Loading...
HomeMy WebLinkAboutC-1494 - Balboa noxious gas odor� May 22, 1973 S. Q. Halloran, Inc. P. 0. -,'ox 267 Newberry Springs, ,A 92365 Subject: Surety : Pacific Dnployers Insurance Company Bonds No. : M- 147,318 Project : Balboa Coves Odor Reduction System Contract No.: 1494 the City Council on May 7, 1973 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bands 35 days after Notice of Completion has been filed. '<Otice of Completion was filed with the Orange County Recorder on May 9, 1973, in Book 10687, Page 548. Please notify your surety om pa ny that bands may be releasee 35 days after recording date. Doris M. George Deputy City Clerk DMG:swk oc: Public Works Depa bnent RECORDING REQUESTED BY AND MAIL TO City of Newport Beach City Clerk 3300 Newport Blvd. Newport Beach, CA 92660 � 10230 F NOTICE OF COMPLETION PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. MAY 9 1973 J. WYLIE C,l';'. To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 20, 1973 the Public Works project consisting of Balboa Coves Odor Reduction System (C -1494) on which B. Q. Halloran, Inc. was the contractor, and Pacific Employers Insurance Company was the surety, was completed. VERIFICA I, the undersigned, say: CITY OF NEWPORT BEACH s Director 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 Mav 8, 1973 I, the undersigned, at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on May 7, 1973 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 May 8, 1973 at Newport Beach, California. T 9 a CITY OF NEWPORT BEACH CALIFORNIA Date: May 8, 1973 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Balboa Covc4 Odor Ze3uction 'vstem Contract No. 1491 City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 on which B. �. i`aI-:oran, uic. was the Contractor and paci fic Employers Insurance Oompany was the surety. Please record and return to us. Very truly yours, Laura Lagios City Cleric City of Newport Beach LL:dg Encl. 0 TO: Public Works Department FROM: City Clerk 0 Date ,tanuaiq 26, 1973 SUBJECT: Contract No. 0-1494 Project RaIhQA (Yves Odor Reduction %Mtem Attached is signed copy of subject contract for transmittal to the contractor. Contractor: B. O, Hallgren, Inc. Address: .qx 267, Newberry Springs, CA 92365 Amount: $ 27 r7g2.n_ Effective Date: 1 -24-73 Resolution No. 7904 Laura Lagios LL:dg Att. l: _ - . - . - cc: Finance Department [] 0 0 CITY CLERK CONTRACT NO. 1494 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS IYdN BALBOA COVES ODOR REDUCTION SYSTEM Approved by City Council this 711 day of NcVt e16 c I'� 1972. aura Lagios,City CC]erc SUBMITTED BY: B. Q. Halloran, Inc. Contractor P. 0. Box 267 � res3d Newberry Springs, CA 92365 ;ity Zip 714 - 257 -3330 _ Phone $22,792.00 Total Bid Price 0 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 9:30 A.M. on the 11 day of December 19 72 , at which time they will be opened and read, for performing work as follows: CONTRACT NO. Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. 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 title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non- collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an to he Cor orate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cant.) • 0 Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Sout ern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adapted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), 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, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works 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 under- signed 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying 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. 238219 Classification A Accompanying this proposal is , l.asnler -s tnecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714 - 257 -3330 Phone Number B. Q. Halloran, Inc. :Bidders Name S/ Bernard Q. Halloran, President (SEAL) Authorized Signature / / Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Bernard Q. Halloran, Pres. Geraldine M. Halloran, Sec. 0 DESIGNATION OF SUB - CONTRACTORS Page 3 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 Did, 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 Engineer. Item of Work Sub - contractor Address 1. 