Loading...
HomeMy WebLinkAboutC-1663(A) - 18" zone II main & alley improvement, Corona del Mar%u. -� G TO: CITY COUNCIL FROM: Public Works Department September 19, 1977 CITY COUNCIL AGENDA ITEM NO. H -11 SUBJECT: ACCEPTANCE OF 18" ZONE II WATER TRANSMISSION MAIN IN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY FROM MARGUERITE AVENUE TO GARRET DRIVE IN CORONA DEL MAR (C -1663) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the 18 -inch water transmission main from Marguerite Avenue to Garret Drive and for reconstruction of the pavement in the alley south of Coast Highway from Marguerite Avenue to Poppy Street has been completed to the satisfaction of the Public Works Department. The bid price was $ 416,925.05 Amount of unit price items constructed 419,834.73 Amount of change orders 23,842.89 Total contract cost 443,677.62 Funds were budgeted in the Water and Street and Alley Accounts. The increase in the cost of unit price items constructed was primarily due to the need for additional asphalt patching adjacent to the new concrete in the alleys. Sixteen change orders were issued: Nos. 1 & 3 Provided for the relocation of existing sewer laterals to clear the new water main. $1,573.03 No. 2 Provided for the removal of extra thick concrete street pavement in Marguerite Avenue. $743.55 No. 4 Provided for construction of a curb /retaining wall where the adjacent private property was higher than the new alley; and for construction of trench patches in the concrete side streets. $3,318.43 No. 5 Modified the method of connections to the existing system and provided for extension of the main 5 feet easterly. $3,648.73 No. 6 Provided for lowering the grade of the water main to clear an existing storm drain. $1,930.20 No. 7 Provided for a change in grade of the bored casing to clear the existing Laguna Beach County Water District main at the Cameo Shores /Highlands intersection. Also provided for repair of damage to the Laguna Beach County Water District line caused by original bore. $3,758.46 No. 8 Provided for extra thickness of patches in Coast Highway required by Caltrans. $2,397.56 September 19, 1977 SUBJECT: ACCEPTANCE OF 18" ZONE II WATER TRANSMISSION MAIN IN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY FROM MARGUERITE AVENUE TO GARRET DRIVE IN CORONA DEL MAR (C -1663) Page 2 No. 9 & 16 Provided for removal of additional pavement and cross gutter to expose an existing gas line as required by CAL -OSHA, and replacement of the entire cross gutter as required by CALTRANS. $2,325.52 No. 10 Provided for adjusting the grade of the water main to clear existing Edison and Telephone ducts. $577.25 No. 11 Provided for re- staking a portion of the pipeline to correct an error in the plans. $71.30 No, 12 Provided for reconnecting the fire service to "Sam's Seafood ", shown on the plans to be done by others. $977,57 No. 13 Provided for the replacement of traffic signal detector loops not shown on the plans. $720,79 No. 14 Provided for a change in the connection to Cameo Highlands. $901.77 No. 15 Provided for replacement of additional median curb and cobblestone pavement easterly of Hazel Drive. $898.73 During construction, the Southern California Gas Co. refused to adjust the location of their lines to clear the water main construction unless the City issued Purchase Orders to cover the costs. Two P.O.'s in the total amount of $9,325.53 were issued under protest. The matter is being handled by the City Attorney. The water related items under the contract amounted to $419,729.19, with $408,104.60 available from budgeted funds. A budget amendment for the balance ($11,624.59) has been prepared for Council consideration. The contract funding is summarized below: Water Fund accounts: $408,104.60 Street and Alley Program (G.F.): 23,948.43 Water Fund budget amendment: 11,624.59 Total $443,677.62 *Note: $42,171.42 of the Water Fund amount will be reimbursed from the Water Systems Development Fund (acreage charges). This cost is for the Master Plan portion of the project extending from Cameo Highlands Drive to Garrett Drive (easterly City limits). Engineers. The design engineering was performed by Alderman, Swift and Lewis Consulting The contractor is Chino Pipeline Construction Co. of Chino, California. The contract date of completion was January 6, 1977. The contractor was delayed due to the changes, with the work substantially completed by January 27, 1977. Acceptance has been delayed pending correction of some minor defects and resolution of the cost of the changes. )Os eph T. Devlin ��N Public Works Director GPD :do /, 1// 7���xay�ec. — ,!!� 14 1916 By tho CITY COUNCIL CITY, of i ll Kb* 4H TO: CITY COUNCIL FROM: Public Works Department June 14, 1976 CITY COUNCIL AGENDA ITEM NO. H -2 (i) SUBJECT: 18" ZONE II WATER TRANSMISSION MAIN IN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY FROM MARGUERITE AVENUE TO GARRET DRIVE IN CORONA DEL MAR (C -1663) RECOMMENDATION: Adopt a resolution awarding Contract No. 1663 to Chino Pipeline for $416,925,05 (Alternate "B ", less bid items 34 and 35) and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Eight bids were received and opened in the office of the City Clerk at 10:30 A.M. on June 3, 1976. Bidder Chino Pipeline, Chino A.A. Portanova & Sons, Inc., Agoura Ace Pipeline, Pomona Edmond J. Vadnais, Etiwanda Earl J. McKinney, Rowland Heights Gallacher Co. Inc., Costa Mesa G. R. McKervey, Inc., Irvine Bebek Co.. Irvine Amount Alternate "A" $444,451.70 444,260.00 482,374.00 484,753.25 509,608.90 563,104.85 595,846.50 618,535.50 Alternate "B" $440,348.05 451,748.50 490,285.00 490,133.25 521,233.40 576,663.35 619,221.50 625,825.50 The low bid for Alternate "B" is 0.03% less than the Engineer's esti- mate of $440,500.00. This project provides for the installation of an 18" water transmission main in the alley south of East Coast Highway from Marguerite Avenue to Hazel Drive; and in East Coast Highway from Hazel Drive to the easterly City limits at Garret Drive,at which location it connects to the Cameo Highlands water system. Alley reconstruction with portland cement concrete in the alley south of East Coast Highway from Marguerite Avenue to Poppy Avenue is also provided for in this contract. The limits of the work are shown on the attached sketch. It should be pointed out that, because of the nature and locations of the work, considerable public inconvenience will be entailed during the course of the project. Alternate "A" provided for 6 inch diameter asbestos cement pipe local service lines in the alley southerly of Coast Highway; and Alternate "B" provided for 2 inch diameter copper local service lines in the alley. Award of the con- tract on the basis of Alternate "B" is recommended because a better degree of service would be provided, and the cost under the Chino Pipeline bid is lower. l June 14, 1976 Subject: 18" Zone II Water Transmission Main in Alley South of and in East Coast Highway from Marguerite Avenue to Garret Drive in Corona del Mar (C -1663) Page 2 Bid Items 34 and 35 provided for (1) the removal of the entire paved area beyond the trench limits within the existing median islands in Coast Highway between Hazel Drive and the easterly City limit, and (2) the replace- ment with asphaltic concrete and aggregate base paving (the existing paving consists of asphaltic concrete and portland cement concrete). These bid items were obtained in order to establish a unit price for the removal of the exist- ing pavement in preparation for a possible future median island landscaping project. It would be less expensive to do the work in conjunction with the current project than as a separate project at a later date. (The existing Portland cement concrete under the AC surface is much more difficult to remove than is asphaltic concrete.) The bid price for Item 34 (removal) was $0.39 per square foot, or $7,741.50 total; and for Item 35 (AC paving replacement) was $0.79 per square foot, or $15,681.50 total. The price for the removal compares with an esti- mated cost in the range of $1.00 - $1.25 per square foot if done later as a separate project. The price for the AC paving replacement required by the State is approximately the same as the estimated cost of concrete median island curbs. If the work covered by bid items 34 and 35 were to be awarded the staff would attempt to obtain approval from the State to construct the median curbs in lieu of the AC re- paving, and would negotiate an appropriate contract change order. However, because there are at present no definite plans for a median island landscaping project and because no funds are available; deletion of bid items 34 and 35 from the contract award is recommended. The cost ($40,910.81) of the portion of the 18 inch transmission main from Cameo Shores Road to the easterly City limit at Garret Drive will be borne by acreage charges paid into the Water System Development Fund. This amount will be advanced by the Water Fund, and reimbursed by the Water System Develop- ment Fund yearly as acreage charges are received. 25% of the alley paving cost and a portion of the median island re- paving cost will be borne by the Street and Alley Program. The project costs and funding are as follows: A. Cost Construction $416,925.05 Testing and Contingencies 13 074.95 Total 430,000.00 B. Funding Water Fund Accounts $397,426.33 Street and Alley Program (G.F.) 10,500.00 Water Fund Budget Amendment 22 073.67 Total 30,000.00 A budget amendment to the Water Fund in the amount of $22,073.67 has been prepared for Council consideration. June 14, 1976 Subject: 18" Zone II Water Transmission Main in Alley South of and in East Coast Highway from Marguerite Avenue to Garret Drive in Corona del Mar (C -1663) Chino Pipeline has not previously done work for the City; a check of references supplied indicates that they have a limited amount of experience in this particular type of project but have successfully completed other pipe- line projects in the past. Work is scheduled to start on September 7, 1976 with an estimated date for completion of January 4, 1977. The plans were prepared by the con- sulting engineering firm of Alderman, Swift and Lewis. oseph T.�evl i n l ublic Wor s Director BN:hh Attachment ••••• PROPOSED 18" WATER LINE (INC. VALVES, CONNECTIONS, ETC.). -- EXISTING ;•LATER LINE. • FIRE HYDRANT ASSEMBLY. oi5yi - N � i �e11 1 i f (•Q.. CW J•f f�J 1 h� f 4 V4 CONNECT TO EXISTING WATER SYSTEM. 2Q ABANDON EXISTING CONNECTION TO LAGUNA BEACH CO. WATER DISTRICT 30" FEEDER. ff•+•Sr 1''` �y -�, lei- E•' ^ \�`�l�'\ _•.• �•\ l EXi37 30" WA CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EAST COAST HIGHWAY WATER TRANSMISSION MAIN IMPROVEMENTS MARGUERITE AVE. TO THE EASTERLY CITY LIMITS lZ;� DRAWN a \�k DATE 00 A 11 I APPROVED /{ J h L I ASST. PUBLIC WORKS DIRECTOR R.E. N0. 0280& DRAWING N0. !UN 14 197G By the CITY COUNCIL CITY AP M"#Mlr 16ACH RESOLUTION NO 8791 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO CHINO PIPELINE IN CONNECTION WITH THE 18" ZONE II WATER TRANSMISSION MAIN IN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY FROM MARGUERITE AVENUE TO GARRET DRIVE IN CORONA DEL MAR, CONTRACT NO. 1663 WHEREAS, pursuant to the notice inviting bids for work in connection with the 18" Zone II water transmission main in alley south of and in East Coast Highway from Marguerite Avenue to Garret Drive in Corona del Mar, in accordance with the plans and specifications heretofore adopted, bids were received on the 3rd day of June, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Chino Pipeline, Chino; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Chino Pipeline for the work in the amount of $416,925.05 (Alternate "B ", less bid items 34 and 35) 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 = . -... .' -_> }: b to furnish an executed copy to the successful bidder. ADOPTED this 14th day of June , 1976 ayoc ATTEST: i DDO /bc City Clerk 6/14/76 %t4 May 10, 1976 STUDY SESSION AGENDA ITEM NO. 10 CITY COUNCIL AGENDA ITEM N0. EiO►- TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 18" ZONE II WATER TRANSMISSION MAIN IN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY FROM MARGUERITE AVENUE TO GARRET DRIVE IN CORONA DEL MAR (C -1663) RECOMMENDATION: Approve the plans and specifications. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on June 3, 1976 DISCUSSION: This combined project provides for the installation of an 18" water transmission main in the alley south of East Coast Highway from Marguerite Avenue to Hazel Drive, and in East Coast Highway from Hazel Drive to the easterly City limits at Garret Drive. Alley reconstruction with portland cement concrete in the alley south of East Coast Highway from Marguerite Avenue to Poppy Avenue is also provided for in this contract. The limits of the work are delineated on the attached sketch. G. f? At the time the project was initiated the Water Committee con- sidered two principle alternatives, the first for extending the line at 18 inches in diameter all the way to the connection at the easterly City limits (as shown on the plans); and the second for a reduction in diameter to 12 inches at Cameo Highlands Drive. The estimated difference in cost is $9,600 for mortar lined and coated pipe. Under the provisions of the Water Capital Improvement Ordinance (Chapter 14.33) this cost differential would be funded from the acreage charge payments into the Water System Development Fund. The water project will complete the installation of a trunkline supply system in eastern Corona del Mar. It will provide a source of water supply independent of the 30" Laguna Beach County Water District Feeder, which presently serves Cameo Highlands and portions of Shorecliffs, Cameo Shores and Corona Highlands. Increased fire protection and domestic service flexibility will result from this project. Due to the nature of the water main work it is necessary to reconstruct the alleys through which the new transmission main passes. It is proposed to bid the contract with Alternates "A" and "B ". Alternate "A" is for a 2" service line, and Alternate "B for a 6" service line in the alley south of East Coast Highway from Marguerite Avenue to Poppy Avenue. This line serves the commercial area along East Coast Highway. (The 6" service lines would provide capacity for future private fire services.) Included in the contract as deletable items are: (a) The May 10, 1976 Subject: 18" Zone II Water Transmittion Main in Alley South of and in East Coast Highway from Marguerite Avenue to Garret Drive in Corona del Mar (C -1663) Page 2 removal of additional asphalt and concrete pavement in East Coast Highway from Seaward Road to Garret Drive to facilitate the future construction of planted medians at an estimated cost of $21,000.00; and (b) reconstruction of existing asphaltic concrete median paving between Poppy Avenue and Seaward Road with Bomanite Concrete Pavement at an estimated cost of $7200.00. The work also includes the replacement of 10 fire hydrants serving the commercial district along East Coast Highway at an estimated cost of $15,000.00. Recom- mendations on the alternates and on the deletable items will be made when the bids are received. The water main plans were prepared by Alderman, Swift and Lewis, Consulting Engineers and the alley reconstruction plans were prepared by the Public Works Department. The estimated cost of Alternates "A" and "B" are $426,000.00 and $440,500.00 respectively. An addition to the 1975 -76 budget appropriation of $397,000 (balance) will probably be required for this project. A budget amendment, if needed, will be presented for Council consideration at the time of award of contract. The estimated date of completion is January 4, 1977, with construc- tion planned to commence after September 7, 1976 to avoid work during the summer and to allow sufficient time for ordering and delivery of pipe and butterfly valves. eph �. Devlin lic ks Director SB:hh Att. L .M �� •, l3' yy. J `Ile r s-- ?�v�l�- l ••••• PROPOSED 18" WATER LINE (INC. VALVES, CONNECTIONS• ETC.). -- EXISTING WATER LINE. A FIRE HYDRANT ASSEMBLY. Q/ CONNECT TO EXISTING WATER SYSTEM. 20 ABANDON EXISTING CONNECTION TO LAGUNA BEACH CO. WATER IY DISTRICT 30" FEEDER. P �j 11 \\ �,•• 2 /$� cf.r, i I,:k;7,Ff. ��, ���� ��jpV7;zN" ��.,, -:•. cJ�*rF-•a �&D`i� Afoie %rp IS T. 30 WA CITY OF PUBLIC EAST COAST HIGHWAY WATER TRANSMISSION MAIN IMPROVEMENTS MARGUERITE AVE. TO THE EASTERLY CITY LIMITS .A� I r � \'1 `•'�`•.. INN DRAWN M-EMTER DATE /i w II I APPROVED I ASST. PU1U /B3LIC WORKS DIRECTOR R.E. N0. 1280(0 DRAWING NO. W— LEGAL NOTICE LEGAC NOTICE CITY OF NEWPORT BEACH, CALIFORNIA0 7 0q NOTICE INVI'T`ING BIDS SEALED SIDS will be received at the office of the City Clerk, City Ball, Newport Beach, California, until 10:30 a.m, on the 3rd day of June, 1976, at which time they will be opened and read, for performing work as follows: 18" ZONE It WATER TRANSMISSION MAIN IN ALLEY. . SOUTH OF AND IN EAST COAST HIGHWAY FROM MARGUERITE AVENUE TO GARRET DRIVE IN CORONA DEL MAR CONTRACT N0, 1663 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 pefeesl ' 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, exe- cuted, 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 SEC- RETARY are required and the 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. �i One set of plans and contract documents, including special provisions, may be obtained at the Public Works `Department, City Ball, Newport Beach, California, at no cost to licensed contractors. it is requested that the plans and contract documents be returned within 2 weeks after bid opening. The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as prepared by the Southern California Chapters of the Amer- ican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building Neas, Inc., 3055 Overland Avenue, Las Angeles, California 90034,(213),870-9871. The City has adopted Sta� Special Provisions and Standard Drawings. Copies ohhese are available at the Public Works Department at a cosf'ttf $5.00 per set. A standard "Certificate of Insurance,for Contract Work for City" form has been adopted by .thek City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and MateriAl Bnnda. and Fnith%l Pcrfnrmnnru SURETY DEPARTMENT is 0 BOND NO, t # 5019886 *L I HARTFORD ACCIDENT ANT) INDEMNITY COMPANY I1'u16.rd rla,a Il:u fin J, Cunnrrllr u1114115 (.