approved by the Engineer. Encasement con-
crete and concrete cradle may be covered with earth 24 hours after placing.
104. 10 READY -MIXED CONCRETE
At the Contractor's option, ready -mixed concrete may be used meeting the
requirements as to materials, batching, mixing, transporting, and placing
as specified herein and the requirements of the "Specification for Ready -
Mixed Concrete" (ASTM Designation C -94). The use of non - agitating
equipment for transporting ready -mixed concrete will not be permitted. .
Combination truck and trailer equipment for transporting ready -mixed
concrete will not be permitted. The quality and quantity of materials used
in ready -mixed concrete and in batched aggregates shall be subject to con-
tinuous inspection at the batching plant.
104. 11 PRECAST CONCRETE MANHOLE RINGS
Precast concrete manhole rings shall: be of the:..size and shape, and. installed
at the proper elevatipn, as shown. on .the. drawings. Materials used in the
manufacture of manhole rings shall conform to the requirements of the appli-
cable Subsections of this specification. The concrete shall have a compressive
strength of 3000 psi at an age of 28 days and shall be adequately reinforced
with reinforcing steel. The manhole sections shall be manufactured by
Associated Concrete Products, Costa Mesa, California, or approved equal.
Shop drawings shall be submitted in accordance with Section 101. 06.
7
i
II
G
a
C -15
I
s
REINFORCEMENT STEEL
105.01 GENERAL
SEMON 105.01
The Contractor shall furnish, fabricate, and install all reinforcement steel
shown on the drawings and described in these specifications. The work
shall include the installation of all tie wires, clips, supports, and other
appurtenances necessary to fulfill the requirements of the specifications
and produce finished concrete structures in accordance with the best engineer-
ing practice.
105.02 MATERIALS
Reinforcement steel shall be deformed steel bars or cold -drawn steel wire,,
or fabricated forms of those materials, as required by the applicable draw-
ings and specifications. Materials shall conform in quality to the require-
ments of the t'Specifications for Billet -Steel Bars for Concrete Reinforce-
ment, 11 intermediate or hard grade (ASTM Designation A15), and the "Speci-
fications for Minimum Requirements for the Deformations of Deformed Steel
Bars for Concrete Reinforcement" (ASTM Designation A305).
105.03 INSTALLATION
(a) CLEANING. Reinforcement steel, before being positioned, shall be
free from loose mill and rust scale, and from coatings that may destroy or
reduce the bond. Where there is delay in depositing concrete, reinforcement
steel shall be reinspected and cleaned when necessary.
(b) FABRICATION. Reinforcement steel shall be accurately formed to the
dimensions and shapes indicated on the applicable drawings, and the fabri-
cating details shall be prepared in accordance with the ACI Building Code
(ACI Designation 318), except as modified herein or by the drawings. Stir-
rups and tie bars shall be bent around a pin having a diameter not less than
two times the minimum thickness of the bar. Bends for other bars shall
be made around a pin having a diameter not less than six times the minimum
thickness, except for bars larger than one inch, in which case the bends shall
be made around a pin of eight bar diameters. Bars shall be bent cold.
(c) STRAIGHTENING. Reinforcement steel shall not be straightened or
rebent in a manner that will injure the material. Bars with kinks, or bends
not shown on the drawings, shall not be used. Heating of the reinforcement
will be permitted only when the entire operation is approved by the Engineer.
C -16
s
r
ii
I
,r
•i
i
r
• •
SECTION 105, 03
REINFORCEMENT STEEL
(d) PLACING. Reinforcement steel shall be accurately positioned in accor-
dance with the drawings and secured by using annealed iron wire ties or
suitable clips at intersections, and shall be supported by concrete or
metal supports, spacers, or metal hangers. Metal clips or supports shall
not be placed in contact with the forma. Tie wires shall be bent away from
the forms in order to provide the specified concrete coverage, Bars addi-
tional to those shown on the drawings which may be found necessary or de-
sirable by the Contractor for the purpose of securing reinforcement in
position shall be furnished and installed by the Contractor at his own ex-
pense,
(e) SPLICING. When it is necessary to splice reinforcement at points
other than shown on the drawings, the character of the splice shall be
determined by the Engineer. Unless otherwise shown, splices of horizontal
bars shall be staggered. The lapping of splices shall be 30 bar diameters
unless otherwise shown. Reinforcement bars, other than tie bars, shall not
be spliced at points other than shown on the approved shop bending diagrams
and placing lists. Laps of wire mesh shall be one width of wire spacing,
and adjoining sheets shall be securely tied together with No. 14 tie wire,
one tie for each two running feet. Wires shall be staggered and tied in such
a manner that they cannot slip.,
(f) CHAIRS, SPACERS, AND BOLSTERS. Chairs, spacers, and bolsters
shall be of standard design and shall be furnished by the Contractor as part
of reinforcing steel to hold reinforcement in place.
r
C -17
i
1,
s
r
ii
I
,r
•i
i
r
• •
SECTION 105, 03
REINFORCEMENT STEEL
(d) PLACING. Reinforcement steel shall be accurately positioned in accor-
dance with the drawings and secured by using annealed iron wire ties or
suitable clips at intersections, and shall be supported by concrete or
metal supports, spacers, or metal hangers. Metal clips or supports shall
not be placed in contact with the forma. Tie wires shall be bent away from
the forms in order to provide the specified concrete coverage, Bars addi-
tional to those shown on the drawings which may be found necessary or de-
sirable by the Contractor for the purpose of securing reinforcement in
position shall be furnished and installed by the Contractor at his own ex-
pense,
(e) SPLICING. When it is necessary to splice reinforcement at points
other than shown on the drawings, the character of the splice shall be
determined by the Engineer. Unless otherwise shown, splices of horizontal
bars shall be staggered. The lapping of splices shall be 30 bar diameters
unless otherwise shown. Reinforcement bars, other than tie bars, shall not
be spliced at points other than shown on the approved shop bending diagrams
and placing lists. Laps of wire mesh shall be one width of wire spacing,
and adjoining sheets shall be securely tied together with No. 14 tie wire,
one tie for each two running feet. Wires shall be staggered and tied in such
a manner that they cannot slip.,
(f) CHAIRS, SPACERS, AND BOLSTERS. Chairs, spacers, and bolsters
shall be of standard design and shall be furnished by the Contractor as part
of reinforcing steel to hold reinforcement in place.
r
C -17
i
I
106.01 GENERAL
•
MISCELLANEOUS METALWORK
SECTION 106.01
The Contractor shall furnish, fabricate, and install all miscellaneous metal-
work required by these specifications and the accompanying drawings. Mis-
cellaneous metalwork, as used herein, is defined as all items required to
be fabricated from structural steel shapes, plates, bars and their products.
All structural steel shapes, plates, bars and their products shall conform
to the "Specifications for Steel for Bridges and Buildings" (ASTM Designation
A7). Miscellaneous metalwork shall be galvanized after fabrication in accor-
dance with Section 106. 03. Shop drawings of all miscellaneous metalwork
shall be furnished in accordance with Section 101. 06. Fabrication shall not
be commenced prior to approval of shop drawings.
106.02 BOLTS
The Contractor shall furnish and set all bolts and anchor bolts. Unless
otherwise shown, all bolts and anchor bolts shall be steel, galvanized
after fabrication in accordance with Section 106. 03, Steel for bolts shall
be in accordance with the "Specifications for Low- Carbon Steel Externally
and Internally Threaded Standard Fasteners, "Grade B (ASTM Designation
A307). Steel for anchor bolts shall be in accordance with the "Specifications
for Structural Rivet Steele (ASTM Designation A141) with the following excep-
tions and additions: (1) The nut material shall be free cutting steel and
(2) the nuts shall be capable of developing the,full strength of the anchor
bolts. Threads shall be Coarse Thread Series conforming to the require-
ments of the American Standard for Screw Threads, All bolts shall have
hexagon heads and nuts shall be Heavy Hexagon Series.
106.03 GALVANIZING
All structural steel plates, shapes, bars and fabricated assemblies re-
quired to be galvanized shall, after the steel has been thoroughly cleaned
of rust and scale, be galvanized in accordance with the "Specifications
for Zinc (Hot - Galvanized) Coatings on Products Fabricated from Rolled,
Pressed, and Forged Steel Shapes, Plates, Bars, and Strip's (ASTM Designa-
tion A123). Any galvanized part that becomes warped during the galvaniz-
ing operation shall be straightened. Bolts, .anchor bolts, .and similar
threaded fasteners, after being properly cleaned shall be galvanized in
accordance with the "Specifications for Zinc Coating (Hot -Dip) on Iron and
Steel Hardware" (ASTM Designation A153).
C -18.
PIPING MATERIALS
107. 01 GENERAL
SECTION 107. 01
(a) The Contractor shall furnish all piping materials required for construction
of the pipelines as shown and specified. Piping. materials include all pipe,
fittings, specials, closure pieces, valves, supports, bolts, nuts, gaskets,
couplings, 'jointing materials and other appurtenances.
(b) Unless otherwise shown, the inside diameters of the pipe, after mortar
lining, shall be not less than the nominal pipe diameter called for on the
drawings.
(c) The 18 -inch transmission main pipe, may be either steel cylinder con-
crete pipe or mortar lined and coated steel pipe, at the Contractor's
option. The Jamboree Road bridge crossing between indicated stations, shall
be considered a steel plate pipe special meeting the requirements of Sub-
section 107.03(i).
107. 02 SHOP DRAWINGS
Shop drawings of all main line pipe, fittings, and specials, shall be sub-
mitted in accordance with Section 101.06. In fabricating compound bends, a
mark, corresponding to the true vertical axis of the fitting, shall be made
on the top and bottom of the fitting.
107.03 STEEL CYLINDER CONCRETE PIPE
(a) GENERAL. Steel cylinder concrete pipe shall be manufactured in accor-
dance with these specifications and the accompanying drawings. The pipe
shall be manufactured in sections having nominal lengths of 30 to 40 feet
except where shorter lengths are required on curves or where closure or
special sections are required. The pipe shall consist of a welded steel
cylinder with steel joint rings attached, centrifugally placed mortar lining,
rod reinforcement wrapped spirally around the steel cylinder while the rod
reinforcement is held under tension, and a mortar coating placed over the
rod reinforcement to a depth of not less than 3/4 of an inch as measured
from the outside of the rod reinforcement. Each end of pipe section shall be
provided with two 2" x 4" wood struts wedged into position at right angles
with each other to prevent the pipe from becoming out -of -round prior to
installation. While the pipe is stored in the manufacturer's yard and while
in transit to the job site the pipe ends shall be bulkheaded with heavy plastic
or other suitable material to prevent the lining from drying out. The bulk-
heads shall remain in place until the pipe is installed. The cross - sectional
area of steel required for the pipe to be furnished under this contract shall
be as follows:
C -1q
Pipe Size
Finished
Inside Diameter
Afte r Lining
(inches)
In
•
PIPING MATERIALS
Design Minimum Cylinder
Pressure Thickness
(psi) (inches (gage No.)