2., 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.. Bidder's Name Authorized Signature Type of rganization (Individual, Co- partnership or Corp) • Address FOR ORI&L SEE CITY CLERK'S FILE COPY. • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, B. Q. Halloran, Inc. , as Principal, and Pacific Employers Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of amount bid 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 Balboa Coves Odor Reduction System in the City of Newport Beach, is accepted by the City Councils 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, Sunday and Federal Holidays) 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 December , 19 72 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Janet M. Wheeler, Notary Public Comm. expires Nov. 7, 1976 B. Q. Halloran, Inc. Principal S/ Bernard Q. Halloran, resident Pacific Employers Insurance Company Surety By John C. Ingersoll Title Attorney in fact Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any'public officer of 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 arrange- ment 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 material - man which is not processed through said bid depository, or which prevent 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 induce- ment 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 whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this /D elt day of My commission expires: OFFICIAL SEAL , SARAH T. LAGASSE I'> NOTARY PUBLIC- CALIFOP.:,:';. .i A.1CoELES GDUN i( Aiy^ t rlss.00 Expires Mn /d.i:.i. 150 Metropole Ave., Avalon, Calif. 90704 FOR ORIGINAL SEE CITY CLERK'S FILE COPY. • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his financial responsibility. igne Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Signed BOND N(W- 147,318 Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 8, 1973 has awarded to B. Q. Halloran Inc. hereinafter designated as the "Principal ", a contract for Balboa Coves Odor Reduction System - Contract No. 1494 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 whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, B. Q. HALLORAN, INC. as Principal, hereinafter designated as the "Contractor ", and PACIFIC EMPLOYERS INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWENTYTWO THOUSAND SEVEN HUNDRED NINETY TWO AND Dollars ($ 22,792.00 ), said sum being equal to 100% 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 by 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 and 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. ( \ \ § 3! �) \ 0 ( � / +E(E \\ � \* } \\ \ \ / ) S | }i( § §ia . \ « ( \ \ § 3! �) ■ \ § \ 0 ( � / \\ � \* \ / ■ \ § 0 Page 11 (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 to 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 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, this insthument has been duly executed by the Principal and Surety above named, on the 9th day of JANUARY 1973 . B. .Q. HALLORAN, INC.1, (Seal) BY: x .w t( 7C (Sea}) , EXECUTED IN DUPLICATE. Approved as to form: r ity Attorney (Seal) Contractor PACIFIC EMPLOYERS INSURANCE GOMPANY (Seal) BY: ff� �� e (Seal ) M. W. RAMSEY ATTORNEY -IN -FACT. (Seal) urety - • BOND NO. W7,318 Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted January 8, 1973 has awarded to B. Q. Halloran, Inc. hereinafter designated as the "Principal ", a contract for Reduction System - Contract No. 1494 Balboa Coves Odor in the City of Newport Beach, in strict conformity with the Drawings and Specifications 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 per- formance 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 B..Q. HALLORAN, INC. as Principal, hereinafter designated as the Contractor and PACIFIC EMPLOYERS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ELEVEN THOUSAND THREE HUNDRED NINETY SIX AND NO /100 Dollars ($ 11,396.00 ) 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 subcontractors, 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 alto, 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 4204 of the Government Code of the State of California. 0 (Labor and Material Bond - Continued). 0 Page 9 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 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 such change, extension of time, alterations or additions to the terms of the contractor or to the work or to the specifications. 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, this instrument has been duly executed by the Principal and Surety above named, on the9th day of JANUARY 1973 B. Q. HALLORAN, INC. (Seal) BY:(/ Jz, _ _l �s 1 rSeal.) . (Seal) Contractor PACIFIC EMPLOYERS INSURANCE COMPANY (Seal). EXECUTED IN DUPLICATE. M. W. RAMSEY, ATTORNEY -IN -FA (Seal) roved as o form: 1 As y AttoFney This bond was approved by the City Council of the City of Newport Beach by motion on Date Attest: City Clerk .7 ! } �( .( , CD 0 o |) §; }( }� f,o \ { \( \ +`� � ((} ($/ §!! 2 \ ) /( \\ ( , ( ( { :\ e \ \ � ( , ( 0 0 CONTRACT THIS AGREEMENT, made and entered into this Page 12 day of JAN 2 4 1973 , 19�, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and B. 0. Halloran Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETH- That the parties hereto do mutually agree as follows; 1. For and 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 Balboa Coves Odor Reduction System - Contract No. and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; 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. 