-I .41 m k C nr prnr v) BOND TO RELEASE MONEY WITHHELD CLAIMS KNOW ALL MEN BY THESE PRESENTS: that CHINO PIPELINE, as principles, and HARTFORD INDEMNITY COMPANY to be duly authorized to transact a surety business in the State of California, as surety, hereby acknowledged themselves bound in the full sum of $3,052.83, lawful money of the United States of America unto CITY OF NEWPORT BEACH and obligee unto the claimant herein -after named all herein designated as the obligee of this bond, for the payment of which sum well and truly to be made, we hereby find ourselves, our heirs, executors, administrators, sucessors and assignees, jointly and severely, firmly by these presents. Needed this 21st day of OCTOBER, 1977 the condition of this obligation is such that: Whereas, CHINO PIPELINE has entered into a contract with the obligee for a Construction Contract in which the description of the job is Water Lines Whereas, the claimant has heretofore filed a verified claim and withheld notice with obligee against CHINO PIPELINE in connection with said contract, and the above named principal disputes the correctness and validity of such claims so filed and has requested that the obligee permit said contractor to whom said contract was awarded to deliver to the obligee a bond executed by the corporation duly authorized original surety bonds in the State of California in the penal sum equal to 1; times the amount of said claim, and allot upon delivery of said bond to the obligee that money is withheld on the account of said claim may be released to said contractor, and said obligee has consented to permit said contractor to file said bond and there upon to release the money still withheld on the account of said claim. New, therefore, that the above named principle shall fully protect and defend the obligees herein and each of them against any loss by reason of or arrising out of the acceptance of this bond, on the release of said money, or the payment thereof to said contractor, and shall pay any sum which said claimant may recover on said claim, together with the costs ensued, including reasonable attorney fees incurred in such action by said obligee, not exceeding the penal sum of this bond, then this obligation shall be void; otherwise it shall be and remain in full force and effect. This bond is given and accepted under and in accordance with the pro- visions in Section 3196 of the Civil Code of the State of California. Surety upon the bond is jointly and severely liable to the claimant with the surety upon the contractors bond given in accordance with Chapter 7 of Part 4, Division 3 of Title 15 of the Civil Code. In witness hereof, we have hereunto set our hands and seals on this 21st day of October , 1977. �' RFCF►�ED CITY ��ERR tt ACT 25 ORr OF 1� ry N GYP �/ HARTFORD ACCIDEITT & INDEMNITY CO. 1 .j ATTOR °'IN -FACT 0 0 rD > c fD C 0 z CD -3 rD F, :0 ko 0- :CD > -5 C� o "0 0 o r3 cr 0 -! 11 LVO a `O: Steve Bucknam, Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 0 RE; Contract #1663 between the City of Newport Beach and Chino Pipeline Claimant, Gary Dick Concrete Contractor, 5570 West Mission Boulevard, Ontario, California, has furnished labor and materials of the following kind: concrete material and labor for sidewalks, curbs, and approaches to or for the City of Newport Beach under contract with Chino Pipeline #1663 for the work of improvement described above. The amount in value of the whole agreed to be done or furnished by claimant is $22,687.47 with authorized extras in the amount of $1,735.21. The amount in value of that already done or furnished is $24,422.68, and there remains due and unpaid the sum of $2,442.26. You are required to set aside sufficient funds to satisfy this claim with interest. Dated: October 14, 1977 c Gary Dick Concrete Contractor - By: GARY DICK r o Ate a ` L� ❑ ,:opi���lr,aa� r o Ate a ` ! 11 0 o0tober 17, 1977 Chino Pipeline 16341 Chino Corona Road Chino, CA 91710 Subject: Surety Covenant Mutual Insurance Company Bonds No. 033814 Project 18" Zone II Water Transmission Nain 6 Alley Contract No. 1663 Improvements /Corona del Mar The City Council on September 19, 1977 accepted the work of subject project and authorized the City Clerk to fila.a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on September 21, 1977 in Boob No. 12385. Pleas notify your surety company that bonds may be released 35 days after recording date. Doris George City Clerk ag cc: Public Works Department PLEASE RETURN TO ,8 CITY CLERK AND MglDUe8re0 CITY OF NEWPORT BEACH k TO 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIF. 92663 27326 EXEMPT C5 NOTICE OF COMPLETION PUBLIC WORKS ex 12388P614€32 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. $EP 21 1977 J. WYLIE CARLYLE, Cowry Rewrdrl To All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE. NOTICE that on January 27, 1977 the Public Works project consisting of 18" Zone II Water Transmission Main Alley south of and in East Coast Highway /Marguerite Avenue to Garret Drive & Alley Improvements Corona del Mar on which Chino Pipeline was the contractor, and Covenant Mutual Insurance Company was the surety, was completed. MA I, the undersigned, say: CITY OF NEWPORT BEACH orks 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 September 20, 1977 at Newport Beach, California. I, the undersigned I am the City Clerk of the City of Newport Beach; the City Council of said City on September 19, 1977 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 September 20, 1977 at Newport Beach, California. o P 0 0. CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: September 20, 1977 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 18" Zone II Water Tranamisainn Main Alley South of and in East Coast Hwy/ Contract No. 1663 - Marguerite Ave. to Garret Dr. & Alley Improvements Corona del Mar on which Chino pipeline was the Contractor and Covenant Mutual Insurance Companv was the surety. Please record and return to us. Very trul yours, Doris George City Clerk City of Newport Beach Encl. 2209 West Arrow Highway • Upland, California 91786 Mailing Address: 1638 West Huntington Drive • Upland, California 91786 May 15, 1977 City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92663 Gentlemen; Res: 714 - 982 -5475 RALPH G. AYALA SR. Res: 714- 985 -1428 RALPH G. AYALA JR. Estimator This is a release on the Stop Notice served on Chino Pipeline. A -1 riORIN�- COMPANY% l /J I Ralph G. Ayala Jr. Partner (Owner) �/7 r' ! RELEASE MATERIALS AND LABOR TO WHOM IT MAY CONCERN: Date__May ...1.5.., ... 1972 _. .... ._....... For a valuable consideration the undersiped...A.7l Boring - Company ..hereby releases the property at ._Pacific Coast Hwy m the ewport Beach e Clty of ......... California, from any liability for lien for all materials delivered by it, and labor performed, to or for that said property for or on account of Qh n.Q.._ Pipeline....._......_... ...... — ................... _ ... ..... .to this date. This release is conditioned upon the clearance by the bank upon which it is drawn, of the check received in payment for the above mentioned materials and labor. _A -1 BORING COMPANY _ FIRM NAME —26�8 W. Huntington ADDRESS Wolcotts Form 1514 Rev. 2-60 AUTJFFDRIZED REPO E 6 Stop Notice 0 NOTICE TO City of Newport Beach (Public Works) Name 3300 Newport Blvd., Newport Beach, Calif. 92663 Address (Public Body or Lender) (If Public Job — Me with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract.) (If Private Job — file with responsible officer or person at office or branch of construction lender administering the construction funds.) Prime Contractor: Sub Contractor (If Owner or Public B Improvement knot (name and address of project or work of improvement) intheCityof Newport Beach County of Orange Ca StatAeof1 lffUO� Company t Bs g p y , claimant, a Partnership (Clatmant) (Corporation/PartnershiplSole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or com�ppaany by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is CI1ino Pipeline Construction (Name of SubwntmctorjContmctorlOwner- Builder) or materials furnished or agreed to be furnished by claimant was (Describe in detail) Total value of labor, service, equipment or materials agreed to be furnished .......... $ 10,764.56 Total value of labor, service, equipment or materials actually furnished is ........... $ 15,018.06 Credit for materials returned, if any ......................... ... $ none • Amount paid on account, if any ... ............................. $ 9,688,11 Amount due after deducting all just credits and offsets .................... $ 59329.95 YOU ARE HERESY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 5.329.95 , as provided in Sections 3156 thru 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond is not attached. (Bond required on private jobs — not on public jobs.) (islis not) Date March 22,1977 Name of Claimant A -1 B r By �Ll err (Official Capacity) Verification for partnership or verification for Corporation Sole Ownership STATE OF CALIFORNIA STATE OF CALIFORNIA COUNTY OF SS. COUNTY OF SS. San Bernardino ))) ) Ralph G. Ayala Jr. (Claimant or Representative) (Claimant or Representative) being first duly mom deposes and says that—he is a Partner (Owner, Partner or Agentl Of A -1 Boring Company (Firm Name) named as claimant . t oregoi ng claim; that he has read o the co is thereof, and that the facts t e e. X ( e of nt) Subs" and mom to afore me this 22nd day of March ,19 17 /S' true of Notary Public/ arathleen W. Haderer Misty . ..tannin:n:un:nm:::u:::::ou..... ::nm��ie..�m1n.: 1; mm�innn::wnIuu:nn::ui, - ..... ... orri-int SSht Stamp y.;, W,D7RER \ .. ., :n = F. My Commission expires Feb. 25, 1900 Original of above notice received this being first duly swom deposes and says that _he is (Offklal Capactty) of (Bmct Corporate Name) the corporation that executed the foregoing claim; that_he makes this verification on behalf of said corporation; that—be has read said claim and knows the contents thereof, and that the facts therein stated are true. X (Signature ojAf lent) Subscribed and mom to before me this day of (Signature of Notary Public/ Notary, Stamp BMOCA FORM 4(REV. 674) ,19 Of 19 Date Spatwmher 2, 1976 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1663 Project Zone II Water Transmission Main /Corona del Mar Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Ming pipeline Address: 16341 Chino Corona Rd., Chino, CA 91710 Amount: $ Effective Date: Resolution No. 8791 Doris George DG:swk Att. cc: Finance Department TO: CITY CLERK FROM: Publt Works Department SUBJECT: 18" Zone II Water Transmissi6 in Alley S/0 and in East Coast Highway MaCgueCite enue to Garret Drive and Alley Improvements -rorta del Mar; C -1663 - Attached are four copies of the sufiject contract documents. Please have executed on behalf of the city, retain your copy and the insurance certificates, and return the remaining copies to our department, Steve Bucknam, Jr. Project Manager SB:em Att: t .y 6 • CONTRACT NO. 1663 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR 18" ZONE 11 WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR Approved by the City Council on this _U_day of May , 1976 Doris George, City C 6 k 1975 - 76 SUBMITTED BY: CHINO PIPELINE Contractor 16341 Chino Corona Road A dress Chino, California 91710 City 1�4 5�3Z- 76- - TeTep�ione $444.451.70 To id Price - Alt. "A" total BU Price - Alt. "B" CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT May 26, 1976 CONSTRUCTION OF 18 ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR CONTRACT NO. 1663 BID OPENING: June 3, 1976 10:30 A.M. ADDENDUM NO. 1 Please make the following revisions: 1. Changes to Plans (W- 5109 -S) A. On Drawing No. 2 of 13 Add Reference to Install 12" Blind Flanged Outlet to 18" Steel Water Main directed Southerly at STA 1 + 05. B. On Drawing No. 6 of 13 Delete 18" x 6" Tee and 6" Blow -off Assembly at STA 5 + 00. C. On Drawing No. 9 of 13 Delete 6" Blow -Off detail. D. On Drawing No. 12 of 13: (a) Delete Reference to 2" Blow -off and 8" x 2" Tapped Tee at STA 0 + 53S on Cameo Shores Road Profile. (b) Delete Reference to 2" Blow -off and 8" x 2" Tapped Tee at STA 0 + 36 on Morning Canyon Road (North) Profile and add reference to Fire Hydrant Assembly per CNB- Std - 500 -L. 2. Changes to Special Provisions A. Add "sidewalk re lacement" to the first sentence of Paragraph 1 of Subsection 27 Construction Detai s -A -Pipe on Page SP 9 following curb and gutter replace- ment and preceding median replacement. B. Delete the words "and alley" from Sentence 1, of Paragraph 3 of Subsection XV TRAFFIC CONTROL - A General. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY r _t�T WITH YOUR PROP OSAL. n Banager Date teceAed .3 r.y CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT June 1, 1976 CONSTRUCTION OF 18" ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE.TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR CONTRACT NO. 1663 BID OPENING: June 3, 1976 10:30 A.M. ADDENDUM NO. 2 Please make the following revisions: 1. Changes to Special Provisions A. Insert the Number "776 -U- 784051" in the first sentence of Paragraph 1 of Section VIII - WORK WITHI11 STATE HIGHWAY NO. 1 RIGHT OF WAY following "Permit No." and preceding "attached hereto ". B. Insert the amount "$20,000.00" in the first sentence of Paragraph 2 of Section VIII - WORK WITHIN STATE HIGHWAY NO. 1 RIGHT OF WAY following "post a" and preceding "bond" C. Delete the words "attached hereto" from sentence 1 of Paragraph 1 of Section VIII - WORK WITHIN STATE HIGHWAY NO. 1 RIGHT OF WAY following the above mentioned Number "776 -U- 784051 ". 1. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL AND INSERT A COPY WITH YOUR PROPOSAL. C. Stephen Bucknam Jr. Project Manager Date Received T j •i CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 May 14, 1976 640 -2196 NOTICE TO BIDDERS PROJECT: 18" ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR CONTRACT NO. 1663 BID DATE: June 3, 1976 Gentlemen: Please note that the State Encroachment Permit referred to in Section VIII of the project Special Provisions has not been issued as of this date. The Bond Amount also has not been set. When the Permit and Bond requirements (State Bond Form P -4) are received from Caltrans copies will be forwarded to you. If you have any questions regarding this matter please feel free to call me at (714) 640 -2196. Steve Bucknam Jr. Project Manager SB:hh c o r Q 4W 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 �� Q� A.M. on the 3rd day of June 1gL. at which time they wi— Abe opened and read, for performing work as follows: 18" Zone II Water Transmission Main in Alley South of and in East Coast Highway from Marguerite Avenue to Garret Drive in Corona del Mar. CONTRACT NO. 1663 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 and Corrpo_r_ate� Seal shall be a affixed to all documents requiring signatures. In the case of a ar�hip, 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.) ? A : • ! 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 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 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. 288145 Classification C -34 & C -42 Accompanying this proposal is id Bond Cas , Certi e Check, Cas ier s Check or on 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. Phone Nu er 6/3/76 Date Bid er s Name (SEAL) Individual 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: 0 • DESIGNATION OF SUBCONTRACTORS The undersigned certifies tha listed contractors in making will be used for the work for City Engineer, and in accorda specifications. No change ma the prior approval of the Engineer. t he has used up his bid an which they b nce with the y be made in Item of Work Page 3 the sub -bids of the following d that the subcontractors listed id, subject to the approval of the applicable provisions of the these subcontractors except upon Subcontractor Address I. Concrete Work Gary Dick Chino 2•_ Paving. Removals & Fine Grade Blair Paving Newport Beach 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. indiyidnal Type of Organization (Individual, Co- partnership or Corp.) Chinn, California 91710 Address T � 4 FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, CHINO PIPELINE , as Principal, and COVENANT MUTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the ampunt hire in Dollars ($ In% ), 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" ZONE II WATER TRANSMISSION MAIN IN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY FROM MARGUERITE AVENUE TO GARRET DRIVE IN CORONA DEL MAR - CONTRACT 1663 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 this 3rd day of luny , 19.76. Corporate Seal (If Corporation) CHINO Princ al (Attach acknowledgement of Attorney -in- Fact) ,f It 0 0 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 agree- ment 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 agree- ment 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 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 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 whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 3rd day of .tuna 19 76 My commission expires: Oct. 9. 1979 S /William Allen Bowen Notary Public f ' V. • ! Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. F S/Anthnnv J. h Signed T 4 • • 'v 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. 1975 L.A. Co. Sanitation Max Galdeen (213) 283 -0881 1975 L.A. Co. Sanitation John Joyce (213) 774 -7270 1973 City of Ontario Doug Walker (714) 986 -1151 1972 City of Ontario Doug Walker (714).986 -1151 v XMI]IN.1011 isU:MIJWI111111 KNOW ALL MEN BY THESE PRESENTS, That ooND Ab, cc Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted ,lung 14,_1976. has awarded to CHINO PIPELINE hereinafter designated as the "Principal ", a contract for 1811.7one II Water Transmission Main - Atley South of and in East Coast Highwayy - Marguerite Aypp to Barrat nriva and Allay Improvements _ rnrnna al Tdar_ rnn+rar+ No 7663 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 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 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 as Principal, and COVENANT MUTUAL INSURA3GE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of eLtD Dollars 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 above bounden Principal 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 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 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon e� (Labor and Material Bond - Continued) 0 Page 9 this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And 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 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 instrument has be n duly executed by the Principal and Surety above named, on the_, day of 4.9 � , 19 %( AAuthorized Signature and Title CORAUT MUTUAL INS= CWMMY (Seal ) Name of Surety ?60,��iQe� lea. aag- m i & 9 /KJ/ Address of Surety & � . "upung 1i14ARorf iAutho�ri zed gent Address of Agent .2/3 - ?93 -7/614 Telephone No. of Agent N N � r � �D � �Tc a. r_ m O d n T D 1 O C m T O A � Z N � n � 0 c cr S J O m C C � d ry � m J O m j 2. 0 0 .N n b O 3 'a °'-0 T J 0 o d O O b o O S O S 3 0 J 0 0 3 J S O lD 0 0 d O £ J m O 0 d A j m f 0 A d S x b S CL J d W O J O N d m a a dry J S m C 0 T 3 n + m R C S J t d N t d t N T _ 0 C b N O T D -O n O O O 0 O 0 e 0 � D J d - � J N N J d m rt rt C mT m T � S O fD y S J d d d N _S O T rt N b O 0 E x r m a= d p A .n A W, s .i O- ••dC 0 I '•O f� m O 'm 3 m m 0 w `G m co H rt J m `< O �n rm N Y� Do J � �O b m N f'. • PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That oJD fil, 0039/4- R6rvr r ccirl- 0 0 Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to MTN(1 PTPELTNF hereinafter designated as the "Principal ", a contract for 18" Zone II Water Transmission Main - Alley South of and in East Coast Highway - Marguerite Avenue to rarra+ nri,aa and Allau Tmnrnvaman+c _ rnrnna rlal Mar - rnn+rar+ Nn IA,A1 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 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 of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and CUVENANT MUTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum ofl6cv&_ 11ars ($ x,74, 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, con- ditions, 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. And 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice I Y Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions 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 instrument has been duly executed by the Principal and Surety above named, on the 623 day of �Qifiw, 192. Authorized Signature and Title CHANT MUTUAL INSURANCE COMPANY (Seal ) Name of Surety Address of Surety 'Signature and Title of Authorized Agent MARSAM BWMER ATTORNEY -IM -FACT Address of Agent ,V3- 793 - 7A� Telephone No. of Agent Li COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThatCOVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Barbara Bl umer its true and lawful Attorney (s) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, it a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power of powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance of other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: f iI/ /+w Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By 1 Vice FresidOAt On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Wilkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their n ^ames thereto by like author ii%ty. ?2� p1Aq� I." (� ! Notary Public M My commission expires March 31, 1978 CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above - quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 23 day of June 19 76 !J— t 4 i'i . '!