150 0. 1046 12
SECTION 107. 03
Minimum
Total Steel Area
(Cylinder plus
Circumferential Rods
Cross-Sectional
Area per Lin Ft
square inches
1.56
The pipe shall be furnished complete with rubber gaskets, butt straps and
closure pieces where required.
(b) MATERIALS
(1) STEEL CYLINDERS. Material used in fabricating the steel cylinders
shall be hot - rolled carbon steel sheets conforming to the requirements
of the "Specifications for Hot - Rolled Carbon Steel Sheets, Commercial
Quality' (ASTM Designation A415) or steel plates conforming to the re-
quirements of the "Specifications for Low and Intermediate Tensile
Strength Carbon Steel Plates of Structural Quality, 11 Grade B or Grade C
(ASTM Designation A283), except as modified herein. The minimum
yield point of steel used for the fabrication of steel cylinders shall be
27,000 psi. The method of testing steel sheets shall conform to the re-
quirements of the "Specification for Flat- Rolled Carbon Steel Sheets of
Structural Quality" (ASTM Designation A245). The maximum carbon
content of steel sheets shall be 0. 25 percent. Full penetration welds
will be required.
(2) ROD REINFORCEMENT. Steel used for rod reinforcement shall
conform to the "Specifications for Intermediate Grade Billet -Steel Bars
for Concrete Reinforcement' (ASTM Designation A15).
(3) GASKET FOR JOINTS. The rubber gasket for sealing the joints
shall meet the requirements of Section 3. 4 of the 'Standard for Rein-
forced Concrete Water Pipe -- Steel Cylinder Type, Prestressed" (AWWA
besignation C301).
(4) CEMENT. Cement shall conform to the requirements of Section 104.03.
(5) FINE AGGREGATE. Fine aggregate for cement mortar shall conform
to the requirements of Subsection 104. 04(b).
C =20
;i
SECTION 107.03
PIPING MATERIALS
(6) WATER. Water for cement mortar shall conform to the require-
ments of Section 104.05.
(c) FABRICATING AND TESTING STEEL CYLINDERS. One or more steel
sheets may be used in fabricating each cylinder. All welding shall be by an
approved method which shall produce a full penetration of the weld. The
welds when tested shall develop the tensile strength of the adjoining sheets.
After each cylinder has been completed with joint rings welded in place, but
before lining or coating, it shall be tested under hydraulic pressure to a
I
tress of 22, 000 pounds per square inch in the sheet, and while under this
stress the cylinder. shall show no leaks, undue distortion or other defects.
Any leaks shall be rewelded by hand and the pipe again tested. No caulking
to stop leaks will be"permitted.
(d) JOINTS
(1) Joints shall be of the bell and spigot type. Both rings shall be
sized to the design diameter with a minus tolerance on the spigot ring
circumference of 1/16 of an inch and a plus tolerance on the bell ring
circumference of 1/16 of an inch, both measured on the basis of the same
design diameter at the point of contact between the rings when the joint
is assembled. Joints shall be Lock - Joint, as manufactured by the American
Pipe and Construction Company, South Gate, California, or approved equal.
(2) Where welded joints are indicated on the drawings, the bell shall be
cut back so as to permit a field weld between the bell and spigot joint
rings.
(e) CENTRIFUGAL MORTAR LINING. A lining pf portland cement mortar
composed of one part cement to not more than three parts of aggregate, shall .
be spun in the pipe to a nominal thickness of 3/4 of an inch. The thickness ?
of the lining shall not vary more than 25 percent from that specified. The
lining shall be applied by a centrifugal machine of a type that has been in
approved commercial use for this purpose. After the concrete has been
placed in the cylinder, it shall be revolved at a speed which will allow the
concrete to level out to a uniform thickness throughout the pipe. This packing f
speed shall be maintained until the lining is thoroughly compacted and all
surplus water removed from the concrete. The finished lining shall be smooth
and uniform throughout. Gage rings shall be securely attached to the ends of
the pipe to confine the concrete to the dimensions shown on the plans. When
the pipe is removed from the spinning machine, it shall be supported by slings
C .21
SECTION 107, 03
PIPING MATERIALS
around the pipe, or other suitable supports, so spaced that there will be
no appreciable bending throughout the length of the section and shall be carried
by these slings or other supports to the curing yards and set on timbers pro-
perly spaced and leveled to prevent bending. While the lining is attaining
its initial set, sufficient stiffener rings shall remain on the pipe to keep the
deviation from the mean diameter at any section from exceeding one -half of
one percent. `.The lining shall be kept moist for a minimum period of 24
hours after which the pipe shall be wrapped with the spiral rod reinforcing.
(f) PLACING ROD REINFORCEMENT. Reinforcing rods shall be wound spirally
around the cylinder, shall be continuous from end to end of the pipe, and shall
be wrapped under tension against the cylinder. Spiral reinforcement shall
lap where jointed and shall be lap- welded for a distance of three diameters
or may be butt - welded or joined in such a manner that the junction equals
the strength of the adjoining rod. Spiral reinforcement shall be firmly
attached to the cylinder or joint bands at the ends of the pipe. Spiral rein-
forcement shall be at least 7/32 -inch diameter and shall be equi- spaced along
the length of the cylinder with maximum spacing of I -1/2 inches. A suitable
device shall be provided for stressing, measuring and indicating the tension
in the spiral reinforcement during the winding operation. At the time of
winding of the circumferential rod reinforcement, a fluid mixture of neat
cement shall be applied to that portion of the rod that will be in contact
with the cylinder.
(g) MORTAR COATING, Mortar for the concrete coating on the exterior of
the pipe shall be applied by the brush- coating machine process or other
approved process. The mortar shall consist of a mixture of cement and sand
with not less than one part of cement to three parts of sand. The machine
for applying the mortar coating shall have an adjustable speed of operation
and shall travel along the length of the pipe as the mortar is applied. Im-
mediately prior to the application of the mortar coating, a fluid mixture of
neat cement shall be applied to the surface of the rod - wrapped cylinder.
The machine shall apply the mortar in either a vertical or a horizontal
direction. The mortar shall strike the outside circumference of the pipe
about midway of the diameter as the pipe revolves on its axis. Rebound may
be reclaimed and reused as sand, The coating may be built up to the re-
quired thickness in one or more passes of the machine. The finished coating
shall be firm, shall adhere tightly to the outside surface of the pipe, and
shall be free from flaws, holidays or other surface imperfections. It
shall have a minimum, thickness of 3/4 of an inch as measured from the out-
C -22
PIPING MATERIALS
SECTION 107.03
side surface of the rod wrapping. Handling of pipe after application of mortar
coating shall be done with belt slings or other suitable support, and shall not
be done until a minimum period of eight hours has elapsed. All pipe shall
be handled carefully, and dropping or bumping of pipe will not be permitted.
Pipe injured during handling shall be recoated or repaired in a satisfactory
manner. After the pipe has been coated, the lining and coating shall be
kept moist by continuous sprinkling for a period of six days before being
moved to the trench or it may be steam -cured for 36 hours, after which time
it may be moved to the trench. During the curing period, the ends of the
pipe shall be kept closed with plastic sheet or other suitable material. Pro-
vision shall be made to protect the coating from erosion during sprinkling.
The date of coating shall be plainly marked on the inside of each pipe length.
(h) ANGLES OR CURVES IN ALIGNMENT. Minor changes of direction in
the grade or alignment may be made by a deflection in the joint up to a
maximum of one inch on one side of the joint. For greater angular deflect-
ions, pipe with ends beveled up to a maximum of five degrees measured from
a plane perpendicular to the pipe's axis, may be used. Pipe lengths shorter
than 30 or 40 feet may be used on curves. Where curves are required which
have a shorter radius than can be accommodated by forming an angle in the
metal joint sleeves, or where indicated on the drawings, special short - radius
bends shall be provided.
(i) STEEL PLATE SPECIALS
(1) GENERAL. Steel plate specials are defined as bends, reducers,
outlets, piping in structures, piping in connections to existing pipelines,
or other specials. Except as otherwise provided herein, steel plate
specials shall be fabricated from steel plate having a minimum wall
thickness as determined by the following formula!
T =DxP
2 x10:, 000
where T = Wall thickness in inches
D = Inside diameter of steel cylinder
P = Design pressure in pounds per square inch
but in no case shall the wall thickness be less than 1/4 of an inch.
The design of all specials shall be submitted to the Engineer for approval
before fabrication is commenced,
C -23
w
i
•
SECTION 107.03
PIPING MATERIALS
(2) OUTLETS. Outlets shall be built into the wall of the pipe and shall I..
be formed by welding to the cylinder cast or fabricated steel fittings
of suitable design before the exterior mortar coating is placed around r
the fittings. Outlets 12 -inch and smaller may at the option of the Con -
tractor be fabricated from Schedule 30 or heavier steel pipe in the stan-
dard outside diameters, i, e. , 12 -3/411, 10 -3/4 11r 8- 5/811, 6- 5/8111
and 4- 1/211. Where so indicated,, stiffener plates shall be provided --
designed according to the nomograph method described in the Journal 1^
of the American Water Works Association, Vol. 47, No. 6, June 1955,
pp 617 to 623. All other outlets shall be reinforced with steel collar
pads designed for the specified pressure. The measurement from the
outside of the pipe to the face of the flange -shall be six inches, unless
otherwise shown.
(3) BENDS. Except as otherwise shown, where bends are specified,
the radius of bends shall be not less than 2 =1/2 times the pipe diameter.
At the option of the Contractor, a bend may be welded to the adjacent
pipe section.
(4) MATERIALS.. Except, as otherwise provided heroin, pipe materials
and methods of manufacture shall.conform to the requirements of the
"Standard for Fabricated Electrically Welded Steel Water Pipe! (AWWA
Designation C301).
(5) STEEL WELDING FITTINGS. Steel welding fittings shall conform
to the requirements of the "Specification@ for Factory Made Wrought
Carbon -Steel and Ferritic Alloy Steel Welding Fittings! (ASTM Desig-
nation A -234).
(6) ENDS FOR VICTAULIC COUPLINGS. When Victaulic couplings are
specified, the ends shall be banded and machined to match the dimensions
of standard Victaulic shouldered ends for cast iron pipe for Style 44
Victaulic couplings, or for.Style 77 Victaulic couplings, as shown.