2. 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 arising 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 description 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 tube borne by the City,' and for well and faithfully completing 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 therefore the 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. 0 0 Page 13 S. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. 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 liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: Approved as to form: CITY OF NEWPORT BEACH, CALIFORNIA contractor (SEAL)-- By ,/` J. f ��C ��1`y C. . ✓�� 40V�z% lit le By: 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA COVES NOXIOUS ODOR REDUCTION SYSTEM CONTRACT NO. 1494 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the proposed work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1494 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Construct Noxious Odor Reduction (Pipe Bid is System, complete in place and ADS slotted operable for the Lump Sum Price of S /B.Q.Halloran) 2 3 Lump Sum Lump Sum Twenty one thousand nine hundred teibollars and no/ 100-- -------- --- --------- - - - - -- Cents Construct electrical service, complete in place for the Lump Sum Price of $ $ 21,910.00 Five hundred two and Dollars and 00 /100 -------------- ---- --- - - - - -- Cents $ $ Construct gas service complete in place for the Lump Sum Price of 502.00 Three hundred eighty Dollars and 00 /100 --------------------- - - - - -- Cents $ $ 380.00 0 0 PR2of2 TOTAL PRICE WRITTEN IN WORDS: Twenty -two thousand seven hundred ninety two Dollars and 00 /100 ------------------------------------- - - -- -- Cents LUMP SUM $ 22,792.00 CONTRACTOR'S LICENSE NO. 238219 B. Q. Halloran, Inc. Bidders Name DATE Dec. 11, 1972 Bernard Q. Halloran Aut/oriz d Signature BIDDER'S ADDRESS P. 0. Box 267 Newberry Springs, CA 92365 TELEPHONE NO. 714 - 257 -3330 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BALBOA COVES ODOR REDUCTION SYSTEM (C -1494) i. Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . 1 III. PLANS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . 1 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 VI. FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 VII. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS . . . . . 2 VIII. EXCAVATING AND BACKFILLING . . . . . . . . . . . . . . . . . . 2 IX. MATERIALS AND INSTALLATION . . . . . . . . . . . . . . . . . . 2 A. Pipe . . . . . . . . . . . . . . . . . . . . . . . 2 B. Burners, Blowers, and Motors . . . . . . . . . . . . . . . 2 X. NEW ELECTRICAL SERVICE . . . . . . . . . . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . 2 B. Codes . . . . . . . . . . . . . . . . . . . . . . . 3 C. Materials and Installations . . . . . . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . 3 2. Wire and Cable . . . . . . . . . . . . . . . . . . . . 3 XI. FOUNDATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XII• CONSTRUCTION SURVEY STAKING • • • . . • • • • • • • • • • • • 3 XIII. PROTECTION OF EXISTING UTILITIES • • • • . • • • • • • • • • • 3 XIV. UNFORSEEN DIFFICULTIES • • • • • • . • • • • • . . . • . . . . 4 i. 0 • BALBOA COVES ODOR REDUCTION SYSTEM (C -1494) INDEX - CONTINUED Page XV. CONNECTION TO EXISTING UTILITIES . . . . . . . . . . . . . . . . . 4 XVI. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. General . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. Electrical Service . . . . . . . . . . . . . . . . . . . . . . 4 C. Gas Service . . . . . . . . . . . . . . . . . . . . . . . . . 4 ii. • • SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR BALBOA COVES ODOR REDUCTION SYSTEM CONTRACT NO. 1494 I. SCOPE OF WORK The work to be done under this contract consists of installing a complete and operable odor reduction system adjacent which provides for the collection and burning of flammable gases originating beneath the surface of the ground. The Odor Reduction System will consist of a new underground gas collection system connected to two burners, each located at opposite ends of the collection system. An existing gas burner, blower, pump, motor and existing electrical and gas services east of the service station will be connected to the new collection system. A new gas burner, blower, pump, motor and electrical and gas services will be located in a private street just inside the entrance to Balboa Coves. The existing collection system will be abandoned in place. II. SPECIFICATIONS