&Z4 Assistant Secret . y 3 . Yr A . PC � 3 is 'I N N Z N L] y C T meta Dom; � m,7n fir: to o ^n y w O C m T 3 ri y � 03 D roe S S N O a a d c 3 O 0 6 O O a 7 O O N n J d ° 0 � d a > ; O T d O _< O �'D ti O O d 0 _S ±n 3 j O v 3 J T O a a d d O A T ± C O T 0 K CL a N J R a O � W O J E m c o S M rt d S O_ J d m c o � N a• a a d O_ S J N T N a y� l IP •.[ C K •• 3 d a d c T N t tP t A d N ° T D a J a N y + m C m w � 3 d a y % N n —0 d a N S J 4 T :.J c.� a a r 7_ m �o I N 0 3 a ° O b O 3 d N o � c .ar J d < o O w O M1 O � J � D r w 0 0 CONTRACT Page 12 THIS AGREEMENT, made and entered into this..day of 19 7t by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and CHINO PIPELINE 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 MARA[IIppF��RTTE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS - CORONA DEL MAR and tCoO�erfom 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 to be 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. T • E Page 13 5. 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. CI ATTEST: r �2(/GGLsJ ✓�' P��� ,r o °'City erc Contractor (SEAL By: Title e Bye Tit e CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 18" ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE ALLEY IMPROVEMENTS CORONA DEL MAR CONTRACT NO. 1663 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gnetlemen: PR of The undersigned declares that he has carefully examined the location of the 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 com- plete Contract No. 1663 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 2 2000 L.F. Construct 18 -inch diameter, Class 200 water main and ap- purtenances as shown on the plans, from Marguerite Avenue to the in- tersection of East Coast Highway and Hazel Drive, Sta. 0 +86.86 to Sta. 20 +86.94, complete and in . place. @ Thirty -nine Dollars and Ten Cents Per Lineal Foot $ 39.10 3821 L.F. Construct 18 -inch diameter, Class 200 water main and ap- purtenances as shown on the plans from the intersection of East Coast Highway and Hazel Drive to Garret drive, Sta. 1 +32.75 to Sta. 39 +54.12, complete and in place. P ThirtV_eight Dollars and Cents Per Lineal Foot $ M.200 $ 147,299.55 ' *, • PR2of9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 45 L.F. Construct 30 -inch diameter jacked steel casing in bore, complete in place One Hundred @ Fifty -five Dollars and lVQ Cents $ 155.00 $ 6,975.00 Per Lineal Foot 4. 161 L.F. Construct 18 -inch jacked steel casing in bore, complete in place. @ One Hundred Dollars and No Cents $ 100.00 $16,100.00 Per Lineal Foot 5. 396 L.F. Construct 6 -inch diameter Class 200 ACP water main in- cluding 6" ACP water main for F.H. laterals,complete in place. @ Eighteen Dollars and Fifty. Cents $ 18.50 . $ 7.32.6:00 er inea foot 6. 582 L.F. Construct 8 -inch diameter Class 200 ALP water main, complete in place. @. Twenty -one Dollars and N Cents $ 21..00.. 5120 er nea oo1-- 7. 64 L.F. Construct 10 -inch diameter Class 200 ACP water main, complete in place. @ Twenty gzpvAn, Dollars and t,��7VP Cents $ 9T R5. $ 1.-782 GO FekMW f Foote 8. 30 L.F. Construct 12 -inch diameter Class 200 ACP water main, complete in place. @ Fifty -five Dollars and No Cents $ 55.00. $ 1.650.00 er inea oot 0 0 PR 3 of 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 12 13. 14. 15. 8 Each Install 18" Butterfly valve and box, complete in place. Two Thousand, @ Six Hundred Fifteen Dollars and No Cents $ 2,615.00 $ 20,920.00 Each 1 Each Install 4" gate valve and box, complete in place. @ Three Hundred Sixty Dollars and No Cents $ 360.00 $ 360.00 Each 8 Each Install 6" gate valve and box, complete in place. Three Hundred @ Seventh -five Dollars and No Cents $ .375._00 Each 7 Each Install 8" gate valve and box, complete in place. Four Hundred @ Forty -five Dollars and Nn Cents $ 445.00 $ 3,115.00 Each 1 Each Install 10" gate valve and box, complete in place. @ Seven Hundred Sixty Dollars and No Cents $ 760.00 $ 760"00 Each 1 Each Install 12" gate valve and box, complete in place. @ Nine Hundred Thirty Dollars and No Cents $ gin $ a3n_00 Each 1 Each Install 10" tapping sleeve and valve and box, complete in place (hot tap). @ Fourteen Hundred Dollars and No Cents $ 1,400.00 $ 1,400.00 Each 0 0 PR4of9 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 16. 1 Each Install 6" tapping sleeve and and valve and box, complete in Sixty Cents $ 4.60 . place (hot tap). , Per Lineal Foot Seven Hundred --178. 861 L.F. @ Seventy -five Dollars and line, complete in place. No Cents $ 775.'00 $ 7751, @ FivP Dollars Each 17A. 861 L.F. Install 2" copper service lateral, complete in place. $ r -r @ Four Dollars and Sixty Cents $ 4.60 . $3:960.60 Per Lineal Foot --178. 861 L.F. Install 6" AC service line, complete in place. @ FivP Dollars and Thirty -five Cents $ r -r $a, gnA 4 Per Lineal Foot 18A. 5 Each Install 2" copper service lateral connection, com- plete in place. @ One Thousand Thirty. Dollars and No Cents $ 1.030.00 $ 5;150.00 Each — 18B. 6 Each Install 6" AC service lateral connection, complete in place. Two Hundred @ Seventy-five Dollars and Nn Cents $ 275 -00 $ 1_650.00 Each 19. 1 Each Install 3" copper service lateral connection, complete in place. One Thousand @ Two Hundred Fifty Dollars and No Cents $ 1.250.00.. $ 1..250.00 Each . � PR5of 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. 1 Each Install 2" water service. One Thousand @ Two Hundred Fifty Dollars and No Cents $ 1.9_ n nn $ 9p �p Each 21. 25 Each Reconnect 3/4 ", 1 ", and 1 -1/2" water services per details on Sheet No. 10 of the Plans. @ One Hundred Seven Dollars and No Cents $ . 1,07. 00 . $9- 57r._nn. Each 22. 10 Each Install Fire Hydrant Assembly per C.N.B. Standard 500-L except for 6" ACP water main which is included in Item No. 4 @ One Thousand Twenty Dollars and No Cents $3- $10 200 go Each ,02.00 23. 2 Each Install air release assembly per Sheet No. II of the Plans. Five Hundred @ Sixty-five Dollars and No Cents $ 565.00 $1,_130.00 Each 24. 4780 S.F. Construct 2" thick asphaltic concrete temporary resurfacing in East Coast Highway, in re- lated local streets and their intersections with the East Coast Highway. @ No Dollars and Cents $ n g_' $ n Per Square oot 25. 17,500 S.F. Construct 6" thick portland cement concrete alley pavement. @ No Dollars and Ninety -six Cents $ 0__96. $iF -Bnn n0 Per Square Foot • PR6of9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. 10 Each Construct Type "A" Portland cement concrete alley approach, per CNB Drawing Standard - 117 -L Three Hundred @ pnty -fivp Dollars and Nn Cents $ 325. on $ 3��Sn_n0 Each 27. 65 S.F. Construct 4" thick po iland cement concrete garage approach. @ No Dollars and Eighty -nine Cents $ 0,89 . $ 57.85 P�quare Foot 28. 180 S.F. Construct 4" thick portland cement concrete sidewalk. @ No Dollars and na Cents $ 0.89• $ 160.20 Per' quare Foot 29. 1725 S.F. Construct 4" thick asphaltic concrete. pavement. @ No Dollars and Seventy -nine Cents, $ 0.79'.. $ 1.362.75 Per Square Foot 30. 310 S.F. Construct variable thickness asphaltic concrete overlay. @__No Dollars and Fort�r Cents $ n_4n $ 124.00 Per Square Foot 31. 3600 S.F. Construct cobblestone portland cement concrete pavements. @ One Dollars and SsAg1 Cents $ 1.60 $ 5,760.00 Per Square Foot I . PR7of9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 32. 75 L.F. Construct modified Typo "B" curb per CNB Drawing Standard - 105-L (variable height) @ Three Dollars and Twen y -five Cents S 3.25 S 243.75. Per Lineal Foot 33. 13,500 S.F. Construct 2" thick asphaltic concrete temporary resurfacing in alley and related local streets south of East Coast Highway. @ No Dollars and Twen y -five Cents $ 0..25 $ 3.375.00 Per Square Foot —"34. 19,850 S.F. Remove existing asphaltic concrete over aggregate base over portland cement concrete pavement (depth 17' -21 ") in East Coast Highway. @fin Do] tars and Thirty -nine Cents $ 0.39.. $ 7,741.50 Per Square Foot • 35. 19,850 S.F. Construct 6" asphaltic concrete pavement over 13" aggregate base for future islands in East Coast Highway. @ No Dollars and Seventy -nine Cents $ 0.79 $_15 681.50 Per Square Foot 36. 5470 S.F. Construct 4" asphaltic concrete pavement over 6" aggregate base permanent trench resurfacing in local City streets. @ One Dollars and Twen y -cix Cents $ 1.26. $ g__ m 90 Per Square Foot 4 . 0 • PR8of9 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 37• 15,500 S.F. Construct 6" asphaltic concrete pavement over 13" aggregate base permanent trench resurfacing in East Coast Highway. @One Dollars and Twenty -nine Cents $ 1.29 $ 19,995.00 Per Square Foot 38. Lump Sum Guard underground construction. Thirty-three thousand usand Dollars and No Cents $33.000.00 $ 33,000.00 Lump Sum TOTAL PRICE ALT. "A" (Items 1 -16, 17A, 18A, 19 -38) WRITTEN IN WORDS: Four Hundred Forty -four Thousand Four Hundred Fifty -one Dollars and TOTAL BID Seventy Cents ALT. "A" $ 444_451.70 TOTAL PRICE ALT. "B" (Items 1 -16, 17B, 18B, 20 -38) WRITTEN IN WORDS: Four Hundred Forty Thousand Three Hundred Forty -eight Dollars and TOTAL BID Five Cents ALT. 'BV $ 440,35 *NOTE INDICATE 18" pipe alternate to be constructed: a. Mortar Lined and Coated Steel Pipe b. Reinforced Concrete Water Pipe, Steel ❑ Cylinder Type, P'retensioned Y$ j CONTRACTOR'S LICENSE NO: 2881.45 DATE: June 3;.1976 ADDRESS: 16341 Chino Corona Road _ Number Street PR9of9 CHINO PIPELINE . Bidder's Name Chinn, California 91710 . - City State Zip TELEPHONE NO. ( 714 597_1876. Area Code CONTRACT NO. 1663 INDEX TO SPECIAL PROVISIONS FOR 18" ZONE 11 WATER TRANSMISSION MAIN ALLEY SOUTH OF AND EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR SECTION I. SCOPE OF WORK AND SPECIFICATIONS II. COMPLETION OF WORK Ill. AWARD OF CONTRACT IV. PAYMENT V. CONSTRUCTION SURVEY STAKING VI. PROTECTION OF EXISTING UTILITIES VII. GUARANTEE VIII. WORK WITHIN STATE HIGHWAY NO. I RIGHT-OF -WAY IX. SHOP DRAWINGS, DATA 014 MATERIALS AND EQUIPMENT, AND SAMPLES X. STORAGE YARD X1. GUARDING UNDERGROUND CONSTRUCTION X11. FLOW AND ACCEPTANCE OF WATER X111. WATER XIV. COASTAL ZONE PERMIT XV, TRAFFIC CONTROL XV1. CONSTRUCTION SCHEDULE XVII. NOTICE TO RESIDENCES AND BUSINESSES XVIII. DEMOLITION PERMIT XIX. CONSTRUCTION DETAILS A. Pipe B. Cast Iron Fittings PAGE SP- I SP -1 SP -1 SP -2 SP -2 SP -2 SP -2 SP -2 SP -2 sP -4 SP -4 SP -4 SP -5 SP -5 SP -5 SP -7 SP -9 SP -9 SP -9 SP -9 SP -10 APPENDIX Boring No. 1 &2 Location Map 1 Log of Borings No. 1 2 Log of Borings No. 2 3 Boring No. 1, 2, 3 & 4 Location Map 4 Log of Borings No. 1, 2, 3 & 4 5 SECTION PAGE XIX. CONSTRUCTION DETAILS (Cont'd.) C. Gate Valves SP -11 D. Butterfly Valves SP -11 E. Protective Coatings SP -11 F. Disposal SP -11 G. Tie -Ins SP -11 H. Flanges SP -11 I. Bolts SP -12 J. Gaskets SP -12 K. Steel Casing SP -12 L. Fire Hydrant Assembly SP -12 M. Blow -Off Assembly SP -13 N. Air Release Assembly SP -13 0. 2 -Inch Copper Service Lateral SP -13 P. 6 -Inch A.C. Service Lateral SP -13 Q. 2 -Inch Copper Service Lateral Connection SP -13 R. 6 -Inch A.C. Service Lateral Connection SP -13 S. 3 -Inch Copper Service Lateral Connection SP -13 T. Pipeline Construction SP -13 U. Alley Improvements SP -19 V. "Cobblestone" Pavement SP -21 APPENDIX Boring No. 1 &2 Location Map 1 Log of Borings No. 1 2 Log of Borings No. 2 3 Boring No. 1, 2, 3 & 4 Location Map 4 Log of Borings No. 1, 2, 3 & 4 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR" 18" ZONE 11 WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR 1975 - 76 CONTRACT NO. 1663 SCOPE OF WORK The work to be done under this contract consists of the construction of approxi- mately 5821' of 18 -inch water line and related appurtenances along the center lines of alley south of and in East Coast Highway Marguerite Avenue to Garret Drive; and construction of Portland Cement Alley Pavement, Alley Approaches and appurtenant items of work related thereto. The contract requires the completion of all the work in accordance with (1) Special Provisions, (2) the Plans (Draw- ing No. W- 5109-5 and A- 5079 -5), (3) the City's Standard Special Provisions and Drawings, (4) City of Newport Beach Standard Specifications, (5) Applicable portions of State of California Standard Specifications, 1975. The City's Standard Specifications are the Standard S ecifications for Public Works Construction, 1976 Edition including supp ements to ate. Copies may be purchased from Building News, Inc., 3055 Overland.Avenue, Los Angeles, Calif- ornia 90034, Telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5.00. 11. COMPLETION OF WORK The Contractor shall complete all the work under this contract within 120 con- secutive calendar days after September 7, 1976 and as specified in Section 6 of the Standard Specifications and Section XVI of the Special Provisions. No work in this contract can commence prior to September 7, 1976 except pipe and mat- erials orders and stockpiling in storage yard. III. AWARD OF CONTRACT The award of the contract will be based on the total price bid for contract Items Numbers 1 -16, 17A, 18A, 19 -38 for Alternate "A" or 1 -16, 178, 188, 20 -38 for Alternate "B ". The City reserves t e rTi �g t to delete all or portions of bid items 33, 34, 35, and 37. SP -I IV. PAYMENT • Payment for items of work, not separately provided for in the Proposal, shall be included In the price bid for other items of related work and no additional compensation will be made therefor. V. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefor. Existing spike and tins set along the center line of East Coast highway at 100 foot intervals may be used by the Contractor. VI. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate its facilities. See Sheet I of the drawings for telephone numbers and names of persons to be contacted. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. The Contractor's attention is called to Section 5 of the Standard Specifications. V11. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. Vill. WORK WITHIN STATE HIGHWAY NO. 1 RIGHT -OF -WAY This contract requires completion of all work, within the State Department of Transportation right- of-way (State Route No. 1, East Coast Highway) to be done in accordance with the requirements of State Encroachment Permit No. attached hereto. The Contractor Is required to post a $ bond on a State of California Bond Form P -4 which will cover his work wiih -in the State right -of -way for a two year period. The Contractor will also be required to make arrangements to pay the State Department of Transportation for inspection, striping, and testing charges. IX. SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES A. General The Contractor shall furnish to the engineer such working drawings, data on materials, and equipment and samples as are required for the proper SP -2 0 control of the work, including, but not limited to, those working drawings, data and samples specifically required in Subsection 2 -5.3 of the Standard Specifications and on the drawings. All working drawings, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. e. Shop Drawings and Data Defined Working drawings include without limitation, shop detail drawings, fabri- cation drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. C. Review and Revision The Contractor shall furnish to the engineer for review two prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 15 calendar days before drawings will be re- quired for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required, and the Contractor shall Immediately submit four additional copies to the Engineer. If the drawing Is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Con- tractor shall immediately submit five corrected copies to the Engineer. 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. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT", the Contractor shall revise said drawing and shall resubmit three copies of said revised drawing to the Engineer, as in the case of an original submittal. 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. SP -3 Revision indicated on shop drawings shall be considered as changes neces- sary to meet the requirements of the contract plans and specifications and 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 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 provisions or requirements contained in these contract drawings. X. STORAGE YARD A storage yard at the corner of Fifth Avenue and Dahlia Avenue is available for the Contractor's use. The Contractor shall maintain the yard in a neat and orderly manner. Upon completion of the contract the Contractor shall clean and return the yard to its original condition including repairs as required. XI. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. Guarding - The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The Contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum bid for guarding underground construction. The Contractor shall submit a detailed plan for bracing excavations in accord- ance with the provisions of Section 306 -1.1.6 of the Standard Specifications. X11. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Div- ersion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. The Contractor shall obtain written permission from the property owner before any diversion of water outside the street right-of -way will be permitted by the Engineer. SP -4 X111. XI V. Xv. 0 6 Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California, 92506, Telephone (714) 684 -9330, Mt. Zasadzinski), prior to commencing con- struction. Upon approval of the plan by the City and the Board the Contractor shall be responsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. WATER The Contractor shall make his own provisions for obtaining the applying water necessary to perform his work. If the Contractor desires to use available city water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 640 -2221. The City will provide bypass water service lines to serve customers affected by the construction under this contract. COASTAL ZONE PERMIT A Coastal Zone Permit is required for work under this contract. The City has obtained this permit. TRAFFIC CONTROL A. General The Contractor shall be responsible for traffic control in accordance with these plans, specifications, the State of California Standard Specifica- tions and Subsection 7 -10 of the Standard Specifications. Warning signs, lights and devices shall conform to the State of California Manual of Warning Signs, Lights, and Devices For Use in Performance of Work Upon Highways, 1973. Traffic delineators @ 50 feet on centers shall be required where actual construction (including open trench) is in progress and for 300' either side of it. All traffic slgnalization work shall con- form to Section 86 of the State of California Standard Specifications and the Department of Transportation Standard Plans. The Contractor shall have the option to either temporarily remove or support -in -place all traffic signal standards and pull boxes located within the construction zone. The method used to support the signal standard, pull box, conduit and wires shall be approved by the Engineer. No splicing of wires will be allowed. All damaged or broken wiring shall be replaced with new wire in accordance with the State of California Standard Specifications. All street and alley closures to through traffic shall be limited to the hours of 9:00 A.M. to 3:00 P.M., Monday thru Friday excluding holidays for a maximum duration of two consecutive days except as specified below. SP -5 0 0 Details for detours and intersection modifications are shown on the draw- ings. When the streets and alleys are closed to through traffic as indicated above, vehicular and pedestrian access shall be maintained for a)1 businesses and residences adjacent to the project area. The details are minimum guidelines. Other signs, markings etc, shall be provided as dir- ected by the Engineer. Prior to commencing work the Contractor shall submit a written traffic plan to the Engineer for approval. The plan shall show periods of street clos- ure, the location of signing and detours and any other details required by the Engineer to ensure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience to motorists. B. East Coast Highway Within East Coast Highway Right-of -Way all detours-other than the through lane relocations shown on the plans, lane and intersection closures or modifications, and traffic signal phasing modifications-shall be limited to the hours of 9:00 A.M. to 3:00 P.M., Monday thru Friday excluding holidays. All trenches and excavation within intersections and left turn lanes shall be either backfilled and resurfaced with temporary pavement or covered with steel plates of sufficient size and thickness to with- stand the traffic loading to which they will be subjected. Steel plate bridging of trenches shall be limited to two consecutive days in any one location. Work shall not be in progress in more than one intersection at a time. The Contractor shall supply and post "No Parking Any Time" signs within the construction limits during the construction period. C. Hazel Drive Hazel Drive between Poppy Avenue and East Coast Highway must be open to single lane traffic for local access at all times. At the end of each working day any open trench shall be securely plated to allow local traffic access. D. Seaward Road Seaward Road at its intersection with the East Coast Highway may be closed to cross traffic. If so closed, the Contractor shall post "Right Turn Only" signs along Seaward Road intersection approaches and "No Left Turn" signs on the East Coast Highway approaches. E. Morning Canyon Road Morning Canyon Road at its intersection with the East Coast Highway may be closed to cross traffic. In addition the north approach may be completely closed north of East Coast Highway to the first alley. If so closed, the Contractor shall post "Right Turn Only" signs along Morning Canyon Road, south approach and "No Left Turn" signs on the East Coast Highway approaches. F. Cameo Shores Drive Construction of the pipeline through the Cameo Shores Road /Cameo Highlands Drive intersection shall be performed in stages as shown on the drawings. SP -6 11 The first stage shall be complete before work can be started on the second stage. Traffic control and signal phasing shall be in accordance with the drawings. G. A1� leys All alleys may be closed to all through traffic for a period not to exceed 14 days during Installation of water mains and not to exceed 16 days dur- ing alley reconstruction. H. Local Streets Single lane access must be maintained at all times for local traffic on all other surface streets. Where two lane traffic exists, flagmen shall be used during construction hours. Ac the end of each working day any open trench shall be securely plated to allow local traffic access with one lane open in each direction. XVI. CONSTRUCTION SCHEDULE A. General The Contractor shall submit a construction schedule as specified in sub- section 6 -1 of the Standard Specifications. B. Water Prior to commencing work, the Contractor shall have all materials on hand so that once the work has begun he may proceed unhindered to the completion of the job. All work within the East Coast Highway right -of -way shall be completed within 90 calendar days of the start of any work within the right -of -way. He shall minimize cut to fit closure pieces in the field. Pipe in each bore shall be installed prior to the construction of the cor- responding 18 -inch main at the tie -in point. Construction of water mains In easement and alleys shall commence at Marguerite Avenue and proceed in an easterly direction to Hazel Drive. During water main installation, each alley must by returned to normal vehicular use within 14 (fourteen) consecutive calendar days from the date It was first closed to vehicles. Full compaction of trenches must be completed before the alley is reopened to vehicular use. When the water main related work in any one alley is not 1002 complete, Including compaction, within the 14 days limit, any and all work not directly related to that alley shall be stopped completely until the work Tn`said alTeY- s completed to the satisfaction of the Engineer. Such stopping of work by the Engineer will in no way relieve the Contractor from his responsibility to maintain schedules of work elsewhere. The Contractor will be assessed liquidated damages in the amount of $100.00 per calendar day (including Saturdays, Sundays, and holidays) for each day in excess of the 14 days allowed for the work in each alley which is not 1002 complete. SP -7 0 0 The Contractor will be permitted to make only one shut down at a time. The length of each shut down shall not exceed 4 hours. All existing mains shall remain in service until the actual tie -in is made. At least 5 days prior to any main being shut down the Contractor shall deliver a shut down schedule to the Engineer. Utility Superintendent, Mr. Tom Phillips of the City of Newport Beach or General Manager, Mr. Joseph Sweeny for Laguna Beach County Water District shall be notified at least 3 days in advance of the need to shut down any existing water main of their respective agency and again 24 hours in advance of the proposed shut down. No shut downs will be allowed on Pridays. Saturdays_ Sundays_ the day before a laoal he idav_ or a lenal The Utility Division for the City of Newport Beach is located at the City Corporation Yard, 592 Superior Avenue. Telephone number (714) 640 -2221. The Utility Division for the Laguna Beach County Water District is located at 306 Third, Laguna Beach. Telephone number (714) 494 -1041. All tie-ins shall be made after the new main has been pressure tested be- tween mainline valves and disinfected. C. Alleys The Contractor shall incorporate the following requirements within the construction schedule: Sixteen (16) consecutive calendar days will be allowed for removals and to construct the portland cement concrete pavement in each alley and the alley approach at each end of the alley. Also included in this time will be the completion of P.C.L. garage approaches and sidewalk, the A.C. garage ap- proaches and feather joins. In summary , the above requirements mean that the Contractor will be allowed a maximum of sixteen (16) consecutive calendar days to complete all the construction work in each alley. The periods specified for construction work include curii2 time for new portland cement concrete improvements. This means that each alley and every garage approach with access from that alley must be returned to normal vehicular use within 16 consecutive calendar days from the day it is first closed to such use. The Contractor will be assessed $100 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the 16 con- secutive calendar days allowed for 100% completion of the construction work in each alley and the alley's return to normal vehicular use. This is in addition to the liquidated damages, as covered in Section 6 -9 of the Standard Specifications, which will be assessed for failure to complete the project within 120 days after September 7, 1976. SP -8 The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the alley construction in an orderly, preplanned, continuous fashion so as to minimize the time an alley is closed to vehicular traffic. XVIII. NOTICE TO RESIDENCES AND BUSINESSES The City will mail a preliminary notice to all residences and businesses affected by this work. Between 40 and 55 hours prior to blocking access to residences or businesses, the Contractor shall, with utmost care, distribute to each and every residence and business, a notice, prepared by the City, stating when the work will begin and approximately when access to their property will be restored. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the Contractor. The same notification procedure must be followed by the Contractor 3 to 5 hours prior to shutting dawn of water service to affected residences and businesses. XVIII. DEMOLITION PERMIT Prior to dumping any spoil; or waste material from the Jobsite at any county sanitary landfill site in the County of Orange the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2281. There is no charge for this permit; its purpose is simply to provide authorization for the Contractor to use Orange County landfill facilities for disposal of excess material. XIX. CONSTRUCTION DETAILS A. Pipe 1. General The unit price bid per lineal foot of water main shall be compensation In full for cutting, removing and legally disposing of existing pave- ment, trench excavation, furnishing and laying pipe including all con- struction survey staking, fittings, flanged outlets and other miscel- laneous appurtenances, thrust and anchor blocks, tie -ins except hot taps, field welding, bedding, backfill importation, backfilling, compaction, hydrostatic testing, sterilization, slope protection, curb and gutter replacement, median replacement, landscaping and irrigation pipe replacement required to install operative water mains, and any other Incidental work for which separate payment is not specifically provided for. The unit price bid per lineal foot of water main shall exclude valves, valve boxes, bored casing, guarding underground construction, hot taps, and traffic control. SP -9 • • Installation of the 18" transmission main in the Alley south of East Coast Highway from Marguerite Avenue to Poppy Avenue may require pipe production lengths of 20 feet due to the presence of water and gas service laterals and over electrical and telephone lines. 2. Mortar Lined and Coated Steel Pipe and Fittings Mortar lined and coated steel pipe and fittings shall be fabricated in conformance with Section 207 -10 of the Standrad Specifications except that steel cylinders shall have a minimum wall thickness of 10 gage. Cement mortar lining shall conform to Subsection 207 - 10,4.1 of the Standard Specifications. The minimum net Inside diameter, after application of the interior protective lining, shall be equal to the nominal diameter of the pipe specified on the plans with a permissible tolerance of + 1/16 inch to conform to Subsection 207 - 10.4.1 of the Standard Specifications. Joints shall be bell and spigot with rubber gaskets; field welded joints shall be lapped joints or plain ends fitted with butt straps in conform- ance with Subsection 207 - 10.2.4 of the Standard Specifications. The number of field welded joints shall be held to a minimum. Pipe, joints and fittings shall be designed for a working pressure of 200 psi. 3. Reinforced Concrete Water Pipe, Steel Cylinder Type, Pretensione Pipe shall be manufactured in conformance with AWWA Standard 0303 -70, except that steel cylinders shall have a minimum wall thickness of 12 gage. Joints shall be self - centering with a preformed rubber gasket. The net inside diameter of the pipe shall be as specified on the plans with a permissible tolerance of + 1/8 inch. Pipe, joints and fittings shall be designed for a working pressure of 200 psi. 4. Asbestos Cement Pipe a. Class of Pipe All 611, 8 ", 10" and 12" asbestos cement pipe supplied under this contract shall be a minimum of Class 200. b. Pipe Materials and Manufacture Asbestos cement pressure pipe shall conform to Section 207 -7 of the Standard Specifications and AWWA Standard C400 -75 Type II and these Special Provisions. In addition to these requirements all asbestos cement pipe products which are manufactured outside the United States shall be sampled and tested at the last distribu- tion or storage point in California in conformance with the hydro- static strength, flexural strength, and crushing strength require- ments of A.S.T.M. Specification C -296 Type II. The Contractor, at no cost to the City, shall supply the facilities and arrange for SP -10 0 0 the testing by a testing laboratory licensed by the State of Calif- ornia. A Certificate of Compliance certifying the above require- ments and signed by the testing laboratory shall be furnished to the Engineer prior to the time of delivery of the pipe. All pipe not conforming to the above requirements will not be acceptable for the project.B. C B. Cast Iron fittings Cast iron fittings shall conform to Section 207-9 .9 of the Standard Spec- ifications, and shall be for a working pressure of 200 psi unless other- wise indicated. SP10 -a. 0 0 C. Gate Valves All gate valves supplied under this contract shall conform to the require- ments of Subsection 207 -14.2 of the Standard Special Provisions. The unit price bid for gate valves shall include all valves and tapping sleeve connections. Valves shall be installed with standard valve boxes. D. Butterfly Valves Butterfly valves shall meet or exceed the requirements of AWWA C -504 Class 150 B. Valves shall be manually operated with an enclosed operator. All valves shall conform to Section 207 -14.3 of the Standard Special Provisions. Valves shall be installed with standard valve boxes. E. Protective Coatings The exterior surfaces of all buried valves, flange joints, bolts and nuts, and other buried items except for copper pipe, which are not 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 dry- ing, the coating shall have a minimum thickness of 1/8 of an inch. F. Disposal Excess trench excavation and debris from the work shall become the property of the Contractor and shall immediately be removed from the job site in a manner and at a location acceptable to all cognizant agencies. G. Tie-ins I. The cost for tie -ins shall be included in the other items of work and no additional compensation will be made. The cost for hot taps shall be included in the bid items for installing tapping sleeve and valves. 2. Construction The Contractor shall maintain all existing water mains not to be aband- oned in service until the tie -ins to the new water main is made. Tie - ins shall be made per Section 306 - 1.2.10 of the Standard Special Pro- visions and in accordance with Subsection XVI B of these Special Pro- visions. All pipe shown to be abandoned shall be abandoned in conformance with Section 5-3 of the Standard Specifications. Items shown on the drawings to be removed and salvaged shall be delivered and unloaded by the Contractor at the City Corporation Yard, 592 Superior Avenue. H. Flanges Flanges for water line shall conform to AWWA C -207 Class 0. All flanges shall be furnished with flat faces. The flanges shall be attached with SP -11 • 0 the bolt holes straddling the vertical axis of the pipe unless otherwise shown on the plans. The flanges shall be attached to the pipe in con- formance with the applicable provisions of the "AWWA Standard Specifica- tions for Steel Pipe Flange" (AWWA Designation C -207). Bolts Except as otherwise provided herein, bolts shall conform to the require- ments of the "Specifications for Steel Machine Bolts and Nuts and Tap Bolts ", Grade B (ASTM Designation A307). All bolts and nuts which are not buried shall be hot-dip galvanized. Bolts and nuts for buried ser- vice shall be Type 18 -8 stainless steel. J. Gaskets Except as otherwise provided, gaskets for flange joints shall be full face 1/16 -inch thick cloth-inserted rubber gaskets extending from the inside edge of the flange beyond the bolt circle. All blind flanges shall have a 1/16 -inch thick reinforced rubber gasket which covers the entire inside surface of the blind flange. The gasket shall be cemented to the surface of the blind flange. K. Steel Casing I. General The unit price bid for bored steel casing shall be compensation in full for cutting, removing and legally disposing of existing pavement and surplus excavated material, excavation and shoring of the jack- ing pit, boring for and installing the steel casing, backfill im- portation, backfilling, compaction, temporary and permanent resur- facing. It shall also include all appurtenances for installation of the pipe in the casing. Steel casing shall be a minimum of 1/4" thick- ness for 18" and 24 ", and a minimum of 3/3" for 30 ". 2. Jacking Jacking shall conform to Section 306 -2 of the Standard Specifications. The pipe shall be installed in the casing using rough redwood or wolmanized Douglas Fir 4" x 4" skids at spacing in accordance with the plans. After completion of the pressure test and approval by the City's Inspector, the annular space between the casing and the pipe shall be completely filled with clean gunite sand. L. Fire Hydrant Assembly Fire hydrant assembly shall be provided complete per City of Newport Beach Standard Drawing No. 500 -L excluding ACP water main which is included in the bid item for 6" ACP water main. SP -12 M. Blow -Off Assembly 0 Blow -off assembly shall be provided complete per detail on drawings. N. Air Release Assembly Air release assembly shall be provided complete per detail on drawings. 0. 