(7) FLANGES. All flanges shall be faced and drilled in accordance with
150 pound ASA dimensions, or in lieu thereof, shall be in accordance with
the "Standard for Steel Pipe Flanges (AWWA Designation C207), Class
D. All flanges shall be furnished with flat faces. All pipe flanges shall
be attached with bolt holes straddling the vertical axis of the pipe un-
less otherwise shown on the drawings. Attachment of.the flanges to the
pipe shall conform to the applicable requirements of the t'Standard for
Steel Pipe Flangeall (AWWA Designation C207).
�..
C-716
SECTION 107.03
PIPING MATERIALS
(8) WELDING, All hand welding shall be done by welders certified in
accordance with Appendix n of the "American Standard Code for Pressure
Piping' (ASA Designation B31. 1) or in accordance with the "Standard for
Field Welding of Steel Water Pipe Joints" (AWWA Designation C206).
(9) SHOP TESTING OF SPECIALS. Upon completion of the welding, but
before lining and coating, each steel plate special shall be bulkheaded
and tested under a hydrostatic pressure of not less than 1 -1/2 times.the
design pressure, provided, however, that if straight pipe used in fab-
ricating the specials has been previously tested in accordance with
Subsection 107, 03(c), no further hydrostatic testing will be required,
provided the transverse seams are tested by a dye penetrant process
using materials manufactured by Turco Products, Inc. , Box 1055,
Wilmington, California, or approved equal. Any pin holes or porous
welds which may be revealed by the test shall be chipped out and re-
welded and the pipe or fitting retested. No outside mortar may be
applied over a seam prior to testing. However, mortar lining may be
applied over a seam prior to hydraulic testing, but under such con-
ditions the said pressure.test shall be held on the pipe or fitting for a
period of not less than 30 minutes.
(10) MORTAR LINING. Except as otherwise provided herein, steel
plate specials, except bumped heads, shall be lined with cement mortar
lining having a nominal thickness of 3/4 of an inch for 18 inch diameter
pipe and larger, 1/2 of an inch for 16- and 14 -inch diameter pipe, and
1/4 of an inch for 12 -inch diameter pipe and smaller. A tolerance in the
thickness of 25 percent, plus or minus, will be permitted. Pipe shall
be cleaned of all loose mill scale, rust, dirt, grease, or other object-
ionable matter. After cleaning the interior, the surface shall be coated
with mortar. Wherever practicable, the plate specials shall be lined
centrifugally. Fittings which are impracticable to line by the centri-
fugal process shall be coated by hand methods which will insure a lining
comparable to that obtained by the centrifugal process; the hand lining
of such specials shall be reinforced with welded wire fabric as speci-
fied in Subsection (11) herein.. Cement, sand and water meeting the
f
requirements of Section 104 shall be mixed in the proportions of one part
of portland cement to not more than three parts of sand. Just enough
water shall be added for proper workability and to insure uniform dis-
tribution around the circumference. The finished lining shall be smooth;
dense and uniform throughout. Immediately after lining, the pipe ends
C -25
SECTION 107.03
PIPING MATERIALS
shall be bulkheaded and the pipe cured under sprinklers for not less
than six days. The date of lining shall be plainly marked on the inside
of each pipe length or pipe fitting.
(11) EXTERIOR COATING. The exterior surfaces of pipe and fittings
inside structures and above ground shall be thoroughly cleaned, given
a shop coat of rust- inhibitive red lead primer, and finish painted in
accordance with Subsection 109. 03(b). All buried pipe and fittings, in-
cluding bumped heads, shall be coated with a one -inch thick reinforced
cement - mortar coating. Unless otherwise shown on the drawings,
exterior surfaces of pipe or fittings passing through the valve structure
walls shall be coated from the center of the wall or from the wall flange
to the end of the underground portion of pipe or fitting with a one -inch
thick reinforced cement mortar coating. The coating shall be rein-
forced with two -inch x four -inch, No. 12 welded wire fabric crimped so
as to hold the wire approximately at the center of the mortar coating.
The fabric shall be securely fastened to the pipe with welded clips or
strips of steel. The wires spaced two inches on centers shall extend
circumferentially around the pipe. The ends of reinforcement strips
shall be lapped four inches and the free ends tied or looped to assure
continuity of the reinforcement. Cement, aggregates and water meeting
the requirements of Section 104 shall be mixed in the proportions of
one part of cement to not more than three parts of sand. No more than
four and one -half gallons of water shall be used per sack of cement.
The thickness of the mortar coating shall be not less than one inch.
After the outside coating has been applied, the pipe shall be cured for
six days under sprinklers. During the curing period the ends of the pipe
shall be kept closed with plastic sheet or other suitable material. Pro-
vision shall be made to protect the coating from erosion during sprink-
ling. The date of coating shall be plainly marked on the inside of each
pipe length.
(j) HANDLING PIPE. All lifting of pipe and pipe specials shall be done with
belt slings. The sling shall bear uniformly against the pipe. No metal shall
bear against the pipe during handling. When not being handled, pipe shall
be supported on timber cradles or properly prepared ground, graded to eli
urinate all rock points and provide uniform support along the full length. When
being transported, the pipe shall be supported at all times in a manner which
will not permit distortion or damage to the lining or coating. Any unit of
pipe that is damaged as the result of handling or transporting shall be re-
paired to the satisfaction of the Engineer or shall be removed and replaced
with a satisfactory unit.
C -26
i
i
r
• • SECTION 107, 04
PIPING MATERIALS
1.07. 04 MORTAR LINED AND COATED STEEL PIPE
(a) GENERAL. Mortar lined and coated steel pipe shall be manufactured in
accordance with these specifications and the accompanying, drawings. The
pipe shall be manufactured in sections having nominal lengths of 30 to 40 feet
except where shorter lengths are required on curves or where special sections
are required. The pipe shall consist of a welded steel sheet or plate with
the interior and exterior surfaces coated with cement mortar as hereinafter
specified. Each end of each pipe section shall be provided with two 211 x
411 wood struts wedged into position at right angles with each other to pre-
vent the pipe from becoming out -of -round prior to installation. While the
pipe is sorted in the manufacturer's yard and while in transit to the job site,
the pipe ends shall be bulkheaded with heavy plastic or other suitable
material to prevent the lining from, drying out. Where applicable, handling
of pipe shall conform with Subsection 107, 03(j). The bulkheads shall remain
in place until the pipe is installed. Mortar lined and coated steel pipe
shall be fabricated from steel sheet or plate in the following minimum thick-
nesses:
Minimum Pipe Size
Finished
Minimum Inside Diameter Design
After Lining Pressure
(inches) (psi)
M
150
Minimum Steel Thickness.
(inches)
0. 1345 (10 ga)
The pipe shall be furnished complete with rubber gaskets, butt straps and
closure pieces where required. Steel plate specials to be used in conjunction
with mortar lined and coated steel pipe shall conform to Subsection 107. 03(i).
(b) MATERIALS, FABRICATION AND TESTING. Steel cylinders shall be '
fabricated from hot - rolled low carbon open hearth or electric furnace steel .
sheets conforming to the "Specifications for Flat- Rolled. Carbon Steel Sheets'
of Structural Quality" (ASTM Designation A245) Grade B or C; or steel plated
conforming to the "Specifications for Low and Intermediate Tensile Strength
Carbon Steel Plates of Structural Quality" (ASTM Designation A283) Grade
C or D; except as modified herein. The maximum carbon content of steel
sheets shall be 0. 25 percent. Full penetration welds will be required. The
pipe fabrication and testing shall conform to applicable provisions of Sub-
section 107. 03(c). After the pipe ends have been formed and the pipe has
been hydrostatically tested, the longitudinal welds in the bell of the pipe shall
be tested by a dye - penetrant process using Turco Dy- Check, or approved equal.
C -27
1. . SECTION 107. 05
PIPING MATERIALS
(c) JOINTS. Joints shall be of the bell and spigot rubber- gasketed type. The
joints used shall have been thoroughly tested for water - tightness under pres-
sures comparable to the design pressures required hereunder, The pipe ends
shall be formed to provide the bell and spigot ends necessary to accommodate
the rubber gasket or special joint rings may be welded to the ends of the
pipe. The joint rings for rubber gasket joints shall be so designed that when
the pipe is laid and the joint telescoped, the gasket will be enclosed on all
four sides and will not be required to bear the weight of the pipe. Before
any award is made for furnishing steel pipe with bell and spigot joints, the
bidder shall demonstrate to the satisfaction of the Engineer that the joint
the bidder proposes to furnish is tight when used on pipe in sizes comparable
to those required hereunder and under test pressure sufficient to stress
the steel pipe to approximately 22, 000 psi. Both the bell and spigot ends
shall be sized to the design diameter with a minus tolerance on the spigot
end circumference of 1/16 of an inch and a plus tolerance on the bell end
circumference of 1/16 of an inch, both measured on the basis of the same
design diameter at the point of contact between the rings when the joint is
assembled.
(d) LINING. All mortar lined steel pipe shall be lined with cement mortar
3/4 of an inch in thickness. While the lining is attaining its initial set,
sufficient stiffener rings shall remain on the pipe to keep the deviation from
the mean diameter at any section from exceeding one -half of one percent,
(e) EXTERIOR COATING. The exterior surface of buried mortar lined and
coated steel pipe shall be coated with a one -inch thick reinforced cement
mortar coating. The coating shall be reinforced with spirally -wound No. 14
gage steel wire spaced at 1/2 -inch centers positioned approximately in the
center of the mortar coating. At the option of the Contractor, the mortar
coating may be reinforced with two -inch by four -inch, No. 12 welded wire
fabric crimped so as to hold the wire approximately at the center of the
mortar coating. The fabric shall be securely fastened to the pipe with welded
clips or strips of steel. The wires spaced two inches on centers shall ex-
tend circumferentially around the pipe. The ends of reinforcement strips
shall be lapped four inches and the free ends tied or looped to assure con-
tinuity of the reinforcement. Cement, aggregate and water shall be mixed
in the proportions of one part of cement to not more than three parts of
sand, No more than 4 -1/2 gallons of water shall be used per sack of cement,
After the outside coating has been applied, the pipe shall be cured for six
days under sprinklers. Provision shall be made to protect the coating from
erosion during sprinkling. The date of coating shall be plainly marked on
the inside of each pipe length,
11
SECTION 107.05
PIPING MATERIALS
107.05 SMALL STEEL PIPE
All pressure piping of small diameter (three -inch diameter or less) other
than copper tubing and red brass piping, and all vent piping, shall be gal-
vanized steel and shall conform to the requirements of the "Specifications
for Black and Hot - Dipped Zinc - Coated (Galvanized) Welded and Seamless Steel
Pipe for Ordinary Uses' (ASTM Designation A120). Fittings shall be gal-
vanized malleable iron. Except as otherwise shown, all galvanized pipe shall
be standard weight. All galvanized steel pipe which is to be buried shall be
.wrapped with PVC tape in accordance with Subsection 109. 03(c).