The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plan, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. III. PLANS The complete set of Plans for bidding and construction consists of two sheets, Drawing No. M- 5156 -5, Sheets 1 and 2. IV. TIME OF COMPLETION The work shall be completed within 60 days after execution of the contract by the City. V. PERMITS The City will be responsible for securing any required building permits, encroach- ment permits, and rights of entry from property owners. VI. FEES All permit fees normally charged by the City will be waived, except that all con- tractors and sub - contractors must possess current city business licenses. VII. PROTECTION VIII IX F1 • • SP2of4 RESTORATION OF EXISTING IMPROVEMENTS In addition to conforming to the requirements of the Standard Specifications, the Contractor shall exercise particular care in the removal and replacement of plant material and improvements, because all of the work will be constructed on private property. EXCAVATING AND BACKFILLING Excavations shall be performed in such a manner as to cause the least possible injury to sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary. The edges of all trenches shall be sawcut before the pavement is removed. All surplus excavated material shall be removed from the project and disposed of within 48- hours. MATERIALS AND INSTALLATION A. Pipe All buried pipe shall be schedule 40 polyvinyl chloride. Connections shall be made by solvent welding. Perforated pipe shall be shop - perforated with 12 one -half inch diameter holes per foot placed as shown on the drawings. Perforated pipe shall be laid level with perforations down and shall be covered with crushed rock fill and plastic covers. Non - perforated 6,1 diameter pipe comprising the gathering system shall be laid at a minimum slope of one -half inch per foot, sloping down away from the blowers. Crushed rock fill and plastic covers are not required in trenches over non - perforated pipe. B. Burners, Blowers, and Motors The new burner, blower and flare stanchion will be identical to the existing installation, except the burner orifice will be 2 inches in diameter. The orifice in the existing burner will be replaced with a 2 inch diameter burner orifice. The burner shall be as fabricated by Colley Engineers and Constructors, Inc., 311 W. 168th Street, Gardena, California 90247. The new blower shall be Buffalo Forge Company, Model BF 48F, 14 inch diameter blower with 7 inch diameter O.D. inlet and outlet ports. The new electric motor shall be a 1/3 horsepower Baldor Class 1, Group D, explosion - proof, 240 volt single phase, 1140 RPM electric motor. The flame stanchion will be as shown on the drawings. NEW ELECTRICAL SERVICE A. General The installation shall be a 240 Volt single phase service, 100 ampere capacity, with disconnect, meter box and circuit breaker mounted on the power pole adjacent to Lot 33, shown on the Plans. • • SP3of4 The service to the electric motor shall be a 1" diameter conduit with 3 - #10 wires and one bare #12 ground wire. Conduit above ground shall be steel electrical conduit. Conduit underground shall be PVC schedule 40. The Circuit Breaker shall be 240 Volt, 30 ampere, 2 pole. B. Codes All work and materials shall be in accordance with the Electrical Safety Orders of the State of California and the National Electrical Code. Nothing in the Plans or Specifications shall be deemed as permission to violate these codes or authorities. C. Materials and Installations 1. General Materials shall be new and shall bear the Inspection Label where subject to such approval. 2. Wire and Cable 1) 600 Volt conductors shall be copper, #10 AWG, solid. 2) Type THW, 600 Volt insulation shall be used for conductors. XI. FOUNDATIONS Foundations for flare stanchions shall be portland cement concrete, Type 6.0 -B -3000. The foundations shall rest on firm ground, and shall be poured monolithically. The exposed portion shall be formed to present a neat appearance. Conduit ends and anchor bolts shall be placed in proper position and to proper height, and shall be held in place by means of a template until the concrete sets. XII. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. Construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed for all items ordinarily staked at intervals normally accepted by the agencies and trades involved. Payment for construction and survey staking shall be included in the prices bid for the various items of work, and no additional allowance will be made therefor. XIII. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. The Contractor shall request each utility company to locate their facilities prior to performing work. The Con- tractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction. SP4of4 XIV. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the Contractor in writing. XV. CONNECTION TO EXISTING UTILITIES It shall be the responsibility of the Contractor to determine the existing condi- tions at the proposed connection points with existing utilities prior to beginning construction and to notify the engineer of any differences between the existing conditions and those shown on the plans. It shall be the Contractor's responsi- bility to provide all labor and materials necessary to connect the new Restroom sewer to the existing sewer main. XVI. PAYMENT A. General The lump sum price bid for work shall include full compensation for all labor and materials necessary for construction of the work complete in place. Payment for incidental items of work including removal and dis- posal shall be included in the lump sum price. B. Electrical Service The price paid for the electrical service shall include a complete connec- tion to the Southern California Edison Company facilities, including connec- tion charges, riser charges and meter charges. The contractor shall pay any riser or connection charges and any meter charges assessed by the Edison Company. C. Gas Service The price paid to the contractor for the gas service shall include a complete connection to the Southern California Gas Company facilities, including any connection charges and meter installation charges. The contractor shall pay any connection or meter change assessed by the Gas Company. INSERT NAME OF COMPANY � -t t �o PACIFIC INSURANCE CO erein _ _ _ _ _ „ -- � (H called the company) CERTIFICATE OF INSURANCE The company hereby states that it has issued to the in- sured named herein a policy or policies of insurance - :,i7J� �' i providing the types of insurance and limits of liability GSY . ^f NAMED INSURED AND ADDRESS set forth herein. This certificate of insurance neither tJEir L B. Q.HALLORAN, INC. 29976 Fort Cady Road Newberry Springs, California —� affirmatively nor negatively amends, extends or alters the coverage afforded by the policies scheduled here- in. It is furnished as a matter of information only, confers no rights upon the holder and is issued with the under- standing that the rights and liabilities of the parties will be governed by the original policy or policies as they may be lawfully amended by endorsement from time J to time. TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS OF LIABILITY BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY (Indicate by "X" In Box) NUMBER DATE DATE Comprehensive Automobile liability S xenon S occc.nnu.sa 0 ash 3 SIC ComprelnnsN. General Liability n Manufacturers' rtr, Lability L 4422203 12/18/72 12/18/73 s 2509000 P-ch a 100,000 0s rtes. C Owsers', Landl.,,J' and Tenants' Liability ,r d(CanlractualLiability inc. $ 5000000 0° rrenae 3 50011000 a99regale I PRODUCTS inc. 0( PROTECTIVE inc. $ 50011000 .......1. BROAD FORM EXCESS LIABILITY S .......te.produc"'complatad opmmiona Subl.ct 1. 1.11 zured retained limit and .ndarlying insvranca described in that policy. Coverage oeorded in accordance with the Workman's Compensation Law of the Stases specified in cabdiviMo. (a1 below and the Occupmioa.4 D+saase taw, if any, of such States. WORKMEN'S unless mhnrwise sgod in subdivision {b) below. COMPENSATION (a) lb) EMPLOYERS' LIABILITY COVERAGE B— EMPLOYEES SUBJECT TO COMPENSATION LAW (Unless Iherw4a sorted, the policy $ COVERAGE B— EMPLOYEES NOT SUBJECT TO COMPENSATION LAW umber, eeenive and expiration dmee e the same as those shown for work. INJURY BY ACCIDENT INJURY BY DISEASE men's compensmfan iraumnce) each $ employee eaah 3 employ.. $ each accident 99r.9pte 5 leach orb) MEDICAL 3 employee REMARKS ALL OPERATIONS OF THE INSURED JOB: Balboa Coves Odor Reduction System - Contract 1494 It is understood the City of Newport Beach is named as an additional insured under the policy but only with respect to operations under Contract #1494 above. It is further understood that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the Cit ew ort Be ch .Cit Hall New lit Beach Cat, of a registered written notice of such This cer i 1ta a Is issue a e Tea," o e person organization named below and the company will mail to such person or organization, at the address 'shown, notice of cancellation and, where possible, notice of any material change in any of the described policies. r � City of Newport Beach 3300 W. Newport Blvd. Date Newport Beach, California January 119 1973 Attention: Kenneth L. Perry By FR J. RYAN 8 Ir1p�kNy L Project Engineer Authorized Reprbsentatire, LIAR. 1618 R PRINTED IN V.S.A. Naffheastern Department Eastern Department Western Departmonl Pacific Department Buckeye Department Southeastern Department Southwestern Department 0 0 ::ERTIFICATE OF INSURANCE �,-he Conlinenial Insurazice-:1 Companies Gi N RAL OFFICES M(. -;c u,,, New York, Nevy Yq.k 1038 D E P A R NIEHTAL OFFICES . . . . . . . . 