2 -Inch Copper Service Lateral 2 -inch copper service lateral shall be furnished complete including in- stallation, fittings and appurtenances, backfilling, compaction, testing and sterilization required to install service lateral. P. 6 -Inch A.C. Service Lateral 6 -inch A.C. service lateral shall be furnished complete including in- stallation, backfilling, compaction, testing and sterilization required to install service lateral. Q. 2-Inch Copper Service Lateral Connection 2 -inch copper service lateral connection shall be provided complete per detail on the drawings including tee, gate valve, nylon bushing, valve box and cover, bend, adaptor, 2 -inch copper pipe, and appurtenances, trenching, backfilling, compaction, testing and sterilization required for the service lateral connection. R. 6 -Inch A.C. Service Lateral Connection 6 -inch A.C. service lateral connection shall be provided complete per detail on the drawings including tees, 6 -inch gate valves, flanged out- lets, 6" A.C. pipe, bends, thrust blocks and appurtenances, trenching, backfilling compaction, testing, and sterilization required to install service lateral connection. S. 3 -Inch Copper Service Lateral Connection 3 -Inch copper service lateral connection shall be provided complete per detail on the drawings including tees, bend, gate valve, valve box and cover, nylon bushing, adaptor, and 3 -inch copper pipe and appurtenances, trenching, backfilling, compaction, testing, and sterilization required for the service lateral connection. T. Pipeline Construction 1. Trench Excavation Trench excavation shall conform to Section 306 of the Standard Spec- ifications. No more than 600 lineal feet of trench shall be open at a time within the East Coast Highway right -of -way. SP -13 2. Asbestos Cement Pipe Installation Asbestos-cement pipe laying shall be performed in accordance with the recommendations of the manufacturer as described in the "Installation Guide, Transite Ring -Tite Pressure Pipe" published by Johns- Manville Corporation, dated 1969. Care shall be used to prevent damage in handling, moving, and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks or chips. a. Handling and Storage Asbestos cement pipe shall be handled in such a manner so as not to be dropped or bumped. The pipe shall be so loaded that the spigot end of the pipe shall not come in contact with the back of the bell of the adjacent pipe. Machined ends of the pipe shall be protected from damage by scratching or chipping, and any dam- aged section will either be rejected or shall be cut and a new machined end section made conforming to the original section. Repaired pipe shall be submitted to the Engineer for his approval as to compliance with these specifications. b. Support The pipe shall be supported on mounds of bedding material at approximately 2 feet 6 inches from the end of each pipe length. Mounds shall be of sufficient height to provide a minimum clear- ance of 4 inches between the trench bottom and the bottom of pipe couplings. Valves and fittings shall be firmly blocked with poured -in -place concrete thrust blocks which shall remain in place. C. Defective or Damaged Pipe The pipe and couplings shall be thoroughly cleaned prior to assembly and shall be carefully inspected for defects. Any length of pipe, couplings, sleeve or rubber ring found to be defective in workmanship or material or so damaged as to make repair and use impracticable, shall be rejected and removed from the work. In the event a portion of a length of pipe is damaged, the damaged portion shall be cut off in such manner as to make a clean even cut. d. Avoiding Contamination Care shall be exercised at all times to avoid contaminating any of the pipe or fittings. Dirt shall be prevented from entering the pipe as far as practicable and, if necessary, the pipe shall be swabbed before being placed in position. Every open end of pipe or fitting shall be carefully plugged with a cast iron or S P -14 • • test plug at the end of each day's work. No burlap or other similar temporary plug will be permitted. After installation and before making connections to existing water mains, the new pipe shall be tested and disinfected. e. Assembly of Pipe Couplings and rings shall be placed in the trench on the end of the last length of pipe laid. Pipe ends shall be cleaned and lubricated as recommended by the pipe manufacturer. lifter proper bearing has been obtained, couplings shall be assembled in a workmanlike manner, using approved coupling pullers. f. Nipples Asbestos - cement nipples shall be at least 19 inches long. 3. Cement Mortar Lined and Coated Steel and Pretensioned Concrete r,. I@-A- at..o a. Handling and Storane Handling and storage of pipe shall be in accordance with the recommendations of the manufacturer. All necessary precautions shall be taken to maintain the protection afforded by the lining and coating. Pipe shall be handled and stored so that dimensional integrity of joint configuration and pipe roundness are insured. No steel cable slings o-'" ' b2 permitted. Spreader bars must be used for lengths over 20 feet. b. Pipe Laying Pipe laying shall conform to Section 306 of the Standard Specifica- tions. c. Field Jointing Field jointing shall conform to Section 3o6 -1 of the Standard Special Provisions. Before joining the spigot into the bell of the pipe previously laid, the spigot groove, the rubber gasket, and the bell shall be thoroughly cleaned. Then the spigot groove, the rubber gasket, and the first two inches of the bell shall be lubricated with a soft, vegetable soap compound. The gasket shall be positioned in spigot groove so that the rubber is distributed uniformly around the circumference, not twisted, rolled, cut, crimped or otherwise injured. Uniform distribution of gasket may be accomplished by passing a smooth, round steel rod under gasket and up onto opposite edge of gasket groove, then moving the rod in this position around the entire circumference of the spigot. The pipe shall be joined together to provide the proper space between abutting ends of pipe. To maintain the laying length SP -15 shown on the contract drawings, the width of the space provided at the joint may be varied to compensate for the permissible manufacturing tolerance in pipe lengths of plus or minus 1/4 inch. For slight changes or corrections in aliinment and grade, joint may be pulled on one side of pipe. The amount of deflection must not exceed that recommended for the type of joint being used. After a joint is assembled, a thin metal feeler gauge shall be inserted between the bell and spigot and the position of the rubber gasket checked around the complete circumference of the pipe. If the gasket is not in proper position, the pipe shall be withdrawn, the gasket checked to see that it is not cut or damaged, the pipe relaid, and the gasket position again checked. Prior to assembling the joint, the inside shoulder of the bell shall be "buttered" with a mortar of the consistency of thick cream, consisting of 1 part portland cement to 1-1/2 parts of sand. An accessory such as a specially designed rubber ball wrapped with burlap shall be used to: (1) provide back -up against which the mortar is squeezed while the centered spigot is pushed "home" and (2) hold the mortar in place in the assembled joint while alignment and grade are adjusted as the next bell is "buttered" and the next spigot is centered. The accessory shall screed off excess mortar to leave a smooth and continuous surface between pipe sections as it is drawn through the pipe. After joining mortar- coated pipe, a plastic or cloth band at least 8 inches in width shall be centered and secured over the exterior joint recess. The joint band shall be bound to the pipe by the use of steel box strapping or by an equivalent method and shall completely and snugly encase the outside joint except for an openinq near the top where mortar grout is to be poured into the joint recess. After the joint band is properly secured, the joint recess shall be moistened with water and then filled with mortar consisting of I part Portland cement and 2 parts of sand mixed with water to the consistency of thick cream. The mortar grout shall completely fill the outside annular space between the ends of the pipe and around the complete circumference. After the recess has been filled, the joint hand shall be placed over the opening left for pouring and the mortar allowed to set before bedding and back - filling at the joint. After the mortar has set, the pipe and its joint should be shaded with backfill material to protect it from extreme temperature changes and as an aid for proper alignment when subsequent sections are laid. sp-16 0 Welded joints shall conform to AWWA C -206 and shall be single - welded lap joints for bell and spigot pipe and butt straps for plain end pipe. Rubber gasket joint shall be welded in accord- ance with the detail shown on the drawings. 4. Backfill and Compaction a. Backfill Backfill and bedding for pipe shall conform to the detail shown on Sheet 9 of the Drawings. b. Compaction 1. Outside of State Highway No. 1 Right -of -Way Compaction for all excavation except within the right -of -way of the State Highway No. 1 shall conform to Section 306 of the Standard Specifications. 2. Within State Highway No. I Right -of -Way Compaction within the State Highway No. 1 right-of -way shall conform to Section 19 -5.03 of the State of California Standard Specifications. 5. Trench Resurfacing a. Outside of the State Highway No. 1 Right-of -Way 1. General All trench resurfacing shall conform to Sections 301 and 302 and Subsection 306 -1.5 of the Standard Specifications. 2. Temporary Asphalt Concrete Resurfacing The Contractor shall place and maintain temporary 2 -inch thick asphalt concrete resurfacing at all locations wherever excava- tion is made through pavement, sidewalk, or driveways in con- formance with Section 306 -1.5.1 of the City's Standard Spec- ifications, with the following exceptions: The asphalt concrete used for temporary trench resurfacing shall be Type III- C3-AR4000 using liquid asphalt in conform- ance with Section 400 -4 of the City's Standard Specifications. Payment for placing and maintaining temporary asphalt concrete resurfacing in East Coast Highway, in related local streets and their intersections with the East Coast Highway shall be included in the unit price bid for Item 24. Payment for SP -17 0 0 placing and maintaining temporary asphalt concrete resurfacing in the Alley and related local streets shall be included in the unit price bid for Item 33. 3. Aggregate Base Aggregate Base shall be processed natural material, gradation B, conforming to the requirements of Section 400 -2 of the Standard Specifications. 4. Asphaltic Concrete Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302-5.3 of the City's Standard Specifications shall be applied to the existing asphalt concrete surfaces and between the base course and the surface course. Asphaltic Concrete shall be Type III conforming to the require- ments of Subsection 400 -4.3 of the Standard Specifications. The base course shall be BI- AR40DO and the top 1-inch shall be C2- AR4000. 5. Portland Cement Concrete Portland cement concrete furnished for Hazel Drive, curbs, and crossgutters shall be Class 564- C-3000 per Subsection 303 -5 of the Standard Specifications. Portland cement concrete used for Hazel Drive and crossgutters shall attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM designa- tion: C78-64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately following placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. Portland cement concrete supplied for all structures shall be 564- D-3000 and construction shall conform to Section 303 of the Standard Specifications. Replacement of concrete surfacing on Hazel Avenue shall in- clude the trench width required for the new water main plus 18 inches on each side of the trench. b. Within State Highway No. i Right -of -Way All trench resurfacing within the State Highway right- of+way shall conform to the requirements of Subsection XIX -5 above and to the State of California Standard Specifications. Payment for all trench resurfacing in East Coast Highway will be under the appropriate bid item except, the additional removal of 19,850 square feet of asphalt concrete pavement over aggregate SP -18 base over portland concrete cement pavement which varies in depth from 17" to 21" and the replacement with 6" asphalt concrete pave- ment over 13" aggregate base which will be paid for under separate bid items No. 34 and 35. This is in addition to the pavement removal and replacement required to install the 18" water trans- mission main. The City may elect to construct new median islands after award of this contract. Pavement replacement under bid item No. 35 will then be deleted and the quantity under bid item No. 37 will then be reduced by the width of the trench to be resurfaced times the length of the proposed islands. U. Alley Improvements 1. Pavement Removal, Excavation, and Subgrade Preparation Existing portland cement concrete or asphalt concrete improvements to be removed shall be sawcut a minimum of 2 inches deep along property lines, join lines, at the locations beyond property lines as shown on the Plans, or as directed by the Engineer. Final removal at the saw - cut lines may be accomplished by the use of jackhammers or sledge- hammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pavement breakers, such as stompers, will not be permitted on the job. The Contractor shall prepare the subgrade in conformance with Section 301 of the City's Standard Specifications. Payment for pavement removal, excavation, and subgrade preparation will be considered as included in the unit prices paid for the cor- responding or associated items of new work. 2. Portland Cement Concrete Portland cement concrete furnished for construction of all alley pave- ment, street pavement, alley approaches, garage approaches, sidewalks and curb and gutter shall have a 6 or C gradation and shall attain a minimum modulus of rupture of 600 psi (tested in conformance with ASTM designation: (C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately after place- ment and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 550 psi. In view of the P.C.C. strength requirements described above and the schedule of work limitations described in Section XIV of these Special Provisions, the Contractor may find it necessary to add additional cement, use special aggregates, or use admixtures to meet the spec- ifications. The intent of these Special Provisions is that the Con- tractor prepare his bid in conformance with these strict limitations and no additional compensation will be allowed for the extra materials that may be required to meet these conditions. SP -19 The Contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumping concrete through aluminum pipe will not be permitted. Overhead screeds will be required at the flow line. SP -19a. A 12-inch wide smooth trowel surface shall be constructed along the flow line (centerline) of each alley. The remainder of the alley sur- face shall be light broom finished. All sidewalk or drive approaches that extend beyond the street or alley right -of -way shall have a cold joint or if placed monolithic a minimum 2" deep saw cut within 24'hours at the right -of -way line. Contact joints shall be constructed in conformance with the City of Newport Beach Drawing No. STD - 120 -L. Street joints shall be construct- ed where shown on the Plans. Alley joints shall be constructed in conformance with City of Newport Beach Drawing No. STD- 119-L. Special care shall be taken to locate weakened plane joints at water meter boxes, power poles, and all other critical locations. 3. Alley Approaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach Drawing No. STD -117 -L with the following exceptions: (a) Curb return radii shall be as indicated on the plans or directed by the Engineer. (b) Payment for asphaltic concrete joints to existing street pavement shall be included in the unit price bid for alley approaches. 4. Adjustment of Various Walks, Landings, Fence Supports, Etc. Brick, flagstone or other miscellaneous walks not constructed of Port- land cement concrete or asphaltic concrete shall be adjusted to the new alley grades. Variable height 2 -inch redwood header fence supports will be installed where support is required at existing fences as indicated on the Plans. 5. Asphalt Concrete Asphalt concrete furnished for construction of 4 -inch thick pavement and variable thickness feather join shall be Type III -D -AR -4000 in conformance with Section 400 -4 of the Standard Specifications. A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard `specifications. The cost of the tack coat shall be in- cluded in the unit price bid for the associated asphalt concrete. 6. Adjustment of Utility Boxes, Manholes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility boxes shall be adjusted to SP -20 finish grade prior to placement of portland cement concrete. In the event the utility box or structure is located in an area to be im- proved with asphalt concrete, adjustment to finish grade shall be made after the asphalt concrete pavement has been placed in a manner similar to that described in Section 302-5.7 of the Standard Specifications. No separate compensation will be allowed for this work. 7. Protection of Existing Property Line Monuments Many property lines are designated by "iron pipe and tag" as shown on the plans. Special care shall be taken during removal not to disturb the pipe location. Any monuments removed or dislocated during con- struction shall be restored by the Contractor at his expense. 8. Flow Diversion Around Manholes The cost of constructing flow diversion channels around manholes at various locations as indicated on the Plans shall be included in the unit price bid for constructing portland cement concrete alley pave- ment and no additional compensation will be allowed. V. "Cobblestone" Pavement "Cobblestone" pavement shall be 564- C-3000 portland cement concrete. Colored hardener shall be Russet (A -24) "Lithochrome Color Hardener" as manufactured by L. M. Scofield Company, Los Angeles, California. The minimum rate of application of the hardener shall be 60 pounds per 100 square feet. Color wax curing and finishing compound shall be Russet (A -24) "Lithochrome Colorwax" as manufactured by L. M. Scofield Company, Los Angeles, California. Minimum application coverage shall be 600 square feet per gallon of unthinned colorwax. Sub -grade preparation shall conform to the requirements of Section 301 -1 of the Standard Specifications. Imprinting of the concrete shall be done in such a manner as to duplicate the existing "cobblestone" pavement in place on the West Coast Highway Medians between Riverside Drive and Tustin Avenue. The final color appearance shall be uniform throughout the entire sur- face area. All surfaces that are not uniform in color and surface tex- ture will be rejected and must be removed and reconstructed at the contractor's expense. Measurement and payment will be in accordance with Section 303-5.9 of the Standard Specifications. SP -21 l / -' 'j V IN 3 f f i J •��� i i•y, - \ r- J 1, i�Jl Iffi �'.i �i 'N WA ACry PROPOSED 13" IIATER LINE (INC. VALVES, CONNECTIOFIS• ETC,). -- EXISTING ;LATER LINE. A FIRE HYDRANT ASSEMBLY. Q/ CONNECT TO EXISTING !LATER SYSTEM. Q2 ABANDON EXISTING CONNECTION TO LAGUAA BEACH CO. WATER DISTRICT 30" FEEDER. N 3tR 7 A /J .46 C-1 11 1 ♦h r 9> EX /SZ- 30" VIA TER BORING LO CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT, EAST COAST HIGHWAY UA.TER TRANSMISSION PLAIN TION MAP I. DaAYM i.'� E3r<'<z DATE,_/ A55`r. PUBLIC WORKS DIRECTOR R_E- NO. 12.306 I ' iOUNTY OF ORANGL ROAD DF PARTM *f BORING I.OG Water Main Improvement FROJEC7 _�ity._of_t e port_Aeach_._ _ LOCAFION Marigold BORING NO. _ B_1 SUR. ELEV. _Street I.OGGEDBY„_S.S. Sample No, Field Lab. Depth Log Rernnrks Z Pavement: 1 "AC over Classification ..` Silk Sand (SM), red -t 4 5 ---- Slightly clayey 3' to 6' C1 Sand SC) Sjjty_ Clay�L_CL1, By 10-- I T.D. 10' DATE __ e VOUNTY OF ORANGE ROAD DCPART0,T DORING LOG Water Plain Improvement {'ROJECT __�i -ty_of �e f,ort. Gea.ch._. LOCATION Or4}Lj�_ BORING NO. B_2y SUR. ELF_V. Street l_OGGEDBY___ S. S. iomple No. DATE Field, Lob. Depth Log Remarks - -- Pavement: VAC over 4 "AB ClAsifi ation Red -brown Silty Sand (SM), loose fine grained (SP -SM) 0'- 5' grades to dark bro:vn Sand_�SF), Silty. 5 6y . Silty C1� (CL), & Clays Silt �CL) moist medium firm, 81 -- — — — - brown. 10 °�a; Gravel, Shale chips; angular pebbles T. D. 10' groundwater not encountered 3 •b: dVV4 NOUVOO- 1- :I-8QQ_ 0 0 ,° rp,9 _ 1�, f 1 �A,., c -. , -!� , ; ,,� 1c\ •� Imo'. i / 4,i ly r: L 9j li n V 4 L3_ Q BORING LOGS PACIFIC COAST HIGHWAY Boring No. 1 6'Z' Concrete on Native Soil 0' -7' Sandy Clg SC) and CT,�yey Silt(ML), sight brown, slight moisture. 7' -8' Very fine grained Sand(SP), moist. 8' -10' Shale rock chips from drill hole, rough drilling. Gradin Sand Silt Clay Sample #1 Depth 0' -5' 35% 24% 14% Sample #2 Depth 5' -10' 63% 15% 22% J. Boring No 2 5 z "AC; 6 "AB; 5 z "PCC; N.S. 0' -10' Sand(SP )_, clean, white, very fine grained, moist, medium loose.. Grading - Sand Silt Clay Sample #1 Depth 0' -5' 71% 11% 18% Sample #2 Depth 5' -10' 64% 12% 24% Boris No._3 5 "AC; 7 "AB; 8 "PCC; N.S. 0' -10' C1ayL CU, very moist, alternating black and dark brown clay to 10' feet. Grading Sand Silt Clay Sample #1 Depth 0' -5' 52 20 28 Sample #2 Depth 5' -10' 17 - - Boring No._ 4 4 "AC; 9 "AB; 8 °PCC; N.S. 0' -9z' Black Clay(CL), wet to moist, change to dark brown with depth, grades to stale .@ 9Z'. 