107.06 RED BRASS PIPE AND FITTINGS
All brass pipe and bronze fittings shall conform to the requirements of the
"Specifications for Seamless Red Brass Pipe, Standard Sizes" (ASTM Desig-
nation B43) and "Specifications for Composition Bronze or Ounce Metal Castings"
(ASTM Designation B62).
107.07 COPPER TUBING
Copper tubing shall be seamless annealed copper tube and shall conform
to the requirements of the "Specifications for Copper Water Tube" (ASTM
Designation B88), and shall be Type K.
107.08 VICTAULIC COUPLINGS
Victaulic couplings shall be designed for a water working pressure equal to
the design pressure for the pipe on which they are to be installed, and shall
be equipped with rubber gaskets for water service. Victaulic couplings shall
be Style 44 or Style 77. Buried Victaulic couplings shall be epoxy- coated
in accordance with Section 108. 10.
107. 09 SLEEVE TYPE COUPLINGS
Sleeve type couplings shall be Smith -Blair Type 412, or approved equal, and
shall be of steel with Type 18 -8 stainless steel bolts, without centering ring,
and shall be in sizes to fit the pipe and fittings shown. The middle ring
shall be 1/4 -inch thick. Buried sleeve -type couplings shall receive a
factory - applied epoxy coating conforming to the requirements of Section
108.05.
C -29
PIPING MATERIALS
107.10 GASKETS
SECTION 107. 10
(a) Except as otherwise provided, gaskets for flanged joints shall be full
face and cut from 1 /16 -inch thick cloth- inserted rubber sheet, or may be
of 1/16 -inch thick asbestos fiber, Cranite, or approved equal.
(b) Wherever blind flanges are shown, the gaskets shall consist of 1/16 -inch
thick cloth - inserted rubber sheet which shall cover the entire inside surface
of the blind flange and shall be cemented to the surface of the blind flange.
107. 11 FLANGED JOINT INSULATION
Flanged joint insulation of adequate design for the line pressure at the in-
stallation point shall be provided where shown. Polyethylene stud sleeves,
two fabric - reinforced phenolic washers,. and two steel washers shall be provided
with each stud. Gaskets shall be full -face and gasket material shall be
Johns- Manville No. 71 dielectric sheet packing. Flanged joint insulating
assemblies shall be as supplied by Central Plastics Distribution Co. , Shawnee,
Oklahoma, and distributed locally by Corrosion Control Products Co. , Long
Beach, California.
4`
C -30
-
I .. SECTION 108. 01
VALVES
108.01 GENERAL
(a) The Contractor shall furnish and install all valves shown and specified.
All valves shall be new and of current manufacture.
(b) The flanges of valves may be raised or plain faced. Flanges of valves
specified herein for water working pressure of 150 psi shall be faced and
drilled to 125 -pound American Standard dimensions.
(c) Each valve body shall be tested under a test pressure equal to twice its
design water working pressure.
(d) Unless otherwise provided, all interior bronze parts of valves except
gate valve stems, shall conform to the requirements of ASTM Specification
B62. Gate valve stems shall be of bronze containing not more than five
percent of zinc nor more than two percent of aluminum and shall have a
minimum tensile strength of 60, 000 psi, a yield strength of 40, 000 psi, and
an elongation of at least 10 percent in two inches, as determined by a test
coupon poured from the same ladle from which the valve stems to be furnished
are poured.
(e) Iron and steel surfaces in the water passages of all valves, four -inch
and larger, shall be coated with an epoxy coating as specified in Section
108.05.
(f) Shop drawings of all valves, four -inch and larger shall be furnished in
accordance with Section 101. 06.
108.02 BUTTERFLY VALVES
(a) GENERAL. Butterfly valves shall conform to the "Standard for Rubber -
Seated Butterfly Valves" (AWWA Designation C504), except that the valves
may be of a shorter laying length and the rubber seat may be bonded into a
groove in the valve body or clamped to the disc. Valves shall be of the class
indicated on the drawings. Valve bodies shall be cast iron conforming to
the "Specification for Gray Cast Iron Castings for Valves, Flanges, and Pipe
Fittings" (ASTM Designation A126), Class B. Valve shafts shall be of Type
304 stainless steel, running in permanently lubricated sleeve -type bearings,
and fitted at the outer end for connection to operating gearing. Valve discs
shall be of cast iron, ASTM A48, Class 40, or approved equal, with seating
edges of Type 18 -8 stainless steel, except that the seating edge may be of
rubber with the clamp ring and screws of 18 -8 stainless steel. The body seat
C -31
A
SECTION 108. 03
VALVES
shall be Type 304 stainless steel for valves in which the rubber seat is
attached to the disc. Valves shall be designed for operating pressures and
maximum velocities indicated. The valve bodies shall be tested under at
least twice the design pressures. Valves shall be tested for leakage around
the disc with the disc in the closed position and with the full design pressure
across the disc. Drilling of bolt holes shall conform to the requirements of
Subsection 108. 01(b). Ferrous surfaces in the water passages of all valves
(excluding those surfaces manufactured of non - corrosive materials) shall
be coated in accordance with Subsection 108. 01(e).
(b) MANUAL OPERATORS
(1) Manual operation shall be through totally enclosed permanently
lubricated gear reducers which provide at least 40 revolutions of the
operator input shaft to open or close the valve. Gear reducers shall
have self- locking worm gearing.
(2) Valves to be installed above ground in manholes or structures shall
be equipped with a handwheel. Open and close stops shall be provided
to limit valve disc travel. The handwheel operators shall be equipped
with position indicators and locking devices.
108.03 GATE VALVES
Gate valves shall conform to the "Standard for Gate Valves for Ordinary
Water Works Service" (AWWA Designation C500). Gate valves shall be de-
signed for a water working pressure of 175 psi and shall be iron body, bottom
wedging, double -disc with parallel seats, opening to the left and provided
with a two -inch square operating nut, or handwheels, as shown on the draw-
ings. All interior parts of gate valves, including discs, shall be constructed
of bronze conforming to Subsection 108. 01(d). Gate valves shall be furnished
with flanged ends and 11011 ring seals. Gate valves shall be non- rising stem.
Ferrous surfaces in the water passages of the valves (excluding bronze
surfaces) shall be coated in accordance with Subsection 108. 01(e).
108,04 AIR- VACUUM AND AIR - RELEASE VALVES
Air - vacuum and air - release valves shall have screwed ends. The bodies
shall be of high strength cast iron. The float and all moving parts shall be of
Type 18 -8 stainless steel. Seat washers and gaskets shall be of a material
insuring watertightness with a minimum of maintenance. Valves shall be
designed for 150 psi water working pressure; and shall be tested under a
hydrostatic pressure of at least 300 psi.
C -32
' SECTION 108.05
VALVES
108.05 EPDXY COATINGS
(a) SURFACE PREPARATION. All oil and grease shall be removed from the
metal by caustic degreasing or steam cleaning. The surface shall be sand-
blasted to white metal. In order to obtain maximum adhesion of epoxy coat-
ing, the grit used for blasting shall be coarse enough to impart a tooth
in the metal equal to 25 percent of the thickness of the coating to be applied.
The metal shall be cleaned after sandblasting with clean, dry compressed
air. Use of rags to remove residual dust after sandblasting will not be per-
mitted.
(b) MATERIAL. One hundred percent epoxy material shall be used in all
coatings. The material used shall be one of the following: Dow Corning
Epoxy DC 3100, Furane Plastics No. 268, Minnesota Mining and Manufactur-
ing Co. "Scotchcoat, 11 Michigan Chrome and Chemical Co. "Miccron 65011, or
approved equal.
(c) PREHEATING. Areas that are not to be coated shall be masked using
500 - degree masking tape, similar to Minnesota Mining and Manufacturing
Company's Permacel. The part to be coated shall be placed in an oven and
preheated to the temperature specified by the epoxy manufacturer. An
accurate temperature measuring device such as a pyrometer shall be used
to determine the substrate temperature.
(d) APPLICATION. The epoxy shall be applied as a powder to the heated
metal by one of the following methods:
(1) ELECTROSTATIC METHOD. The powder shall be applied to the
heated, grounded metal part which has been electrostatically charged by
means of a current of approximately 1 -1/2 amperes at approximately 400
volts. After application of the epoxy, the part shall be reheated as speci-
fied by the manufacturer to fuse the epoxy. Equipment for applying
the epoxy powder shall be the Sames Electrostatic Powder Spray, or
approved equal. Particular care shall be given to protection of non-
ferrous masked parts. The finished product shall be carefully examined
for epoxy interference on working parts.
(2) HEAT FUSION METHOD. The part shall be prepared as outlined
above and heated for a sufficient period to drive out all moisture from
the metal. Epoxy powder shall be applied using an air spray device
designed to exclude moisture from the spray air. The part must be pre-
C -33
a
SECTION 108.05
VALVES
heated to maintain a surface temperature high enough to cause instant
epoxy fusion during the entire application process. After coating, the
part shall be reheated as specified by the manufacturer. Particular
care shall be taken to protect non - ferrous masked parts. The finished
product shall be carefully examined for epoxy interference on working
parts.
(e) THICKNESS OF COATING. The minimum dry coating thickness shall be
eight mils, provided, however, that the thickness of coating in the grooves
for valves or fittings designed to receive a rubber gasket shall be approxi-
mately five mils,
(f) INSPECTION. Coating thickness shall be checked with a non - destructive
magnetic type thickness gage. Coating integrity shall be tested with a
67 -1/2 -volt Tinker Rasor holiday tester or a spark testing unit operating
at approximately 2, 000 volts, All pinholes shall be marked, repaired, and
retested. No pinholes or irregularities shall be permitted in the final coating.
(g) HAND- APPLIED EPDXY. At the Contractor's option, the epoxy coating
may be hand - applied. The epoxy shall be Keysite 740 as supplied by SO -CO
Plastic Coating Company, Paramount, California, or approved equal, applied
in three spray coats to a total thickness of not less than eight mils.
(h) FIELD REPAIRS, If small local repairs are necessary, they shall be
made using Keysite 740, or approved equal. The surface first must be cleaned
with an oil -free solvent (methyl ethyl keystone or trichlorethylene) and clean
dry rags.