29! G;— Strpet, Glens Falls, New York 12801 . . . . . . . . 83 Ma:-"'en lane. New 'York, New York 10028 . . . . . . . . 360 West Jackson Bo::Icvord, Chicago, Illinois 60606 160 S'ree-!, crin Francisco, California 94111 . . . . . . . . 11 11 East Bi,>nd Street Columbus, Ohio 43216 . . . . . . . . 161 Pc,ichi--ee -treet. N.E., Atlanta, Georgia 30303 1310 CaTornerce Street. Dallas. Texas 75201 3ranch and Feld Offices in all Principal Cities a RESOLUTION NO. 7 9 0 1 i A RESOLUTION OF THE CITY COUNCIh OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR CONSTRUCTION OF THE BALBOA COVES ODOR REDUC- TION SYSTEM TO B. Q. HALLORAN, INC., CONTRACT NO. C -1494 WHEREAS, pursuant to the notice inviting bids for work in connection with the construction of the Balboa Coves Odor Reduction System, in accordance with the plans and specifications heretofore adopted, bids were received on the 11th day of December, 1972, and publicly opened and de- clared; and WHEREAS, it appears that the lowest responsible bidder therefor is B. Q. Halloran, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of B. Q. Halloran, Inc., for the work in the amount of $22,792.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 8th day of January , 1973. Mayor ATTEST: City Clerk DON dm 1/2/73 s m 1 0 M. C-) � Z � Z �F m a m n G v� O C 1 U 7 ag -i fi ^-1 O D v -< '.v 1 S 1 N c 3 3 D �1 �nni n 011110IIIIIIIIIIIIIIIIIIIIIII IN 1 M. C-) � Z � Z �F m a m n G v� O C 1 U 7 ag -i fi ^-1 O D v -< '.v 1 S 1 N c 3 3 D �1 0 1i CONTRACT NO. 1494 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR BALBOA COVES ODOR REDUCTION SYSTEM Approved by City Council thi s ri/ day of Ngyc--,jB ,&- je 1972. Laura Lagios, City C1er SUBMITTED BY: Contractor ✓?C- i3cY ;111 11� AJ ress City Zip Phone otal Bid Price , 0 . Page I CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 9 :30 A.M. on the 11 day of December , 19 72 , at which time they will be opened and read, for performing work as follows: CONTRACT NO. Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. 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 title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t� he Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 • Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern Ca t ornta Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), 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, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works 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 under- signed 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying 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, ,3-3 Classification _4 Accompanying this proposal is , , Gashler's Gheck or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. /Cl- 7,-:i-? - 333c> Ph ne Number Date .Bidders Name (SEAL) Authorized Signature T Authorized Signature G�t�e��TO/V Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: i .` s I .- 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 Engineer. Item of Work Sub - contractor Address 1. 2.. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidder's Name Authorized Signature Type of rganization (Individual, Co- partnership or Corp) Address BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS That we, Page 4 as Principal, and • •• •`• um ,w,ww ,,,..unnrvvc ,.v+nrnn+ , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 0�� Dollars lawful money of the United tates 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, Sunday and Federal Holidays) 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 10ft— 191—V04010, Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact this day of 13Y y A By B orneY•in -tact Title § _ :\ E!!0 ( - \�) \: { � - � \ }} \) :c \��` \����� \ \ \ Page 5 . NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of 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 arrange- ment 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 material - man which is not processed through said bid depository, or which prevent 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 induce- ment 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 whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this day of 19 My commission expires: Notary Public Page 6 ; STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his financial responsibility. igne Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Signed E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • PR 1 of 2 BALBOA COVES NOXIOUS ODOR REDUCTION SYSTEM CONTRACT NO. 1494 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the proposed work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1494 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Construct Noxious Odor Reduction 6''O is System, complete in place and o erable for the Lump Sum Price ofri?l}�cl^� Dollars and "= Cents $ $ af— Lump Sum Construct electrical service, complete in place for the Lump S Price of (' Dollars and 4 �, Lump Sum Construct gas service complete in place for the Lump Sum Price off.