9,' -10' Soft shale, light brown, moist easy drilling. Grading Sand Silt C1� Sample #1 Depth 0' -5' 45 19 36 Sample #2 Depth 5' -10' 21 21 58 _g CITY OF NEWPORT BEACH ' CERTIFII;ATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1663 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE 18" ZONE II WATER TRANSMISSION MAIN - ALLEY SOUTH Project Description: IN EAST COAST HIGHWAY MARGUERITE AVE. TO GARRET DR This is to certify that the ELDORADO F, ASSOCIATED INTERNATIONAL Name of Insurance Company has issued to ANTHONY J. PEICH DBA: CHINO PIPELINE Name of Insured 16341 CHINO CORONA ROAD CHINO CA 91710 ddress of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT OF AND . AND This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees, shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: BUTLER, CHRISTIAN E, DUNN, INC. Address of Agency or Broker: P.O. BOX 4430 EL MONTE, CALIFORNIA 91734 Telephone No. 579 -4740 Countersigned by: j uthorized Insurance Company'fRepresentative Effective date of this endorsement: 8/24 1976 , Endorsement No. Z; ial ) to aal olicy Term Limits of Liability Covera a lic No. Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contract H W C \ Q MPLETE IN OR TION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single From: 1/10/7 $ * Protecti Limit Bodily Injury LA76 -73074 $7 Products or Property Damage To: 1/10/77 $ 300,000 $-Contract Each Occurrence UL 300168 8/23/76 -77 $1,000,000.00 UMBRELLA This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: BUTLER, CHRISTIAN E, DUNN, INC. Address of Agency or Broker: P.O. BOX 4430 EL MONTE, CALIFORNIA 91734 Telephone No. 579 -4740 Countersigned by: j uthorized Insurance Company'fRepresentative Effective date of this endorsement: 8/24 1976 , Endorsement No. Z; ial ) to aal RESOLUTION NO. 8 79 1 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO CHINO PIPELINE IN CONNECTION WITH THE 18" ZONE II WATER TRANSMISSION MAIN IN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY FROM MARGUERITE AVENUE TO GARRET DRIVE IN CORONA DEL MAR, CONTRACT NO. 1663 WHEREAS, pursuant to the notice inviting bids for work in connection with the 18" Zone II water transmission main in alley south of and in East Coast Highway from Marguerite Avenue to Garret Drive in Corona del Mar, in accordance with the plans and specifications heretofore adopted, bids were received on the 3rd day of June, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Chino Pipeline, Chino; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Chino Pipeline for the work in the amount of $416,925.05 (Alternate "B ", less bid items 34 and 35) 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 14th day of June Mayor ATTEST: 1976. DDO /bc City Clerk 6/14/76 aw II LS X, 0 i Q0 i ���ili!jF,l IH I• i o Iri IZ 1 t4 1 I 4, ,f 4j 81 81 J 2.11 a� y� 4�"�4�b+�v W�4 ��� y�c�o 41 ui Si t1t %j SN' N 41 Mti I J j J J sd d "d 0 A T. _M_0. a!_. 4 LS X, 0 r. i= U) ojr ;: U Ld < La m cv. U LLI i= U) ojr ;: U Ld < La m cv. U LLI rJ U3 z a < J. irJ hzzo 0- L 43 d• o 'Q tj 14 OJ '-4 L 11. , N fj NJ rJ U3 r c E E In 2 z ,n. U W t O Z F U W elfin 4 G 1^ W ' u' x nanwumi IWYY��I i�u0191111RIANIANNN ��IIIIIIIIIIIINII�IIIIN IdA�ll�llnr�l! �II�IIAIIN�lllllllllll I� ������INlnllll�lll�ll ���������Illlllulllnllllll�l 4 G 1^ W ' u' x 4`. E 7 f!1 zm t— z �zca F V W Y:. _-, ....:.a.a., :w<.x' � "'+e���...�i`ti -�� - �• � i�� .- �._. -��- :`Sam 4 O W u' x uipu aim � �iunun�unm�u�n imini m �nMu iu Y:. _-, ....:.a.a., :w<.x' � "'+e���...�i`ti -�� - �• � i�� .- �._. -��- :`Sam 4 O W u' x CONTRACT N0, 166; CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT �, U 0 T / CONTRACT DOCUMENTS FOR 18" ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR Approved by the City Council on this _day of May 1976 Doris George, City C k _ 1975 - 76 SUBMITTED BY: C trac c k li -u �J9- 1f76 Telephone J; Total 'Bid Price _ Alt. "A" id Pricer- Alt. 'B' s s CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, �ch, California, until 10:30 A.M. on the 3rd day of �J 197, at which time they will be opened and read, for performing work a: 18" Zone II Water Transmission Main in Alley South of and in East Coast Highway from Marguerite Avenue to Garret Drive in Corona del Mar. CONTRACT NO. 1663 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 e _C_orpora�te Seal shall be of xed to all � documents requiring signatures. In the case of a ar>s tnership, 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.) C 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the southern 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 adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8701 adopted February 9, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department, The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -22 -76 i , V 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 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 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. Classification C-3 Accompanying this proposal is ash, Gertltled l:hecK, Cashier's GneCK 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. P one Nu er Z,13)2K Date 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: t i • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidde s Name Author e i ature Type of Organization (Individual, Co- partnership or Corp.) Addr s ^� c i i i ► ? BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we and Page 4 as Principal, 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, 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 day of , 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact By Title Surety pa Cove�Idlrt 0 0 COVENANT MUTUAL INSURANCE COMPANY BID BOND Approved by The American Irwitute of Arehiteets, Bond No. BID A.I.A. Document No. A -310 1Feb. 1970 Edition) KNOWALL MENBY THESE PRESENTS, That we, CHINO PIPELINE as Principal, hereinafter called the Principal, and the COVENANT MUTUAL INSURANCE COMPANY, of Hartford, Connecticut, a corporation duly or- ganized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TIN PER CENT OF THE AMOUNT BID IN --------------------------------- (g 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for EAST COAST HIGHWAY CONTRACT NO. 1663. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Document's with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3RD day of JUNE 119 76 CHINO PIPELINE BY- F. D.;NE — (Seal) Principal Title COMPANY F bi N 7 � D z e b 0o- n O S S N O O W G d O T CL O K O a m J S n Er 3 0 o t 0 3 J T O d n _« O � ° �C CL CL S J N d tp a O J tp m O J S % N d w O O J T d a a -ti C % a O C T J t d N T N + S C ry u o T D 0 o ° O_ t S a t n d N CL o J T it- v -dN O 3 0 o C N m _ n� O w O C d T N O N ; � .a m N W ^rte N CL O G •o 1J A O A 3 m m O d 3 a C PENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThatCOVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint its true and lawful Attorney(s)-i n -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(sl-in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: Thatany bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the bylaws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as tha original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: if Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By I Vice Prbsididt On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr„ and James E. Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; thatthey are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. ..,.yy.� / 1'•� QTAA t i Notary Pu blic W M } ( My commission expires March 31, 1978 ^O'`Mitf\G�.. CERTIFICATION .......... I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above - quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 3rd day of June 19 76 Assistant Secret y 1 0 A • ! NON- COLLUSION AFFIDAVIT Page 5 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 agree- ment 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 agree- ment 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 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 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 whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 3 day of 19 76 . My commission expires: 9,/Z79 s� w OFFICIAL SEAL VML1ANI ALLEN BOWEN NOTARY PUBLIC - CA IFORNIA PRINCIPAL. OFFICE IN SAN BERNAIDINO COUNTY r Commission EXPII.s O.t.b., 9. 1979 V� �Y 5 �4 LL �i ipeline conslnud 5 C=O, CA1:F0RXL0- 97710 LIC. Y. 288145 FEBRUARY 29, 1976 ASSETS CURRENT ASSETS Cash in bank $31,245.48 Accounts Receivable 216,484.73 Prepaid Expense 7,874.00 TOTAL CURRENT ASSETS $255,604.21 F'Y,ED ASSETS Real Estate $65,000.00 Office Furn & Equip 2,000.00 Vehicles & Yard Equip 175,750.00 TOTAL. FIXED ASSc:TS $243,750.00 TOTAL ASSETS $499,354.21 LIABILITIES & CAPITAL CURRENT LIABILITIES Accounts Payable 105,793.19 Notes Payable, Bank 27,600.00 Notes Payable, Other, current portion,real estate 3,600.00 TER::' LIABILITIES $136,993.19 Notes Payable, less current portion above 109,878.66 TOTAL LIABILITIES $246,871.85 CAPITAL $252,482.36 TOTAL LIABILITIES AND CAPITAL $499,354.21 I t y a Equipment liSt Continued- DESCRIPTION VALUE OWED PAYMENTS 3". Trash Pump °. 350.00 -0- -0- Bear. test pump 500.00 -0- -0- ,!on Blower 400.00 -0- -0- Model 77 Skill Saw 100.00 -0- -0- Torches - 100.00 -0- -0- 1974 Lincoln Welder % 800.00 -0- -0- :.ir testing equipment 2,000.00 -0- -0- 1"liscellaneous tools 3,000.00 -0- -0- 1973 Service Truck 9,000.00 -0- -0- 1973 1 Tor. Chevy Truck Flta Bed 4,000.00 -0- -0- 1952 1� Ton Flat bed 750.00 -0- -0- 1957 2 Ton Truck 1,500.00 -0- -0- 1970 Chevy 314 Ton Truck 1,000.00 -0- -0- 1975 Ford F 150 P.U. 5,000.00 -0- -0- 1974 Ford F 250 P.U. 4,500.00 -0- -0- Laser Beam 7,200.00 -0- -0- Traffic Control Equipment 6,000.00 -0- -0- zanhole Shoring Tube 1,600.00 -0- -0- Office Equipment 2,000.00 -0- -0- Mechanic's Tools 1,000.00 -0- -0- 2 -Way Radio System 7,000.00 -0- -0- Yard Value 65,000.00 22,203.31 300.00 $243.750.00 $22,203.31 $300.00 a r February 29, 1976 I List of equipment used in operations and forced sale prices at present narket conditions: D�s'C3� ??'ION VALVE o67ED PArFiESTS 1973 Cat 950 Loader $48,000.00 -0- -0- 81J4400 1970 Ford Backhoe and Loader 13,000.00 -0- -0- 2500 Gallon Water Truck 6,000.00 -0- -0- 10 Wheel Dump Truck 4,500.00 -0- -0- hoe Pak Vibrator 5,200.00 -0- -0- ?;11 Broom 750.00 -0- -0- -250 Gallon Emulsion Pot 750.00 -0- -0- 1974 Jog 100 C.F.M. Compressor 4,200.00 -0- -0- 1907 Sr „ith 75 C.F.M. Compressor .1,500.00 -0- -0- 90 lb. Jack Hamner 400.00 -0- -0- 1965 Jaeger 125 Compressor ' 1,500.00' -0- -0- 60 lb Jack Hammer 350.00 -0- -0- 1960 Arrow Model Stomper 1,500.00 -0- -0- Stea;,: Cleaner & Compressor 1,000.00 -0- -0- Trench Shield 5,000.00 -0— -0- Sleeve Stomper 1,500.00 -0- -0- 65 Hgdraulic Shores 16,250.00 -0- -0- Pipe Threader 1,500.00 -0- -0- 2 Hotaelite Abrasive Saw 800.00 -0- -0- 1 Chain Saw- Homeli,te 250.00 -0- -0- Cement Mixer 500.00 -0- -0- 1 Ton 1973 Truck 4,000.00 -0- -0- 5 Ton Trailer 2,000.00 -0- -0- Generator 500.00 -0- -0- Page 6 C r3 r a STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. I 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. i r 4 . PR 1 of 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 18" ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE ALLEY IMPROVEMENTS CORONA DEL MAR CONTRACT NO. 1663 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gnetlemen: The undersigned declares that he has carefully examined the location of the 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 com- plete Contract NO. 1663 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 2000 L.F. Construct 18 -inch diameter, Class 200 water main and ap- purtenances as shown on the plans, from Marguerite Avenue to the in- tersection of East Coast Highway and Hazel Drive, Sta. 0 +86.86 to Sta. 20 +86.94, complete and in place. ya @��'¢ Dollars and Cents Per Lineal Foot jo $ �9 - $ F - 2. 3821 L.F. Construct 18 -inch diameter, Class 200 water main and ap- purtenances as shown on the plans from the intersection of East Coast Highway and Hazel Drive to Garret drive, Sta. 1 +32.75 to Sta. 39 +54.12, complete and in place. g Dollars p i and Cents l� Pene I Foot LL Ll 9 0 S PR2of9 r , ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 45 L.F. Construct 30 -inch diameter jacked steel casing in bore, complete in place @ Dollars / and v Cents $ 15.3~ $ �175- er Lineal Foot 4. 161 L.F. Construct 18 -inch jacked steel casing in bore, complete in place. pp n @ � xk,,_6t, .J_ Dollars and V Cents $ Per Lineal Foot 5. 396 L.F. Construct 6 -inch diameter Class 200 ACP water main in- cluding 6" ACP water main for F.H. laterals, complete in place. @ Dollars / o and ✓ s _ Cents $ / $2326— Per Li e�Foot 6. 582 L.F. Construct 8 -inch diameter Class 200 ACP water main, complete in place. / @ dL, e,e Dollars / and VVV Cents $ Per Lineal i­oot 7. 64 L.F. Construct 10 -inch diameter Class 200 ACP water main, complete in place. Dollars and pr vo e � $ / )fa Cents $ % er �n a o0 8. 30 L.F. Construct 12 -inch diameter Class 200 ACP water main, complete in place. @s J Dollars and Cents $ s J_ $ Per Lineal Foot I 1 0 1 i I PR3of9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 42 10 12 13. 14 15 8 Each Install 18" Butterfly valve V $ V $ 3� /.i V $ 76 0 $930" v/ and box, place. Gcomplete /in @Ijl e-4�,s �i1 b�� Lars and Cents Each 1 Each Install 4" gate valve and box, complete in place. /_ tDol tars and Cents $ 3 6 d Each 8 Each Install 6" gate valve and box, in place. nncomplete @�cwZLJ� 56f'lars and Cents $ 37 Each 7 Each Install 8" gate valve and box, complete place. �in� rpolLars and Cents Each 1 Each Install 10" gate valve and box, complete in place. @,J a� Lj Dollars and Cents $ %_ Each 1 Each Install 12" gate valve and box, complete in /place. Do I I a rs and 936 Cents $ Each 1 Each Install 10" tapping sleeve and valve and box, complete in place (hot tap). Dollars and Cents $ / oV Each V $ V $ 3� /.i V $ 76 0 $930" v/ 0 PR4of9 IT M QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16: 1 Each Install 6" tapping sleeve and valve and box, complete in place (hot tap). @ ars and Cents $ 77S $ 75 Each 17A. 861 L.F. Install 2" copper service lateral, complete in place. @ Dollars / and Cents d o $ y ✓ bo $ 3, 0/60 Per Linea Foot 17B. 861 L.F. Install 6" AC service line, complete in place. @...t v Dollars and �3r Cents 3� $ Per Line dl Foot IBA. 5 Each Install 2" copper service lateral connection, com- plete in place. @ ( . DoILars / and ✓ Cents $ Each 18B. 6 Each Install 6" AC service lateral connection, complete in place. @ .;„eo I c ars and Each 19. 1 Each Install 3" copper service lateral connection, complete In place. @% �i 4 llars �. d Cents $ �Sd S /DSO Each PR5of9 s IT QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. 1 Each Install 2" water service. d1ars nd Cents $ /PS-6 $ 1.::�S -6 Each 21. 25 Each Reconnect 3/4 ", 1 ", and 1 -1/2" water services per details on Sheet No. 10 of the Plans. @ e24",A,,.,� Dollars and ✓ Cents $ /Q7 _ $,---)67s Each 22. 10 Each Install Fire Hydrant Assembly per C.N.B. Standard 500 -L except for 6" ACP water main which is included in Item No. 4 @ Dollars / and Vr Cents $loaQ $ /yaEV Each 23. 2 Each Install air release assembly per Sheet No. 11 of the Plans. @ JZ�ZDo and Cents $ 6 j $ ///3,- Each 24. 4780 S.F. Construct 2" thick asphaltic concrete temporary resurfacing in East Coast Highway, in re- lated local streets and their intersections with the East Coast Highway. @ Dollars and o Cents $ $ Per Square Foot 25. 17,500 S.F. Construct 6" thick portland semen: concrete alley pavement. @ Dollars / / and 96 VVV Cents Per Squa a Foot • PR6of9 r . 1 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE. PRICE 26. 27 28 29. 30. 31 10 Each Construct Type "A" portland cement concrete alley approach, per /C�NB Drawing Standard - 117-L @�hacc IC-4,. o I I a r s and Cents $ Each 65 S.F. Construct 4" thick po iland cement concrete garage approach. @ Dollars and �9 c , Cents $ Per quaee Foot 180 S.F. Construct 4" thick portland cement concrete sidewalk. @ Dollars - - and Cents $ Per S uare Foot 1725 S.F. Construct 4" thick asphaltic concrete pavement. @ Dollars and Cents $ Per Square Foot 310 S.F. Construct variable thickness asphaltic concrete overlay. @ Dollars and � Cents $ Per Square Foot 3600 S.F. Construct cobblestone portland cement concrete pavements. @ Dollars and Cents Per Square Foot U / 36 W V . V $ $ 12,6 0 PR7of 9 1 4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN. IN WORDS PRICE PRICE 32. 75 L.F. Construct modified Type "B" curb per CNB Drawing Standard - 105-L (variable height) Dollars and Cents Per lineal Foot 33. 13,500 S.F. Construct 2" thick asphaltic concrete temporary resurfacing in alley and related local streets south of East Coast Highway. @ Dollars and _Cents $ Per Square Foot 34. 19,850 S.F. Remove existing asphaltic concrete over aggregate base over portland cement concrete pavement (depth 17' -21 ") in East Coast Highway. i @ Dollars 3q and 1 Cents $ Per Square Foot 35. .19,850 S.F. Construct 6" asphaltic concrete pavement over 13" aggregate base for future islands in East Coast Highway. $ 337r V -o $ @ Dollars �7 and -sa Cents $ $ /), 6 Per Square Fobt 36. 5470 S.F. Construct 4" asphaltic concrete pavement over 6" aggregate base permanent trench resurfacing in local City streets. e Dollars ✓ and ) $% 70 Cents $ / $ Per Square Fibot r - PR8of 9 T ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 37• 15,500 S.F. Construct 6" asphaltic concrete pavement over 13" aggregate base permanent trench resurfacing in East Coast Highway. Dollars ice _r and Cents Per Square Fbot 38. Lump Sum Guard underground construction. �ute Dollars and Cents Lump Sum V 99y s 3o TOTAL. PRICE ALT. "A" (Items 1-16, 17A, 18A, 19-38) WRITTEN IN WORDS: �6� �.,.✓� • ^ ncl ;�� "nd1 I ars TOTAL BID © S z. mac.✓ —L- Cents - ALT. "A'' TOTAL PRICE ALT. "B" (Items 1 -16, 17B, I8B, 20 -38) I (� 13 � cy�WRITTEN IN WORDS: /1'l . 'WW.%S!/ -� C� i yZrt of /V-L;&Dollars r —D and TOTAL BID Sa Cents ALT. "B" $ Z 40/346 *NOTE INDICATE 18" pipe alternate to be constructed: a. Mortar Lined and Coated Steel Pipe b. Reinforced Concrete Water Pipe, Steel Cylinder Type, Pretensioned ` . PR 9 of 9 t , CONTRACTOR'S LICENSE N0. DATE: —T�— Bidder's Name ADDRESS: :r ON Street tate TELEPHONE NO. Q/0 5-q % -421, Area Code d Aut rized SignatNle rj • COITRACT NO. 1663 INDEX TO SPECIAL PROVISIONS FOR 18" ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR SECTION PAGE 1. SCOPE OF WORK AND SPECIFICATIONS SP -) 11. COMPLETION OF WORK SP -1 III. AWARD OF CONTRACT SP -1 IV. PAYMENT SP -2 V. CONSTRUCTION SURVEY STAKING SP -2 VI. PROTECTION OF EXISTING UTILITIES SP -2 VII. GUARANTEE SP -2 Vill. WORK WITHIN STATE HIGHWAY NO. 1 RIGHT-OF -WAY SP -2 IX. SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES SP -2 X. STORAGE YARD SP -4 XI. GUARDING UNDERGROUND CONSTRUCTION SP -4 XI1. FLOW AND ACCEPTANCE OF WATER SP -4 X111. WATER SP -5 XIV. COASTAL ZONE PERMIT SP -5 XV. TRAFFIC CONTROL SP -5 XV1. CONSTRUCTION SCHEDULE SP -7 XVII. NOTICE TO RESIDENCES AND BUSINESSES SP -9 XVIII. DEMOLITION PERMIT SP -9 XIX. CONSTRUCTION DETAILS SP -9 A. Pipe SP -9 B. Cast Iron Fittings SP -10 PAGE XIX. CONSTRUCTION DETAILS (Cont'd.) No. 1 &2 C. Gate Valves SP -11 D. Butterfly Valves SP -11 E. Protective Coatings SP -11 F. Disposal SP -11 G. Tie -Ins SP -11 H. Flanges SP -11 I. Bolts SP -12 J. Gaskets SP -12 K. Steel Casing SP -12 L. Fire Hydrant Assembly SP -12 M. Blow -Off Assembly SP -13 N. Air Release Assembly SP -13 O. 2 -Inch Copper Service Lateral SP -13 P. 6 -Inch A.C. Service Lateral SP -13 Q. 2 -Inch Copper Service Lateral Connection SP -13 R. 6 -Inch A.C. Service Lateral Connection SP -13 S. 3 -Inch Copper Service Lateral Connection SP -13 T. Pipeline Construction SP -13 U. Alley Improvements SP -19 V. "Cobblestone" Pavement SP -21 APPENDIX Boring No. 1 &2 Location Map 1 Log of Borings No. 1 2 Log of Borings No. 2 3 Boring No. 1, 2, 3 & 4 Location Map 4 Log of Borings No. 1, 2, 3 & 4 5 i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR' 18" ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR 1975 - 76 CONTRACT NO. 1663 I. SCOPE OF WORK The work to be done under this contract consists of the, construction of approxi- mately 5821' of 18 -inch water line and related appurtenances along the center lines of alley south of and in East Coast Highway Marguerite Avenue to Garret Drive; and construction of Portland Cement Alley Pavement, Ailey Approaches and appurtenant items of work related thereto. The contract requires the completion of all the work in accordance with (1) Special Provisions, (2) the Plans (Draw- ing No. W- 5109-S and A- 5079 -S), (3) the City's Standard Special Provisions and Drawings, (4) City of Newport Beach Standard Specifications, (5) Applicable portions of State of California Standard Specifications, 1975. The City's Standard Specifications are the Standard S eclfications for Public Works Construction, 1976 Edition including supp ; rd to ate. Copies may be purchased from Building News, Inc., 3055 Overland. Avenue, Los Angeles, Calif- ornia 90034, Telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5.00. II. COMPLETION OF WORK The Contractor shall complete all the work under this contract within 120 con- secutive calendar days after September 7, 1976 and as specified in Section 6 of the Standard Specifications and Section XVI of the Special Provisions. No work In this contract can commence prior to September 7, 1976 except pipe and mat- erials orders and stockpiling in storage yard. 111. AWARD OF CONTRACT The award of the contract will be based on the total price bid for contract Items Numbers 1 -16, 17A, 18A, 19 -38 for Alternate "A" or 1 -16, 178, 188, 20 -38 for Alternate "B ". The City reserves t e r�git to delete all or portions of bid items 33, 34, 35. and 37. SP-I IV. PAYMENT Payment for items of work, not separately provided for in the Proposal, shall be included in the price bid for other items of related work and no additional compensation will be made therefor. V. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of thes Contractor. All such surveys including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at Intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefor. Existing spike and tins set along the center line of East Coast highway at 100 foot intervals may be used by the Contractor. VI. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate its facilities. See Sheet i of the drawings for telephone numbers and names of persons to be contacted. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. The Contractor's attention is called to Section 5 of the Standard Specifications. VII. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. VIII. WORK WITHIN STATE HIGHWAY NO. 1 RIGHT -OF -WAY This contract requires completion of all work, within the State Department of Transportation right-of -way (State Route No. 1, East Coast Highway) to be done in accordance with the requirements of State Encroachment Permit No. attached hereto. The Contractor Is required to post a $ bond on a State of California Bond Form P -4 which will cover his work with- the State right -of -way for a two year period. The Contractor will also be required to make arrangements to pay the State Department of Transportation for inspection, striping, and testing charges. IX. SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES A. General The Contractor shall furnish to the engineer such working drawings, data on materials, and equipment and samples as are required for the proper SP-2 z`- 0 0 control of the work, including, but not limited to, those working drawings, data and samples specifically required in Subsection 2 -5.3 of the Standard Specifications and on the drawings. All working drawings, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. B. Shop'Drawings and Data Defined Working drawings include without limitation, shop detail drawings, fabri- cation drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each Item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. C. Review and Revision The Contractor shall furnish to the engineer for review two prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 15 calendar days before drawings will be re- quired for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required, and the Contractor shall immediately submit four additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED", formal revision of said drawing will not be required and the Con- tractor shall immediately submit five corrected copies to the Engineer. 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. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT', the Contractor shall revise said drawing and shall resubmit three copies of said revised drawing to the Engineer, as in the case of an original submittal. 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. SP -3 • Revision indicated on shop drawings shall be considered as changes neces- sary to meet the requirements of the contract plans and specifications and 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 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 provisions or requirements contained in these contract drawings. X.fQRAG_YAR1 A sti3r3g� yard .at the =sorrier of Fifth Avenue and':pahII4 Avenue is available for he` Contract or's use. The Contractor shall maintal-n the yard in a neat and orderly manner. Upon completion of the contract the Contractor shall clean and return the yard to its original condition including repairs as required. XI. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. Guarding - The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The Contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum bid for guarding underground construction. The Contractor shall submit a detailed plan for bracing excavations in accord- ance with the provisions of Section 306 -1.1.6 of the Standard Specifications. XII. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Div- ersion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, In the opinion of the Engineer, are not subjected to the probability of damage. The Contractor shall obtain written permission from the property owner before any diversion of water outside the street right-of -way will be permitted by the Engineer. SP -4 • • Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California, 92506, Telephone (714) 684 -9330, MF. Zasadzinski), prior to commencing con- struction. Upon approval of the plan by the City and the Board the Contractor shall be responsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. XI II. WATER The Contractor shall make his own provisions for obtaining the applying water necessary to perform his work. If the Contractor desires to use available city water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 640 -2221. The City will provide bypass water service lines to serve customers affected by the construction under this contract. XIV. COASTAL ZONE PERMIT A Coastal Zone Permit is required for work under this contract. The City has obtained this permit. XV. TRAFFIC CONTROL A. General The Contractor shall be responsible for traffic control in accordance with these plans, specifications, the State of California Standard Specifica- tions and Subsection 7-10 of the Standard Specifications. Warning signs, lights and devices shall conform to the State of California Manual of Warning Signs, Lights, and Devices For Use in Performance of Work Upon Highways, 1973. Traffic delineators @ 50 feet on centers shall be required where actual construction (including open trench) is in progress and for 300' either side of It. All traffic signalization work shall con- form to Section 86 of the State of California Standard Specifications and the Department of Transportation Standard Plans. The Contractor shall have the option to either temporarily remove or support-in -place all traffic signal standards and pull boxes located within the construction zone. The method used to support the signal standard, pull box, conduit and wires shall be approved by the Engineer. No splicing of wires will be allowed. All damaged or broken wiring shall be replaced with new wire in accordance with the State of California Standard Specifications. All street awiomidmpt_ closures to through traffic shall be limited to the hours of 9:00 A.M. to 3:00 P.M., Monday thru Friday excluding holidays for a maximum duration of two consecutive days except as specified below. SP -5 Details for detours and intersection modifications are shown on the draw- ings. When the streets and alleys are closed to through traffic as indicated above, vehicular and pedestrian access shall be maintained for all businesses and residences adjacent to the project area. The details are minimum guidelines. Other signs, markings etc. shall be provided as dir- ected by the Engineer. Prior to commencing work the Contractor shall submit a written traffic plan to the Engineer for approval. The plan shall show periods of street clos- ure, the location of signing and detours and any other details required by the Engineer to ensure that all through and local traffic will be handled In a safe and efficient manner with a minimum of inconvenience to motorists. B. East Coast Highway Within East Coast Highway Right-of-Way all detours -other than the through lane relocations shown on the plans, lane and intersection closures or modifications, and traffic signal phasing modifications-shall be limited to the hours of 9:00 A.M. to 3:00 P.M., Monday thru Friday excluding holidays. All trenches and excavation within intersections and left turn lanes shall be either backfilled and resurfaced with temporary pavement or covered with steel plates of sufficient size and thickness to with- stand the traffic loading to which they will be subjected. Steel plate bridging of trenches shall be limited to two consecutive days in any one location. Work shall not be in progress in more than one intersection at a time. The Contractor shall supply and post "No Parking Any Time" signs within the construction limits during the construction period. C. Hazel Drive Hazel Drive between Poppy Avenue and East Coast Highway must be open to single lane traffic for local access at all times. At the end of each working day any open trench shall be securely plated to allow local traffic access. D. Seaward Road Seaward Road at its Intersection with the East Coast Highway may be closed to cross traffic. If so closed, the Contractor shall post "Right Turn Only" signs along Seaward Road intersection approaches and "No Left Turn" signs on the East Coast Highway approaches. E. Morning Canyon Road Morning Canyon Road at its intersection with the East Coast Highway may be closed to cross traffic. In addition the north approach may be completely closed north of East Coast Highway to the first alley. If so closed, the Contractor shall post "Right Turn Only" signs along Morning Canyon Road, south approach and "No Left Turn" signs on the East Coast Highway approaches. F. Cameo Shores Drive Construction of the pipeline through the Cameo Shores Road /Cameo Highlands Drive intersection shall be performed in stages as shown on the drawings. SP -6 • • The first stage shall be complete before work can be started on the second stage. Traffic control and signal phasing shall be in accordance with the drawings. G. Alleys All alleys may be closed to all through traffic for a period not to exceed 14 days during installation of water mains and not to exceed 16 days dur- ing alley reconstruction. H. Local Streets Single lane access must be maintained at all times for local traffic on all other surface streets. Where two lane traffic exists, flagmen shall be used during construction hours. At the end of each working day any open trench shall be securely plated to allow local traffic access with one lane open in each direction. XVI. CONSTRUCTION SCHEDULE A. General The Contractor shall submit a construction schedule as specified in sub- section 6 -1 of the Standard Specifications. B. Water Prior to commencing work, the Contractor shall have all materials on hand so that once the work has begun he may proceed unhindered to the completion of the job. All work within the East Coast Highway right-of -way shall be;__ completed wlthirr'90 calendar days of the start of any work within the right -of -way, He shall minimize cut to fit closure pieces in the field. Pipe in each bore shall be installed prior to the construction of the cor- responding 18 -inch main at the tie -in point.. Construction of water mains in easement and alleys shall commence at Marguerite Avenue and proceed in an easterly direction to Hazel Drive. During water main installation, each alley must by returned to normal vehicular use within 14 (fourteen) consecutive calendar days from the date It was first closed to vehicles. Full compaction of trenches must be completed before the alley Is reopened to vehicular use. When the water main related work in any one alley is not 100% complete, Including compaction, within the 14 days limit, any and all work not directly related to that alley shall be stopped completely until the work in scald alleyTs completed to the satisfaction of the Engineer. Such stopping of work by the Engineer will in no way relieve the Contractor from his responsibility to maintain schedules of work elsewhere. The Contractor will be assessed liquidated damages in the amount of $100.00 per calendar day (including Saturdays, Sundays, and holidays) for each day in excess of the 14 days allowed for the work in each alley which is not 100% complete. SP -7 0 0 The Contractor will be permitted to make only one shut down at a time. The length of each shut down shall not exceed 4 hours. All existing mains shall remain in service until the actual tie -in is made. At least 5 days prior to any main being shut down the Contractor shall deliver a shut down schedule to the Engineer. Utility Superintendent, Mr. Tom Phillips of the City of Newport Beach or General Manager, Mr. Joseph Sweeny for Laguna Beach County Water District shall be notified at least 3 days in advance of the need to shut down any existing water main of their respective agency and again 24 hours in advance of the proposed shut down. No shut downs will be allowed on Frida s Saturdays, Sundays, the day before a lea holida or a legal o day. The Utility Division for the City of Newport Beach is located at the City Corporation Yard, 592 Superior Avenue. Telephone number (714) 640 -2221. The Utility Division for the Laguna Beach County Water District is located at 306 Third, Laguna Beach. Telephone number (714) 494 -1041. All tie -ins shall be made after the new main has been pressure tested be- tween mainline valves and disinfected. C. Alleys The Contractor shall incorporate the following requirements within the construction schedule: Sixteen (16) consecutive calendar days will be allowed for removals and to construct the portland cement concrete pavement in each alley and the alley approach at each end of the alley. Also included in this time will be the completion of P.L.C. garage approaches and sidewalk, the A.C. garage ap- proaches and feather joins. In summary, the above requirements mean that the Contractor will be allowed a maximum of sixteen (16) consecutive calendar days to complete all the construction work in each alley. The periods specified for construction work include curin time for new portland cement concrete improvements. This means that each a) ey and every garage approach with access from that alley must be returned to normal vehicular use within 16 consecutive calendar days from the day it is first closed to such use. The Contractor will be assessed $100 per day (IlfwO II KO -Saturdays; Sundays, and holidays) liquidated damages for each day in excess of the 16 con- secutive 'calendar days allowed for 100% completion of the construction work in each alley and the alley's return to normal vehicular use. This is in addition to the liquidated damages, as covered in Section 6 -9 of the Standard Specifications, which will be assessed for failure to complete the project within 120 days after September 7, 1976. SP -8 • i The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the alley construction in an orderly, preplanned, continuous fashion so as to minimize the time an alley is closed to vehicular traffic. XV111. NOTICE TO RESIDENCES AND BUSINESSES The City will mail a preliminary notice to all residences and businesses affected by this work. Between 40 and 55 hours prior to blocking access to residences or businesses, the Contractor shall, with utmost care, distribute to each and every residence and business, a notice, prepared by the City, stating when the work will begin and approximately when access to their property will be restored. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the Contractor. The same notification procedure must be followed by the Contractor 3 to 5 hours prior to shutting down of water service to affected residences and businesses. XVIIi. DEMOLITION PERMIT Prior to dumping any spoil; or waste material from the Jobsite at any county sanitary landfill site in the County of Orange the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2281. There is no charge for this permit; its purpose is simply to provide authorization for the Contractor to use Orange County landfill facilities for disposal of excess material. XIX. CONSTRUCTION DETAILS A. Pipe 1. General The unit price bid per lineal foot of water main shall be compensation In full for cutting, removing and legally disposing of existing pave- ment, trench excavation, furnishing and laying pipe including all con- struction survey staking, fittings, flanged outlets and other miscel- laneous appurtenances, thrust and anchor blocks, tie -ins except hot taps, field welding, bedding, backfill importation, baekfilling, compaction, hydrostatic testing, sterilization, slope protection, curb a and gutter replacement, median replacement, landscaping and irrigation pipe replacement required to install operative water mains, and any other incidental work for which separate payment is not specifically provided for. The unit price bid per lineal foot of water main shall exclude valves, valve boxes, bored casing, guarding underground construction, hot taps, and traffic control. SP -9 • 0 Installation of the 18" transmission main in the Alley- =south of East Coast Highway from Marguerite Avenue to Poppy Avenue may require pipe production lengths of 20 feet due to the presence of water and gas service laterals and overTeaa electrical and telephone lines. 