C -34
� ' 1
•
INSTALLATION OF PIPING
SECTION 109.01
109.01 GENERAL
(a) The Contractor shall install pipe, closure sections, fittings, and
appurtenances shown, including bolts, nuts, gaskets and jointing materials.
(b) At all times when the work of installing pipe is not in progress, all
openings into the pipe and the ends of the pipe in the trenches or struc-
ture shall be kept tightly closed to prevent entrance of animals and foreign
materials. The Contractor shall take all necessary precautions to prevent
the pipe from floating due to water entering the trench from any source,
shall assume full responsibility for any damage due to this cause and shall
j at his own expense restore and replace the pipe to its specified condition and
grade if it is displaced due to floating. The Contractor shall maintain the
j inside of the pipe free from foreign material and in a clean and sanitary con-
; dition until its acceptance by the City.
(c) Where closure sections are required by the Contractor's laying opera-
tions, the sections shall be installed in accordance with the applicable sections
of these Specifications.
(d) The pipe sections shall be laid in the trench to true alignment and grade
in accordance with the drawings. Exceptional care shall be taken in placing
the pipe and making the field joints. Bumping of the pipe in the trench will
not be permitted. Concrete 'thrust blocks shall be provided at the locations
and of the sizes as shown on the drawings.
109. 02 LAYING AND JOINTING STEEL CYLINDER CONCRETE PIPE AND
.MORTAR - LINED -AND COATED STEEL PIPE
(a) LAYING. Trenches shall be in a reasonable dry condition when the pipe
is laid. Necessary facilities shall be provided for lowering" and properly
placing the pipe sections in the trench without damage, All handling of
pipe shall be done with slings which will not damage the coating of the pipe
section. The slings shall bear uniformly against the pipe. When not being
handled, all pipe shall be supported on timber cradles, sand bags, or mounds
of earth. The pipe shall be laid carefully to the lines and grades given and
the sections shall be closely jointed to form a smooth flow line. Immediately
before placing each section of pipe in final position for jointing, the bedding for
the pipe shall be checked for firmness and uniformity of surface.
C -35
0
SECTION 109.02
INSTALLATION OF PIPING
(b) JOINTING. The rubber gasket joint shall be made by properly lubri-
cating, with a suitable vegetable compound soap, the endless rubber ring
gasket before it is placed in the groove at the spigot end. The gasket shall
be stretched over the spigot end of the pipe and carefully seated in the
groove. The gasket shall not be twisted, rolled, cut, crimped or otherwise
injured or forced out of position during the closure of the joint. A "feeler"
gage shall be used to check the position of the rubber gasket after the joint
has been telescoped. Before the spigot is inserted into the bell, the bell
joint of the pipe shall be daubed with mortar containing one part lumnite
cement to not more than three parts of sand. The spigot end shall then be
forced to the bottom of the bell. Excess mortar on the inside shall be
swabbed out. After the pipe has been laid, but before backfill has been com-
pleted, the outside annular space between pipe sections shall be completely
filled with grout. The grout shall be poured in such a manner that all ex-
posed portions of the metal joint shall be completely protected with cement
mortar. Grout used on the outside of the joints shall be a mixture of 1 part
of cement to 3 parts of sand, and shall be sufficiently fluid to permit it to be
poured into the joint space. The outside mortar joints shall be properly
formed by use of heavy -duty diapers as manufactured by the Mar -Mac
Manufacturing Co. , McBee, South Carolina, and distributed by the Hubbard
Co. , Los Angeles, California.
Where called for, the bell end shall be circumferentially welded to the spigot
end of the adjoining pipe. The weld shall be continuous and shall be made on
the outside of the pipe. Ample bell holes shall be dug to permit proper weld-
ing of the joints. The field weld between the bell and spigot ends shall be
made in 2 or more passes. Prior to welding these joints designated for weld-
ing, the joints shall be made up as specified above, provided, however,
that at the option of the Contractor, the rubber gasket may be omitted. Such
joints shall be inspected and approved by the Engineer before the grout is
placed around the outside of the joint.
109. 03 FIELD APPLICATION OF PROTECTIVE COATINGS
(a) BURIED VALVES AND FLANGED JOINTS. Except as otherwise shown,
all buried valves, flanged joints, and other buried items which are not gal-
vanized or mortar coated shall be thoroughly cleaned and given two coats
of EC -244 as manufactured by Minnesota Mining and Manufacturing Company.
The coating shall be applied strictly in accordance with the manufacturer's
recommendations. After drying, the coating shall have a minimum thickness
of 1/8 of an inch.
C -36
i
I
. z
0
SECTION 109, 03
INSTALLATION OF PIPING
(b) PIPING AND VALVING IN STRUCTURES. Exposed ungalvanized metal
surfaces of piping in structures and above ground shall be painted with the
following coats of Gilmore and Nolan's paint, or approved equal: First prime
coat of No, 5210 Yellow Zinc Chromate Primer. Second prime coat of No.
5176 Corrosion Inhibitive Red Primer. Two finish coats of No. 9645 -2 Dark
Green Alumizol. Prior to painting, wire brushes or abrasives shall be used
where necessary to remove all rust. No painting shall be done when the rela-
tive humidity exceeds 60 percent.
(c) BURIED GALVANIZED IRON PIPE. Buried galvanized iron pipe shall be
primed and then wrapped with PVC tape, Plicoflex 340, or approved equal,
in accordance with the manufacturer's instructions.
C -37
• • is . , •
. r
• . s
110.01 TESTING
•
TESTING AND DISINFECTING
SECTION 110.01
The Contractor shall test the pipeline either in sections or as a unit before
any resurfacing is done, provided, however, that resurfacing at intersections
may be done prior to testing. The pipe shall not be tested before the
mortar lining and coating on all of the pipe lengths in the line have attained
an age of 14 days, The test shall be made by closing valves when available,
or by placing temporary bulkheads in the pipe and filling the line slowly
with water. Water for testing and disinfecting will be furnished by the City.
Care shall be used to see that all air vents are open during the filling.
After the line, or section thereof, has been completely filled, it shall be
allowed to stand under a slight pressure for a sufficient length of time to
allow the mortar lining to absorb what water it will and to allow the escape
of air from any air pockets, During this period, the bulkheads, valves,
and connections shall be examined for leaks. If any are found, they shall
be stopped, or in case of leakage through valves in the main line or through
bulkheads, provisions shall be made for measuring such leakage during the
test. The test shall consist of holding the test pressure on each section of
the line between valves or bulkheads for a period of 4 hours, The test
pressure at the lowest point in the line, or in the section of line being tested,
shall be 110 percent of the design pressure for the line at the above men -
tioned low point, as shown on the drawings. The water necessary to maintain
this pressure shall be measured through a meter or by other means satis-
factory to the Engineer. The leakage shall be considered the amount of water
entering the pipeline during the test, less the measured leakage through
valves and bulkheads. This leakage shall not exceed 25 gallons per inch of
diameter per mile per 24 hours. Any noticeable leaks shall be stopped and '
any defective pipe shall be replaced with new sections,
110, 02 DISINFECTING
(a) GENERAL, Disinfection shall be accomplished by chlorination after the
line has been tested for leakage.
(b) PRELIMINARY FLUSHING. Prior to chlorination, the main shall be
thoroughly flushed.
(c) CHLORINATION, A chlorine -water mixture shall be applied by means of
a solution -feed chlorinating device. The chlorine solution shall be applied
at one end of the pipeline through a tap, in such a manner that,as the pipeline
is filled with water the dosage applied to the water entering the pipe shall
be about 25 ppm, or enough to meet the requirement of Subsection (d) follow-
ing. Care shall be taken to prevent the strong chlorine solution in the line
being treated from flowing back into the line supplying the water.
C -38
!t
•
SECTION 110, 03
TESTING AND DISINFECTING
(d) RETENTION PERIOD, Chlorinated water shall be retained in the pipeline
long enough to destroy all nonspore -forming bacteria. This period shall be
at least 24 hours. After the chlorine- treated water has been retained for
the required time, the chlorine residual at the pipe extremities and at other
representative points shall be at least 25 ppm. This procedure shall be
repeated, if necessary, until samples of water, as determined by the Engineer
show the main to be in a sterile condition.
(e) CHLORINATING VALVES. During the process of chlorinating the pipeline,
all valves or other appurtenances shall be operated while the pipeline is filled
with the heavily chlorinated water.
(f) FINAL FLUSHING. Following chlorination, all treated water shall be
thoroughly flushed from the pipeline at its extremities. Should the initial
treatment fail to produce satisfactory disinfection of the pipeline, as evidenced
by the chlorine residual, the chlorination procedure shall be repeated until
acceptable results are obtained..
110. 03 CONNECTIONS TO EXISTING SYSTEM
Where connections are to be made to the. existing system, 2 to 4 ounces of
HTH shall be placed in the pipe at each point where the existing main is cut;
The new pipe and fittings at such connections shall be swabbed internally
with an approved chlorine solution. The Contractor shall notify the Engineer
at least 24 hours in advance of the time at which he proposes to make the
connections to the existing mains. Connections to the existing system shall
be made only in the presence of the Engineer.
C -39
♦ R .
SECTION 111, 01
i'
PAVING
111.01 GENERAL
Resurfacing shall conform to the requirements of the agency having juris-
diction over the particular street or highway, and as specified herein.
Resurfacing shall match, as close as practicable, the existing pavement in
color and surface texture. References made in these specifications to types
and classes of materials shall be understood to refer to the State of California,
Division of Highways, Standard Specifications.
111. 02 TEMPORARY RESURFACING
Temporary resurfacing shall consist of SC -800 plant mix surfacing placed
either over the aggregate base or over compacted backfill. The compacted
thickness of temporary resurfacing shall be not less than 1 inch.
111.03 PERMANENT RESURFACING
(a) MATERIALS AND THICKNESSES. Resurfacing shall consist of Type B
asphaltic concrete over Class 2 aggregate base (max. size 1 -1/2 inches).
The compacted thickness of the asphalt concrete shall be equal to the
thickness of the existing pavement, or 2 inches, whichever is greater. The
compacted thickness of the aggregate base shall be equal to the thickness of
the existing base, or 6 inches, whichever is greater.
(b) CONSTRUCTION. The pavement shall be constructed in one or more
courses as required. The maximum compacted thickness of an asphaltic
concrete course shall be 2 inches. Each layer shall be,,thoroughly com-
pacted using suitable rollers.