�%' �x-zc- Dollars and C'-= Cents $ $ y za 0 Ll TOTAL PRICE WRITTEN IN WORDS: 7 _7, LUMP S4JM 0 PR2of2 llars and < nts CONTRACTOR'S LICENSE N0. c, (Bidder s N e DATE (Authorized Signature BIDDER'S ADDRESS % 67< /3, �1%Liil3t= �P/P±- Si.�/P�N�i � C� 1 L3G• }- TELEPHONE NO. J/y 7-'7— 3 3 3 6' 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BALBOA COVES ODOR REDUCTION SYSTEM (C -1494) Paae I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . 1 III. PLANS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . 1 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 VI. FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 VII. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS . . . . . 2 VIII. EXCAVATING AND BACKFILLING . . . . . . . . . . . . . . . . . . 2 IX. MATERIALS AND INSTALLATION . . . . . . . . . . . . . . . . . . 2 A. Pipe . . . . . . . . . . . . . . . . . . 2 B. Burners, Blowers, and Motors . . . . . . . . . . . . . . . 2 X. NEW ELECTRICAL SERVICE . . . . . . . . . . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . 2 B. Codes . . . . . . . . . . . . . . . . . 3 C. Materials and Installations . . . . . . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . 3 2. Wire and Cable . . . . . . . . . . . . . . . . . . . . 3 XI. FOUNDATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XII. CONSTRUCTION SURVEY STAKING • • • • • • • • • • • • • • • • • 3 XIII. PROTECTION OF EXISTING UTILITIES • • • • • • • • • • • • • • • 3 XIV. UNFORSEEN DIFFICULTIES • • • • • • • • • • • • • . • • • • • • 4 i. 0 0 BALBOA COVES ODOR REDUCTION SYSTEM (C -1494) INDEX - CONTINUED Page XV. CONNECTION TO EXISTING UTILITIES . . . . . . . . . . . . . . . . . 4 XVI. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. General . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. Electrical Service . . . . . . . . . . . . . . . . . . . . . . 4 C. Gas Service . . . . . . . . . . . . . . . . . . . . . . . . . 4 ii. • SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR BALBOA COVES ODOR REDUCTION SYSTEM CONTRACT NO. 1494 I. SCOPE OF WORK The work to be done under this contract consists of installing a complete and operable odor reduction system adjacent which provides for the collection and burning of flammable gases originating beneath the surface of the ground. The Odor Reduction System will consist of a new underground gas collection system connected to two burners, each located at opposite ends of the collection system. An existing gas burner, blower, pump, motor and existing electrical and gay, services east of the service station will be connected to the new collection system. A new gas burner, blower, pump, motor and electrical and gas services will be located in a private street just inside the entrance to Balboa Coves. The existing collection system will be abandoned in place. II. SPECIFICATIONS The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plan, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. III. PLANS The complete set of Plans for bidding and construction consists of two sheets, Drawing No. M- 5156 -5, Sheets 1 and 2. IV. TIME OF COMPLETION The work shall be completed within 60 days after execution of the contract by the City. V. PERMITS The City will be responsible for securing any required building permits, encroach- ment permits, and rights of entry from property owners. VI. FEES All permit fees normally charged by the City will be waived, except that all con- tractors and sub - contractors must possess current city business licenses. VII. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS . SP2of 4 In addition to conforming to the requirements of the Standard Specifications, the Contractor shall exercise particular care in the removal and replacement of plant material and improvements, because all of the work will be constructed on private property. VIII. EXCAVATING AND BACKFILLING Excavations shall be performed in such a manner as to cause the least possible injury to sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary. The edges of all trenches shall be sawcut before the pavement is removed. All surplus excavated material shall be removed from the project and disposed of within 48- hours. IX. MATERIALS AND INSTALLATION! A. Pipe All buried pipe shall be schedule 40 polyvinyl chloride. Connections shall be made by solvent welding. Perforated pipe shall be shop - perforated