C_ -40
NOTICE TO BIDDERS:
CITY OF NEWPORT BEACH
PUBL "C WORKS DEPARTMENT
CONTRACT NO. 1019
THE CONSTRUCTION OF I$" TRANSMISSION MAIN IN
JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD
ADDENDUM NUMBER I
PLEASE REVISE THE PLANS BY DELETING THE HARNESS SET AS SHOWN ON THE DETAIL,
SHEET 5, ENTITLED.
"DETAIL OF PIPING AT BRIDGE ABUTMENTS"
ATTACHED IS A PRINT OF THE REVISED DRAWING TO REPLACE SHEET 5 IN YOUR SET OF
THE PLANS.
THE CORRECT SLEEVE COUPLING DETAIL WITHOUT THE HARNESS SET IS AS SHOWN ON
SHEET 5 "DETAIL OF SLEEVE TY ?E COUPLING CONNECTION."
PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEETO OR
INDICATE RECEIPT BY /INNSETING A COPY OF 'THIS ADDENDUM WITH YOUR PROPOSAL.
BENJAMIN B. NOLAN
CITY ENGINEER
MJA:NAJ
MARCH 30, 1966
0
TO: Finance Director
FROM: City Clerk
SUBJECT: Contract
Contract No. 1019
0
Date April 21, 1966
Authorized by Resolution No. 6330 , adopted or. April 11, 1966
Date Mayor and City Clerk executed Contract April 21, 1966
Effective date of Contract April 21, 1966
Contract with Cabildo Corporation
Address 10506 Shoemaker, P. 0. Boot 2848
Santa Fe Springs, California
Brief description of Contract For` the Construction of 18" Transmission Main
in Janboree Road from Eastbluff Road to Palisades Road
Amount of Contract $64,600.00
City Clerk
1
2 A MWOLUTION OF us Crrf Ci? IL OW CITY OAT ..
MOMT lRACR AUODING A OWS= Ift THE
3 CONSTRUCTION Of THE LS" WAM.WRIMISSIOR MAIN..
10 ,i lk Mb F f6"T&A" S"D iO PA1I46A
4c�nv (Caear x kFlk9;
5 WWC3 W. purswot to the ponce invituo Bids for vWk
6 oe of tbt 4. trUot sg. of ti;a ;ids` waster tranvoiSPift atsiR
7 fan jaidear Road frog S;"tmw Toad to paltwos R0e4 in tha
8 City of Newport bo"bo 4a a"ordax t with the plow aad speciii-
9 cati us herstofore ach ed, Lida vere rataivsd oft the 6th 41 Of
10 April" 1%61 and publisit , " and 444I& rstd; an+3
11 WHOUSO it vs that tho iaawot rq*pQM# ble bidder
12 tbuefor is cabii4a Carpvratiou;
13 Tit €> , At Ix 1940mv that the Oid of Gabildo
14 corpovatien in size Amount of $64,OW bo 041Capted aad that the
15 contract for the coasetrustion v=k ba swam to S&U biddty*
16 BE IT FURTHU USOLM that the mayor and City t;uvn k
17 We be"by autiwctsed sad dirsctad W eta a ssU trac a iz
18 acc;osdgues sith the spocifi"tious, bid and this avaerd 4* beheld
19 of i*p City of Newport b aech, and that the City ClArk be dirMeted
20 to fu=Lob an eaatutod copy W th4 MM- r-eacful btddas.
21 ABU= this il.... h... -... day of April
22
23 - .+— ........^ Wayor
24 ATTFM:
25
26 -city clock
27
28
29
30
31
32
,va v .✓.�" • .t �YRai(_il�d ' =•� .;.5�°3 ..*i .M a.i... N�.e -Nee 'ifiEL`ffii'. ... .(ijiR.laY]'ii?'. .. _fiC�
• •
April 29, 1966
Mrs. Marta Valdez, Secretary
Economy Forms Corporation
P. 0. Boy. 71857
Los Angeles, California 90001
Dear Mrs. Valdez:
The contract for the Jamboree Road water transmission main
(Contract 1019) was awarded to Cabildo Corporation.
Very truly yours,
Margery Schrouder
City Clerk
City of Newport Beach
M
I
Economy FORMS CORPORRTion
STEEL FORMS FOR CONCRETE CONSTRUCTION
HOME OFFICE • DES MOINES. IOWA
FORMS
PHONE LUDLOW 1.7281 P. O. BOX 71857
LOS ANGELES, CALIF. - 90001
April 27, 1966
City of Newport Beach
Margery Schrouder, City Clerk
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
One of our reporting services informs us that you have requested
bidding on the Jamboree Road Water Transmission Main (contr 1019)
Newport Beach. The bids were due April 6, 1966.
We would like to know which contractor was awarded this project.
This information would be greatly appreciated, as it provides
leads for our salesmen to follow.
Very truly yours,
ECONOMY FORMS CORPORATION
Marta Valdez
Secretary
MV:msv
0 •
City Clerk
April 21, 1966
Public Works Director
City Clerk
Contract for the Construction of 18" Transmission Main in
Jamboree Road from Eastbluff Road to Palisades Road
Attached are two executed copies of subject contract, one for your files
and one for the contractor.
Margery Schrouder
MS /mjc
Encl.
•
NO.
CITY OF NEWPORT BEACH
PUBLIC WORKS
DEPARTMENT
E
Date APRIL 21. ]9
TO: CITY CLERK
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF 18" TRANSMISSION
MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD
ATTACHED ARE 4 COPIES OF THE SUBJECT DOCUMENT FOR EXECUTION
BY THE CITY.
THESE DOCUMENTS HAVE BEEN APPROVED AS TO FORM BY THE CITY
ATTORNEY.
IN THE APPROPRIATE BLANK INSERT DATE ON WHICH THE DOCUMENT
IS EXECUTED BY THE MAYOR.
PLEASE EXECUTE AT THE EARLIEST POSSIBLE DATE.
AFTER EXECUTION BY THE CITY PLEASE RETAIN THE COPY MARKED
"CITY CLERK" FOR YOUR FILES SEND THE COPY MARKED "FINANCE" TO THE
FINANCE DEPARTMENTS AND RETURN THE REMAINING TWO COPIES TO THIS OFFICE.
MICHAEL J. ANDERSON
ASSOC. CIVIL ENGINEER
ATTS: 4
MJA:NAJ
0
APRIL 11, 1966
TO., CITY COUNCIL
FROM: PUBLIC WORKS DIRECTOR
SUBJECT: THE CONSTRUCTION OF THE 18" WATER TRANSMISSION MAIN IN JAMBOREE ROAD
FROM EASTBLUFF ROAD TO PALISADES ROAD (CONTRACT NO. 1019)
RECOMMENDATION:
ADOPT A RESOLUTION AWARDING THE CONTRACT TO CABILDO CORPORATION
FOR $64,600.00 AND AUTHORIZING THE MAYOR AND THE CITY CLERK
TO EXECUTE THE CONTRACT.
DISCUSSION.
Si.X BIDS WERE RECEIVED AND OPENED IN THE OFFICE OF THE CITY CLERK AT
10°00 A.M. ON APRIL 6, 1966.
BIDDER TOTAL
CABILDO CORPORATION $64,600.00
SANTA FE SPRINGS -
E. L. SELLARS & COMPANY $64,89o.00
ANAHEIM
ROSECRANS CONSTRUCTION $65,165.00
COMPTON
WILLIAM B. LONG CONSTRUCTION $66,166.00
CITY OF INDUSTRY
G. R. McKERVEY $67,546.65
SOUTH LAGUNA
FAMCO CONSTRUCTION $74;580.00
SANTA ANA
cz
THE LOW BID i5 3.7% ABOVE THE ENGINEERS ESTIMATE OF $62,200.00. THE
FOLLOWING LISTS THE TOTAL COST OF THE PROJECT.
CONSTRUCTION
$62,200.00
ENGINEERING COST
5,000,0.00
CONTINGENCIES (3 %)
1,800.00
TOTAL
$69,000.00
THE AMOUNT BUDGETED IN ACCOUNT N0. 50- 9297 -025 i5 $50,000.00. THE ORIGINAL
BUDGET ESTIMATE, PREPARED IN 1964 FOR THIS .PROJECT, WAS BASED ON PRICES BID FOR A i-
SIMILAR PROJECT IN EASTBLUFF DRIVE CONSTRUCTED IN 1963 -1964. THE DIFFERENCE IN COST -.
APPEARS TO BE DUE TO THE ORIGINAL ESTIMATE BEING TOO LOW AND TO - RECENT INCREASES IN
CONSTRUCTION COSTS. IT IS FELT THE LOW BID RECEIVED REPRESENTS A FAIR PRICE FOR THE
WORK. A BUDGET AMENDMENT IN AN AMOUNT OF $19,000.00 HAS BEEN PREPARED FOR COUNCIL
CONSIDERATION IN THE EVENT THAT AWARD IS MADE TO THE CA13ILDO CORPORATION. SUFFICIENT
FUNDS ARE AVAILABLE IN THE WATER FUND UNAPPROPRiATED.SURPLUS.
0
TO: CITY COUNCIL 4 -11 -66
SUBJ: 18^ WATER TRANSMISSION MAIN 2.
THE CONSTRUCTION WILL COMPLETE THE EASTERLY END OF THE UPPER BAY LOOP BY
EXTENDING THE EXISTING 18" WATER MAIN AT JAMBOREE ROAD AND EASTBLUFF DRIVE TO THE
METROPOLITAN WATER DISTRICT CONNECTION AT JAMBOREE ROAD AND PALISADES ROAD. THIS
MAIN WILL PROVIDE A SECONDARY SERVICE FEED TO THE EASTBLUFF AREA.
CONSTRUCTION WILL BE COORDINATED WITH THE JAMBOREE ROAD PAVING AS PART OF
THE CURRENT CONSTRUCTION AND WITH THE PROPOSED PAVING WORK IN PALISADES ROAD.
HLTHOUGH THE ESTIMATED DATE OF COMPLETION OF THE CONTRACT IS SEPTEMBER 17,
1966, IT IS EXPECTED THAT THE PIPE WILL BE INSTALLED BY APPROXIMATELY JUNE 20, 1966.
THE DELAY WILL BE DUE TO THE LONG DELIVERY TIME REQUIRED FOR THE NEW 151, VALVES.
MJA;VR
VLIN
DIRECTOR
ATTEST TO OPENING BIDS
CITY CLERK
CITY OF NEWPORT BEACH r
CITY ATTORNEY
DEPARTMENT
April 8, 1966
To: City Clerk
From: City Attorney
Subject: Resolutions awarding contracts
The attached resolutions, if adopted by the City Council, will
award contracts as follows:
1. To Cabildo Corporation for the construction of the 18"
water transmission main in Jamboree Road from Eastbluff
Road to Palisades Road for the amount of $64,600.
2. To R. M. Vukanovich Construction Co. for work consisting of
the sewer main construction and repairs in 17th Street, 19th
Street and Via Lido Soud for the amount of $13,018.40.
/A. i
Tully Seym r
City Attorney
THS:aem
Attachs.
cc - City Manager
Public Works Director
•
0 � - ) J 11
April 8, 1966
Rogers 6 Davies Pipeline Contractors
5045 State Street
Ontario, California 91,762
Gentlemen:
ihclosed is your unopened bid which was filed in the City Clerk's
office at 10:05 A.M. on April 6, 1966, in connection with Newport
Bench Contract No. 1019 for tlA� construction of 18" water min in
Jamboree Road. Since the bid taas received after 10: A.N., the City
Clerk bas not opened the bid in compliance with instructicps fmn
the City Engineer and tae City Attorney.
Very truly yrurs,
Maxg.ery Schrouder
City Clerk
City of Newport Beach
MS /mjc
Encl.
cc: City Attorney
Public Works Department
Unopened bid returned to bidder upon the instructions of Ben Nolan,
City Engineer.
0 0
Y- (I - (�c.
CITY OF NEWPORT BEACH
PUBLIC WORKS
DEPARTMENT
Date APRIL 6, 1966
NO.
TO: CITY CLERK
FROM: CITY ENGINEER
SUBJECT: BID OPENING FOR 18" WATER MAIN IN JAMBOREE ROAD, C -1019
YOU HAVE ASKED AN OPINION AS TO WHETHER OR NOT THE BID
RECEIVED FROM ROGERS & DAV IES FOR CONTRACT 1019 SHOULD HAVE BEEN
OPENED.
AFTER DISCUSSING THE CIRCUMSTANCES CONCERNING THIS MATTER
WITH THE CITY ATTORNEY, IT IS OUR OPINION THAT IT WAS PROPER NOT TO
OPEN THE BID FOR THE REASON THAT IT WAS RECEIVED IN THE OFFICE OF
THE CITY CLERK AFTER 10 A.M., THE TIME SET FOR RECEIVING BIDS.
BBN:VR
CITY byTORNEY
BENJAMIN B. NOLAN
CITY ENGINEER
0
TO: CITY COUNCIL
FROM: PUBLIC WORKS DIRECTOR
0
MARCH 14, 1966
Z,''
SUBJECT: PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF THE 18" WATER TRANSMISSION
MAIN IN JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD.
(CONTRACT NO. 1019)
RECOMMENDATIONS:
1. APPROVE THE PLANS AND SPECIFICATIONS.
2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE OPENED AT 10:00
A.M. ON APRIL 61 1966.
DISCUSSION:
THE ESTIMATED
ACCOUNT N3. 50- 9297 -025
ADDITIONAL $5000 FOR ENS
BY JAMES M. MONTGOMERY,
BIDS. SUFFICIENT FUNDS
COST OF CONSTRUCTION IS $62,200. THE AMOUNT BUDGETED IN
IS $50,000. THE TOTAL COST FOR THE PROJECT WILL INCLUDE AN
IINEERING SERVICES FOR*THE*PAEPARATION*OF PLANS AND SPECIFICATIONS
INC. A BUDGET AMENDMENT WILL BE SUBMITTED AFTER RECEIPT OF
ARE AVAILABLE IN THE UNAPPROPRIATED WATER SURPLUS.
THE CONSTRUCTION WILL PROVIDE FOR THE COMPLETION OF THE EASTERLY END OF THE
UPPER BAY LOOP BY CONNECTING THE NEW 18" TRANSMISSION WATER MAIN TO THE M.W.D.
CONNECTION AT PALISADES AND JAMBOREE ROADS FROM THE'END OF THE EXISTING III" MAIN
AT EASTBLUFF DRIVE. WITH THE NEW CONNECTION,'THE EASTBLUFF AREA Will. BE SERVICED
DIRECTLY FROM THE M.W.D. ORANGE COUNTY FEEDER, AS WELL AS FROM BIG CANYON RESERVOIR.
THE MAIN WILL BE LOCATED ADJACENT TO THE NEW EDGE OF PAVEMENT IN THE MEDIAN
STRIP IN JAMBOREE ROAD AND WILL BE ATTACHED TO THE BRIDGE DECK OVER SAN DIEGO CRE". '
A SPECIAL DESIGN HAS BEEN INCORPORATED AT THE CONNECTION TO THE BRIDGE WHICH WILL
PROVIDE FOR SETTLEMENT IN THE ROADWAY FILLS.
ALTHOUGH THE ESTIMATED DATE OF COMPLETION OF THE CONTRACT IS SEPTEMBER 17,
1966, IT IS EXPECTED THAT THE PIPE WILL BE INSTALLED BY APPROXIMATELY JUNE 20, 19666.
THE DELAY IN THE COMPLETION WILL BE DUE TO THE LONG DELIVERY TIME REQUIRED FOR THE
NEW 18" VALVES.
EPH T�.\DEVLIN
LIC WoMs DIRECTOR
:NAJ
rA-1- r
if
`LEGAL NOTICE , :.,
,y/GlTy OF NF,WPORT.B A ,
CALIFORNIA
NOTICE OF INVITING BIDS
SF:ALF.D BIDS will be re-
,eived at the office of the Citv
Clerk, City Hall, Newport Beach,
California, until 10:00 a.m. on
the 6th day of April, 1966, at
which time they will be pub -
U.1y opened and read, for per-
forming work as follows:
THE CONSTRUCTION OF 18"
TRANSMISSION MAIN IN
JAMBOREE ROAD FROM
EASTBLUFF ROAD TO
PALISADES ROAD
(CONTRACT ]019)
No bid will be received unless
it is made on a proposal form
furnished by the Public Works
Department. Each bid must be
accompanied by cash, certified
check, or bidder's bond made
payable to the City of Newport
Beach for an amount equal to
at least 10 percent of the
amount bid.
The documents included with-
in the sealed bids which require
con, ppletion and execution are
the following:
1. - Proposal
2 Page 3 - Designation of
Sub - Contractors
3. Page 4 - Bidder's Bond
4. Page 9 - Non-Collusion
Affidavit
5. Page 10 - Contractoi s Fi-
nancial Status
The documents shall be af-
fixed with the appropriate and
correct signatures and seals of
the corporation, partnership,
joint venture and /or individual.
Iin accordance with the pro-
visions of Section 1770 of the
Labor Code, the City Council
of the City of Newport Beach
has ascertained the general
prevailing rate of per diem
wages in the locality in which
the work is to be performed for
each craft or type of workman
or mechanic needed to execute
the contract and is set forth in
No. 5729. A copy
of sa:A Resolution is available
;n ,he office of the City Clerk
in the City of Newport Beach.
All bids are to be compared
.:o 'he `. as is of the F.ngi¢cer's
3sttm.,t, of the quantities of
work to be done.
No bid will be accepted from
a Contractor who has not been
licensed in accordance with the
provisions of Chapter 9, Divi-
sion Ili of Business and Profes-
sions Code.
Plans and specifications,
forms of proposals, bonds, and
contract may be obtained at the
Public Works Department, City
Hall, Newport Be,,_h, Califor-
nia.
A non-refundable charge of
$2.00 will be required for each
set of Standard Specifications.
A refundable deposit of $5.00
will be required for each set of
plans, special provisions, and
contract documents. No refunds
will be made later than 60 days
after award of the bid.
The City of Newport Beach
reserves the right to reject any
or all bids and to waive any
informality in such bids.
CITY OF NEWPORT BEACH,
CALIFORNIA
MARGERY SCHROUDER,
Cite Clerk
. ljarch 17, 1966 in
s 0 •
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE OF INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT
BEACH, CALIFORNIA, UNTIL 10:00 A.M. ON THE 6TH DAY OF APRIL, 1966) AT WHICH TIME THEY
WILL BE PUBLICLY OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
THE CONSTRUCTION OF 18" TRANSMISSION MAIN IN JAMBOREE ROAD.
FROM EASTBLUFF ROAD TO PALISADES ROAD
(CONTRACT 1019)
NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE
PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR
BIDDERS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT
LEAST 10 PERCENT OF THE AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECU-
TION ARE THE FOLLOWING:
1. - PROPOSAL
2. PAGE -DESIGNATION OF SUB- CONTRACTORS
3. PAGE 4 - BIDDERS BOND
f� PAGE 9 -NON- COLLUSION AFFIDAVIT
5- PAGE 10 - CONTRACTOR'S FINANCIAL STATUS
THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE AND CORRECT SIGNATURES AND SEALS OF
THE CORPORATION, PARTNERSHIP, JOINT VENTURE AND /OR INDIVIDUAL-
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY
COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER
DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE
OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND IS SET FORTH IN RESOLUTION NO.
6258. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY
OF NEWPORT BEACH.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE OF THE QUANTI-
TIES OF WORK TO BE DONE.
NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE
WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE.
PLANS AND SPECIFICATIONS, FORMS OF PROPOSALS, BONDS, AND CONTRACT MAY BE OBTAINEB•
AT THE PUBLIC WORKS DEPARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA-
A NON - REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF STANDARD SPECI-
FICATIONS. A REFUNDABLE DEPOSIT OF $5.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL
PROVISIONS, AND CONTRACT DOCUMENTS. NO REFUNDS WILL BE MADE LATER THAN 60 DAYS AFTER
AWARD OF BID.
THE CITY OF NEWPORT BEACH RESERVE'S THE RIGHT TO REJECT ANY OR ALL BIDS AND TO
WAIVE ANY INFORMALITY IN SUCH BIDS.
CITY OF NEWPORT. BEACH, CALIFORNIA
MARGERY SCHROUDER, CITY CLERK
m
m
"1
O
T
k
....ter �.
y.�
co
AYYYAY�grin
C
mo-ir
mm>
0
I
I
NOME
11111111111
�1
y.�
co
t �
C
mo-ir
mm>
0
I N
co
1
co
PROPOSAL FOR CONTRACT NO. 1019
THE CONSTRUCTION OF IS" TRANSMISSION MAIN IN JAMBOREE ROAD
TO THE HONORABLE CITY COUNCIL
CITY OF NEWPORT BEACH
i CALIFORNIA .