with 12 one -half inch diameter holes per foot placed as shown on the drawings. Perforated pipe shall be laid level with perforations down and shall be covered with crushed rock fill and plastic covers. Non - perforated 6" diameter pipe comprising the gathering system shall be laid at a minimum slope of one -half inch per foot, sloping down away from the blowers. Crushed rock fill and plastic covers are not required in trenches over non - perforated pipe. B. Burners, Blowers, and Motors The new burner, blower and flare stanchion will be identical to the existing installation, except the burner orifice will be 2 inches in diameter. The orifice in the existing burner will be replaced with a 2 inch diameter burner orifice. The burner shall be as fabricated by Colley Engineers and Constructors, Inc., 311 W. 168th Street, Gardena, California 90247. The new blower shall be Buffalo Forge Company, Model BF 48F, 14 inch diameter blower with 7 inch diameter O.D. inlet and outlet ports. The new electric motor shall be a 1/3 horsepower Baldor Class 1, Group D, explosion - proof, 240 volt single phase, 1140 RPM electric motor. The flame stanchion will be as shown on the drawings. X. NEW ELECTRICAL SERVICE A. General The installation shall be a 240 Volt single phase service, 100 ampere capacity, with disconnect, meter box and circuit breaker mounted on the power pole adjacent to Lot 33,'shown on the Plans. • • SP3of4 The service to the electric motor shall be a 1" diameter conduit with 3 - #10 wires and one bare #12 ground wire. Conduit above ground shall be steel electrical conduit. Conduit underground shall be PVC schedule 40. The Circuit Breaker shall be 240 Volt, 30 ampere, 2 pole. B. Codes All work and materials shall be in accordance with the Electrical Safety Orders of the State of California and the National Electrical Code. Nothing in the Plans or Specifications shall be deemed as permission to violate these codes or authorities. C. Materials and Installations 1. General Materials shall be new and shall bear the Inspection Label where subject to such approval. 2. Wire and Cable 1) 600 Volt conductors shall be copper, #10 AWG, solid. 2) Type THW, 600 Volt insulation shall be used for conductors. XI. FOUNDATIONS Foundations for flare stanchions shall be portland cement concrete, Type 6.0 -B -3000. The foundations shall rest on firm ground, and shall be poured monolithically. The exposed portion shall be formed to present a neat appearance. Conduit ends and anchor bolts shall be placed in proper position and to proper height, and shall be held in place by means of a template until the concrete sets. XII. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. Construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. St -aking shall be performed for all items ordinarily staked at intervals normally accepted by the agencies and trades involved. Payment for construction and survey staking shall be included in the prices bid for the various items of work, and no additional allowance will be made therefor. XIII. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. The Contractor shall request each utility company to locate their facilities prior to performing work. The Con- tractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction. • • SP4of4 XIV. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the Contractor in writing. XV. CONNECTION TO EXISTING UTILITIES It shall be the responsibility of the Contractor to determine the existing condi- tions at the proposed connection points with existing utilities prior to beginning construction and to notify the engineer of any differences between the existing conditions and those shown on the plans. It shall be the Contractor's responsi- bility to provide all labor and materials necessary to connect the new Restroom sewer to the existing sewer main. XVI. PAYMENT A. General The lump sum price bid for work shall include full compensation for all labor and materials necessary for construction of the work complete in place. Payment for incidental items of work including removal and dis- posal shall be included in the lump sum price. B. Electrical Service The price paid for the electrical service shall include a complete connec- tion to the Southern California Edison Company facilities, including connec- tion charges, riser charges and meter charges. The contractor shall pay any riser or connection charges and any meter charges assessed by the Edison Company. C. Gas Service The price paid to the contractor for the gas service shall include a complete connection to the Southern California Gas Company facilities, including any connection charges and meter installation charges. The contractor shall pay any connection or meter change assessed by the Gas Company.