THE UNDERSIGNED DECLARES THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PROPOSED
WORK AND HE HAS READ THE NOi10E INVITING BIDS, THAT HE HAS EXAMINED THE PLANS, CITY OF
NEWPORT B£AS.H DRAWINGS W- 5030-51AND SPECIFICATIONS FOR'THE CONSTRUCTION OF AN Of
TRANSMISSION MAIN IN JAMBOREE ROAD, CONTRACT NO. 1019, AND HEREBY PROPOSES TO FURNISH AND
INSTALL ALL PIPES, VALVES, MISCELLANEOUS MATERIALS, CONNECTIONS, STRUCTURES, AND y
APPURTENANCES REQUIRED TO COMPLETE THE WORK IN ACCORDANCE WITH SAID PLANS' THE STANDARD
SPECIFICATIONS OF THE CITY OF NEWPORT BEACH, THE SPECIAL CONDITIONS,AND THAT HE WILL TAKE
IN FULL PAYMENT THEREFOR THE FOLLOWING UNIT PRICES FOR EACH ITEM COMPLETE IN PLACE, TO
WIT:
ITEM N0. ITEM DESCfi[PTION AND PRICE WRITTEN IN WORDS AMOUNT
LUMP SUM ITEM
CONSTRUCTION OF APPROXIMATELY 3090 LIN FT. OF 18-IN.
(MEASURED MEASURED HORIZONTALLY) FROM STA -0+09 TO
STA. 30+79, ASSOCIATED PIPING, VALVES, FITTINGS,
SUPPORTS, STRUCTURES AND APPURTENANCES FOR THE LUMP
SCUM PRICES OF 1f yy.
J i%C'IC�" r01%R. �H�VSPUP �1)1.- VW*kal -LARS
A AND
lu CENTS LA LQo
LUMP SUM LUMP SUM
ADDITIVE AND DEDUCTIVE ITEMS
2. CONSTRUCTION OF STRAIGHT 18-IN. PIPELINE (DESIGN PRESSURE
OF 150 PSI) UNDER ITEM 1: FOR MORE OR LESS THAN THE
QUANTITY SHOWN ON THE DRAWINGS (MEASURED HORIZONTALLY):
ADD -OR DEDUCT
DOLLARS
AND 1
�ICrF+T`�-' I IJE CENTS $ !�g
PER LINEAR FOOT PER LINEAR FOOT
3. FOR CHANGES IN EARTHWORK QUANTITIES DUE TO CHANGES
IN GRADE OR UNSATISFACTORY BEDDING CONDITIONS,
RESULTING IN TRENCH OR STRUCTURE DEPTH CHANGES OF 6
IN. OR GREATER: ADD OR DEDUCT
SC jc-N DOLLARS
�- AND
CENTS y I
PER CUBIC YARD PER CUBIC YARD
ITEM ND. ITEM DESCRIPTION AND PRICE WRITTEN IN WORDS AMOUNT
ADD A ITEMS-CONT.
�4. FOR IMPORTED SAND BEDDING OR BACKFILL(SAND
EQUIVALENT OF NOT LESS THAN 30) FOR MCRE OR
LESS THAN THE QUANTITY SHOWN ON THE DRAWINGS:
ADD OR DEDUCT. `''
S E1_J Gry _ DOLLARS
AND
F\ FT�I CENTS
PER TUN
5. FOR UNDERGROUND UTILITY SUPPORTS, FOR MORE OR LESS
THAN THE QUANTITY SHOWN ON THE DRAWINGS:
ADD OR DEDUC .
IFT \I DOLLARS
AND
U CENTS
EACH
P.2
$ 1 !2)
PER TON
s Sa p0
EACH
0
Pi
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER., IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURESI THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICES THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON. THE BASIS OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID-
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (10) DAYS NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATU RED THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE
THE REGISTRATION OF CONTRACTORS, LICENSE N0. .Z (DC;
ACCOMPANYING THIS PROPOSAL IS } p D ev-
CASH- CERTIFIED
IN AN AMOUNT NOT LESS THAN tO PERCENT OF THE TOTAL BID
C� }3) ci
PHONE NUMBER
Dar
I O�-b (o S. S-,,,E NA wc-e-
SffN'c-P, Cl�—:: SP6LtNQcS }CYKlF
BIDDERS ADDRESS
STApA�TE OF CALIFORNIA PROVIDING FOR
>SCJ
N O
CHECK, CASHIERS CHECK OR BOND
,PR ICE•
3 I L CJ G CC�a C>Cl Q f�'11 pN
BIDDERS NAME
�AUl HOR IZED -S (GNAT 6AE!""'�
PRESIDENT
UTHORIZED JIGNATURE
cO6LPo6- p;T(ON
TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO- PARTNERSHIP
(SEAL)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP:
FA 1 7 S m } 1-1
ALL L�
I'taW\ C"YZ W �� N Vl
Ja "k,4
?11QESIOT rvlP}tJACcEfL
V}CC�QKtQHy -1
UIcE VfLc< IDe-T-
0
NOTICE TO BIDDERS:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1019
THE CONSTRUCTION OF 18" TRANSMISSION MAIN IN
RFC
Fj CFO
gaAto I X966
JAMBOREE ROAD FROM EASTBLUFF ROAD TO PALISADES ROAD
ADDENDUM NUMBER I
PLEASE REVISE THE PLANS BY DELETING THE HARNESS SET AS SHOWN ON THE DETAIL,
SHEET 51 ENTITLED.
"DETAIL OF PIPING AT BRIDGE ABUTMENTS"
ATTACHED IS A PRINT OF THE REVISED DRAWING TO REPLACE SHEET 5 M YOUR SET OF
THE PLANS.
THE CORRECT SLEEVE COUPLING DETAIL WITHOUT THE HARNESS SET IS AS SHOWN ON
SHEET 5 "DETAIL OF SLEEVE TYPE COUPLING CONNECTION."
PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEET, OR
INDICATE RECEIPT BY INSSETI,NG A COPY OF THIS ADDENDUM WITH YOUR PROPOSAL.
BENJAMIN S. NOLAN
CITY ENGINEER
MJA: NAJ
MARCH 30, 1966
. • .PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB'- CONTRACTORS - LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH.
ITEM OF WORK SUB- CONTRACTOR
. ADDRESS
1. C,,, hGIL-(r, d"LT$
2. CHLbQt,]P otO I �p I&PCE AtywtAC -IItA
3•
4.
5•
6.
CR0IL on a5i2 Pc)2fallON
BIDDERS NAME
U`A THORILED SIGNA E�p�li�_
PRFS/DENT
Cc�dz- rar l e c I
TYPE OF ORGANIZATION .
(INDIVIDUAL, COPARTNERSHIP OR CORPORATION)
1 C, S G (o 4:� S T-1-o t &A MC �
A Ce5 S194`1n�s �cl�
ADDRESS
� C�9
.n
0 •
��
NOME OFFICE MENLO PARK, CALIFORNIA
PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS,
Bond No. 070096
'Wha rl:..a:,. a: 6tlalged for reds
Bond is included in that shown
on the Annual Bid Bond."
That we, CABILDO CORPORATION, P. 0, Box 2868, Santa Fe Sp ;inRS, California
as Principal, and the ARGONAUT INSURANCE COMPANY, a corporation organized under the laws of the
State of California, as Surety, are held and firmly bound unto _CITY OF NEWPORT BEACH, California
(hereinafter called the obligee)
in the full and just sum ofTen Percent of total amount of the bid Dollars, (S 10% ---- - - - - -- )
for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the said PRINCIPAL has submitted the accompanying bid dated
for
18 —inch transmission main. Jamboree Road. East Bluff to Palisades Road — Contract No.
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within
such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to
the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise
to remain in full force and effect.
Signed and Sealed this
day of ---April = ..1966
CABILDO CORPORATION
BY • P. -SMITH
PRESIDENT :.. .
ARGONAUT INSURANCF, COMPANY
8f B Mi r ATTORNEY -IN -FACT
F ID -1012 •Rl
STATE OF
ss.
COUNTY OF
I On this _ 7th day of April , jy 6_
before me, a Notary Public, within and for said County and State, personally appeared
to me personally known, who being duly sworn, upon oath, did say that he is the Agent and Attorney - in - fact of and
for the ARGONAUT INSURANCE COMPANY, a corporation created, organized and existing under and by virtue of
the laws of the State of California that the Corporate seal affixed to the foregoing within instrument is the seal of
said Company; that the seal was affixed,and the said instrument was executed by authority of its Board of Directors;
and the said Jay B. Miller
did acknowledge that he executed the said instrument as the free act a deed of said C;cmparyy,..'
OFFICIAL SEAL
MARTHA J. CHASE �-
'D NOTW�bBLIC CALIFORNIA =_ Martha J. tfiase Notary u lic
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY '� April 1969
F• 10.1057 .81 ........................ /My Commission expire��. Ap -3-f
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE,
PAGE 4
AS PRINCIPAL,
AND , AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF
DOLLARS
, LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS' WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND SUNDAY) FROM THE DATE OF THE
MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND,
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF
19
CORPORATE SEAL (IF CORPORATION)
(ATTAC.H ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
.:m
TITLE
PRINCIPAL
RETY
• • PAGE 9
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 AGGREMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF
NEWPORT BEACH 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 BIDDERS, WHICH TENDS TO
OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT
FOR BY THE ATTACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR
MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH
PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR
OR MATERIALMAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PRE-
VENT ANY SUBCONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT
USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY THAT NO
INDUCEMENT OR 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 WHOMSOEVER
TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS
THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WOMSOEVER 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.
P. SMITH
PRESIDENT
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS IO DAY OF ApRxL_ , 196 (, .=�: BOBBY G. WELLS
NOTARY PUBLIC, CALIFORI
PRINCIPAL OFFICE IN
MY COMMISSION EXPIRES: LOS ANGLES
S,,COUNTY
Mmyri n E -- es��9E
My Commisson E nires Feb. 7, 1967 O /��
NOTARY PUBLIC BOBWELLS
• PAGE 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(THE BIDDER 15 REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO 'THAT INCLUDED
IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH
WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY, EXPERIENCE, SKILL AND
BUSINESS STANDING =)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED SUBMITS
BELOW
A STATEMENT OF
THE WORK OF SIMILAR CHARACTER TO
THAT
INCLUDED IN l "HE PROPOSED
CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED.
LC.�i-flner WOW
'11
Qc.V n.1.A
y�>,c�.✓♦-
T`� p'Q of
c
OF Nu�(krLi'�;ErCtA
1,o00
WaTE,LINaI�F C�a
3 l,�
c ij:�
or- loeMr
1' np2K
�433�000pO
�I �clb' WAIE-rLWN(4
a
,Cc C'L
. .- � iCl) nn o C,
I L," i A_ kA
�j� P.. SMITH
PRESIDENT