2. Mortar Lined and Coated Steel Pipe and Fittings Mortar lined and coated steel pipe and fittings shall be fabricated in conformance with Section 207 -10 of the Standrad Specifications except that steel cylinders shall have a minimum wall thickness of 10 gage. Cement mortar lining shall conform to Subsection 207 - 10.4.1 of the Standard Specifications. The minimum net inside diameter, after application of the interior protective lining, shall be equal to the nominal diameter of the pipe specified on the plans with a permissible tolerance of + 1/16 inch to conform to Subsection 207 - 10.4.1 of the Standard Specifications. Joints shall be bell and spigot with rubber gaskets; field welded joints shall be lapped joints or plain ends fitted with butt straps in conform- ance with Subsection 207 - 10.2.4 of the Standard Specifications. The number of field welded joints shall be held to a minimum. Pipe, joints and fittings shall be designed for a working pressure of 200 psi. 3. Reinforced Concrete Water Pipe, Steel Cylinder Type. Pretensioned Pipe shall be manufactured in conformance with AWWA Standard 0303 -70, except that steel cylinders shall have a minimum wall thickness of 12 gage. Joints shall be self - centering with a preformed rubber gasket. The net inside diameter of the pipe shall be as specified on the plans with a permissible tolerance of + 1/8 inch. Pipe, joints and fittings shall be designed for a working pressure of 200 psi. 4. Asbestos Cement Pipe a. Class of Pipe All 6 ", 8", 10" and 12" asbestos cement pipe supplied under this contract shall be a minimum of Class 200. b. Pipe Materials and Manufacture Asbestos cement pressure pipe shall conform to Section 207 -7 of the Standard Specifications and AWWA Standard C400 -75 Type 11 and these Special Provisions. In addition to these requirements all asbestos cement pipe products which are manufactured outside the United States shall be sampled and tested at the last distribu- tion or storage point In California in conformance with the hydro- static strength, flexural strength, and crushing strength require- ments of A.S.T.M. Specification C -296 Type II. The Contractor, at no cost to the City, shall supply the facilities and arrange for SP -10 0 0 the testing by a testing laboratory licensed by the State of Calif- ornia. A Certificate of Compliance certifying the above require- ments and signed by the testing laboratory shall be furnished to the Engineer prior to the time of delivery of the pipe. All pipe not conforming to the above requirements will not be acceptable for the project.B. C B. Cast Iron Fittings Cast iron fittings shall conform to Section 207-3 .9 of the Standard Spec - ifications, and shall be for a working pressure of 200 psi unless other- wise indicated. SPIO -a. C. Gate Valves All gate valves supplied under this contract shall conform to the require- ments of Subsection 207 -14.2 of the Standard Special Provisions. The unit price bid for gate valves shall include all valves and tapping sleeve connections. Valves shall be installed with standard valve boxes. D. Butterfly Valves Butterfly valves shall meet or exceed the requirements of AWWA C -504 Class 150 B. Valves shall be manually operated with an enclosed operator. All valves shall conform to Section 207 -14.3 of the Standard Special Provisions. Valves shall be installed with standard valve boxes. E. Protective Coatings The exterior surfaces of all buried valves, flange joints, bolts and nuts, and other buried items except for copper pipe, which are not 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 dry- ing, the coating shall have a minimum thickness of 1/8 of an inch. F. Disposal Excess trench excavation and debris from the work shall become the property of the Contractor and shall immediately be removed from the job site in a manner and at a location acceptable to all cognizant agencies. G. Tie-ins 1. The cost for tie-ins shall be included in the other items of work and no additional compensation will be made. The cost for hot taps shall be included in the bid items for installing tapping sleeve and valves. 2. Construction The Contractor shall maintain all existing water mains not to be aband- oned in service until the tie -ins to the new water main is made. Tie - ins shall be made per Section 306- 1.2.10 of the Standard Special Pro- visions and In accordance with Subsection XVI B of these Special Pro- visions. All pipe shown to be abandoned shall be abandoned in conformance with Section 5-3 of the Standard Specifications. Items shown on the drawings to be removed and salvaged shall be delivered and unloaded by the Contractor at the City Corporation Yard, 592 Superior Avenue. H. Flanges Flanges for water line shall conform to AWWA C -207 Class D. All flanges shall be furnished with flat faces. The flanges shall be attached with SP -11 10 0 the bolt holes straddling the vertical axis of the pipe unless otherwise shown on the plans. The flanges shall be attached to the pipe in con- formance with the applicable provisions of the "AWWA Standard Specifica- tions for Steel Pipe Flange" (AWWA Designation C -207). I. Bolts Except as otherwise provided herein, bolts shall conform to the require- ments of the "Specifications for Steel Machine Bolts and Nuts and Tap Bolts ", Grade B (ASTM Designation A307). All bolts and nuts which are not buried shall be hot -dip galvanized. Bolts and nuts for buried ser- vice shall be Type 18 -8 stainless steel. J. Gaskets Except as otherwise provided, gaskets for flange joints shall be full face 1/16 -inch thick cloth- inserted rubber gaskets extending from the inside edge of the flange beyond the bolt circle. All blind flanges shall have a 1/16 -inch thick reinforced rubber gasket which covers the entire inside surface of the blind flange. The gasket shall be cemented to the surface of the blind flange. K. Steel Casing 1. General The unit price bid for bored steel casing shall be compensation in full for cutting, removing and legally disposing of existing pavement and surplus excavated material, excavation and shoring of the jack- ing pit, boring for and installing the steel casing. backfill im- portation, backfilling, compaction, temporary and permanent resur- facing. It shall also include all appurtenances for installation of the pipe in the casing. Steel casing shall be a minimum of 1/4" thick- ness for 18" and 24 ", and a minimum of 3/3" for 30 ". 2. Jacking Jacking shall conform to Section 306 -2 of the Standard Specifications. The pipe shall be installed in the casing using rough redwood or wolmanized Douglas Fir 4" x 4" skids at spacing in accordance with the plans. After completion of the pressure test and approval by the City's Inspector, the annular space between the casing and the pipe shall be completely filled with clean gunite sand. L. Fire Hydrant Assembly Fire hydrant assembly shall be provided complete per City of Newport Beach Standard Drawing No. 500 -L excluding ACP water main which is included in the bid item for 6" ACP water main. SP-12 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT May 26, 1976 CONSTRUCTION OF 18" ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY. MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR CONTRACT NO. 1663 BID OPENING: June 3, 1976 10:30 A.M. ADDENDUM NO. 1 Please make the following revisions: 1. Changes to Plans (W- 5109 -S) A. On Drawing No. 2 of 13 Add Reference to Install 12" Blind Flanged Outlet to 18" Steel Water Main directed Southerly at STA 1 + 05. B. On Drawing No. 6 of 13 Delete 18" x 6" Tee and 6" Blow -off Assembly at STA 5 + 00. C. On Drawing No. 9 of 13 Delete.6" Blow -Off detail. D. On Drawing No. 12 of 13: (a) Delete Reference to 2" Blow -off and 8" x 2" Tapped Tee at STA 0 + 53S on Cameo Shores Road Profile. (b) Delete Reference to 2" Blow -off and 8" x 2" Tapped Tee at STA 0 + 36 on Morning Canyon Road (North) Profile and add reference to Fire Hydrant Assembly per CNB -Std- 500 -L. 2. Changes to Special Provisions A. Add "sidewalk re lacement" to the first sentence of Paragraph 1 of Subsection XIX Construction Detai s -A -Pipe on Page SP 9 following curb and gutter replace- ment and preceding median replacement. B. Delete the words "and alley" from Sentence 1, of Paragraph 3 of Subsection XV TRAFFIC CONTROL - A General. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. `—. Stephen Bucknam Jr. Project Manager Uate t1eceYAd —T u orized Si ur 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT June 1, 1976 CONSTRUCTION OF 18 ZONE II WATER TRANSMISSION MAIN ALLEY SOUTH OF AND IN EAST COAST HIGHWAY MARGUERITE AVENUE TO GARRET DRIVE AND ALLEY IMPROVEMENTS CORONA DEL MAR CONTRACT NO. 1663 BID OPENING: June 3, 1976 10:30 A.M. ADDENDUM NO. 2 Please make the following revisions: 1. Changes to Special Provisions A. Insert the Number "776 -U- 784051" in the first sentence of Paragraph 1 of Section VIII - WORK WITHIN HIGHWAY NO. 1 RIGHT OF WAY following Permr it No." and preceding attached hereto ". B. Insert the amount "$20,000.00" in the first sentence of Paragraph 2 of Section VIII - WORK WITHIN STATE HIGHWAY NO. 1 RIGHT OF WAY following "post a" and preceding "bond ". C. Delete the words "attached hereto" from sentence 1 of Paragraph 1 of Section VIII - WORK WITHIN STATE HIGHWAY NO. 1 RIGHT OF WAY following the above mentioned Number "776 -U- 784051 ". NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL AND INSERT A COPY WITH YOUR PROPOSAL. C. !Step en Bucknam Jr. Prct Manager Date Recgived Authorized Si ure 0 M. Blow -Off Assembly Blow-off assembly shall be provided complete per detail on drawings. N. Air Release Assembly Air release assembly shall be provided complete per detail on drawings. 0. 2 -Inch Copper Service Lateral 2 -inch copper service lateral shall be furnished complete including in- stallation, fittings and appurtenances, backfilling, compaction, testing and sterilization required to install service lateral. P. 6 -Inch A.C. Service Lateral 6 -inch A.C. service lateral shall be furnished complete including in- stallation, backfilling, compaction, testing and sterilization required to install service lateral. Q. 2 -Inch Copper Service Lateral Connection 2 -inch copper service lateral connection shall be provided complete per detail on the drawings including tee, gate valve, nylon bushing, valve box and cover, bend, adaptor, 2 -inch copper pipe, and appurtenances, trenching, backfilling, compaction, testing and sterilization required for the service lateral connection. R. 6 -Inch A.C. Service Lateral Connection 6 -inch A.C. service lateral connection shall be provided complete per detail on the drawings including tees, 6 -inch gate valves, flanged out- lets, 6" A.C. pipe, bends, thrust blocks and appurtenances, trenching, backfilling compaction, testing, and sterilization required to install service lateral connection. S. 3 -Inch Copper Service Lateral Connection 3 -Inch copper service lateral connection shall be provided complete per detail on the drawings including tees, bend, gate valve, valve box and cover, nylon bushing, adaptor, and 3 -inch copper pipe and appurtenances, trenching, backfilling, compaction, testing, and sterilization required for the service lateral connection. T. Pipeline Construction 1, Trench Excavation Trench excavation shall conform to Section 306 of the Standard Spec- ifications. No more than 600 lineal feet of trench shall be open at a time within the East Coast Highway right -of -way. SP -13 0 0 2. Asbestos Cement Pipe Installation Asbestos - cement pipe laying shall be performed in accordance with the recommendations of the manufacturer as described in the "Installation Guide, Transite Ring -Tite Pressure Pipe" published by Johns- Manville Corporation, dated 1969. Care shall be used to prevent damage in handling, moving, and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks or chips. a. Handling and Storage Asbestos cement pipe shall be handled in such a manner so as not to be dropped or bumped. The pipe shall be so loaded that the spigot end of the pipe shall not come in contact with the back of the bell of the adjacent pipe. Machined ends of the pipe shall be protected from damage by scratching or chipping, and any dam- aged section will either be rejected or shall be cut and a new machined end section made conforming to the original section. Repaired pipe shall be submitted to the Engineer for his approval as to compliance with these specifications. b. Support The pipe shall be supported on mounds of bedding material at approximately 2 feet 6 inches from the end of each pipe length. Mounds shall be of sufficient height to provide a minimum clear- ance of 4 inches between the trench bottom and the bottom of pipe couplings. Valves and fittings shall be firmly blocked with poured -in -place concrete thrust blocks which shall remain in place. c. Defective or Damaged Pipe The pipe and couplings shall be thoroughly cleaned prior to assembly and shall be carefully inspected for defects. Any length of pipe, couplings, sleeve or rubber ring found to be defective in workmanship or material or so damaged as to make repair and use impracticable, shall be rejected and removed from the work. In the event a portion of a length of pipe is damaged, the damaged portion shall be cut off in such manner as to make a clean even cut. d. Avoiding Contamination Care shall be exercised at all times to avoid contaminating any of the pipe or fittings. Dirt shall be prevented from entering the pipe as far as practicable and, if necessary, the pipe shall be swabbed before being placed in position. Every open end of pipe or fitting shall be carefully plugged with a cast iron or sp -14 0 0 test plug at the end of each day's work. No burlap or other similar temporary plug will be permitted. After installation and before making connections to existing water mains, the new pipe shall be tested and disinfected. e. Assembly of Pipe Couplings and rings shall be placed in the trench on the end of the last length of pipe laid. Pipe ends shall be cleaned and lubricated as recommended by the pipe manufacturer. After proper bearing has been obtained, couplings shall be assembled in a workmanlike manner, using approved coupling pullers. f. Nipples Asbestos - cement nipples shall be at least 19 inches long. 3. Cement Mortar Lined and Coated Steel and Cylinder Pi De Installation a. Handling and Storage Handling and storage of pipe shall be in accordance with the recommendations of the manufacturer. All necessary precautions shall be taken to maintain the protection afforded by the lining and coating. Pipe shall be handled and stored so that dimensional integrity of joint configuration and pipe roundness are insured. No steel cable slip s will be permitted. Spreader bars must be used or lengths over 20 feet. b. Pipe Laying Pipe laying shall conform to Section 306 of the Standard Specifica- tions. c. Field Jointing Field jointing shall conform to Section 306 -1 of the Standard Special Provisions. Before joining the spigot into the bell of the pipe previously laid, the spigot groove, the rubber gasket, and the bell shall be thoroughly cleaned. Then the spigot groove, the rubber gasket, and the first two inches of the bell shall be lubricated with a soft, vegetable soap compound. The gasket shall be positioned in spigot groove so that the rubber is distributed uniformly around the circumference, not twisted, rolled, cut, crimped or otherwise injured. Uniform distribution of gasket may be accomplished by passing a smooth, round steel rod under gasket and up onto opposite edge of gasket groove, then moving the rod In this position around the entire circumference of the spigot. The pipe shall be joined together to provide the proper space between abutting ends of pipe. To maintain the laying length SP -15 0 0 shown on the contract drawings, the width of the space provided at the joint may be varied to compensate for the permissible manufacturing tolerance in pipe lengths of plus or minus 1/4 inch. For slight changes or corrections in alginment and grade, joint may be pulled on one side of pipe. The amount of deflection must not exceed that recommended for the type of joint being used. After a joint is assembled, a thin metal feeler gauge shall be inserted between the bell and spigot and the position of the rubber gasket checked around the complete circumference of the pipe. If the gasket is not in proper position, the pipe shall be withdrawn, the gasket checked to see that it is not cut or damaged, the pipe relaid, and the gasket position again checked. Prior to assembling the joint, the inside shoulder of the bell shall be "buttered" with a mortar of the consistency of thick cream, consisting of 1 part portland cement to 1 -1/2 parts of sand. An accessory such as a specially designed rubber ball wrapped with burlap shall be used to: (1) provide back -up against which the mortar is squeezed while the centered spigot is pushed "home" and (2) hold the mortar in place in the assembled joint while alignment and grade are adjusted as the next bell is "buttered" and the next spigot is centered. The accessory shall screed off excess mortar to leave a smooth and continuous surface between pipe sections as it is drawn through the pipe. After joining mortar- coated pipe, a plastic or cloth band at least 8 inches in width shall be centered and secured over the exterior joint recess. The joint band shall be hound to the pipe by the use of steel box strapping or by an equivalent method and shall completely and snugly encase the outside joint except for an opening near the top where mortar grout is to be poured into the joint recess. After the joint band is properly secured, the joint recess shall be moistened with water and then filled with mortar consisting of 1 part portland cement and 2 parts of sand mixed with water to the consistency of thick cream. The mortar grout shall completely fill the outside annular space between the ends of the pipe and around the complete circumference. After the recess has been filled, the joint hand shall be placed over the opening left for pouring and the mortar allowed to set before bedding and back - filling at the joint. After the mortar has set, the pipe and its joint should be shaded with backfill material to protect it from extreme temperature changes and as an aid for proper alignment when subsequent sections are laid. SP -16 Welded joints shall conform to AWWA C -206 and shall be single - welded lap joints for bell and spigot pipe and butt straps for plain end pipe. Rubber gasket joint shall be welded in accord- ance with the detail shown on the drawings. 4. Backfill and Compaction a. Backfill Backfill and bedding for pipe shall conform to the detail shown on Sheet 9 of the Drawings. b. Compaction Outside of State Highway No. i Right-of -Way Compaction for all excavation except within the right -of -way of the State Highway No. i shall conform to Section 306 of the Standard Specifications. 2. Within State Highway No. I Right-of -Way Compaction within the State Highway No. I right-of -way shall conform to Section 19-5.03 of the State of California Standard Specifications. 5. Trench Resurfacing a. Outside of the State Highway No. i Right-of -Way 1. General All trench resurfacing shall conform to Sections 301 and 302 and Subsection 306 -1.5 of the Standard Specifications. 2. Temporary Asphalt Concrete Resurfacing The Contractor shall place and maintain temporary 2 -inch thick asphalt concrete resurfacing at all locations wherever excava- tion is made through pavement, sidewalk, or driveways in con- formance with Section 306 -1.5.1 of the City's Standard Spec- ifications, with the following exceptions: The asphalt concrete used for temporary trench resurfacing shall be Type III- C3-AR4000 using liquid asphalt in conform- ance with Section 400 -4 of the City's Standard Specifications. Payment for placing and maintaining temporary asphalt concrete resurfacing In East Coast Highway, in related local streets and their intersections with the East Coast Highway shall be included in the unit price bid for Item 24. Payment for SP -17 0 41 placing and maintaining temporary asphalt concrete resurfacing in the Alley and related local streets shall be included in the unit price bid for Item 33. 3. Aggregate Base Aggregate Base shall be processed natural material, gradation B, conforming to the requirements of Section 400 -2 of the Standard Specifications. 4. Asphaltic Concrete Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the City's Standard Specifications shall be applied to the existing asphalt concrete surfaces and between the base course and the surface course. Asphaltic Concrete shall be Type III conforming to the require- ments of Subsection 400 -4.3 of the Standard Specifications. The base course shall be B1- AR4000 and the top 1 -inch shall be C2- AR4000. 5. Portland Cement Concrete Portland cement concrete furnished for Hazel Drive, curbs, and crossgutters shall be Class 564 -C -3000 per Subsection 303 -5 of the Standard Specifications. Portland cement concrete used for Hazel Drive and crossgutters shall attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM designa- tion: C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately following placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. Portland cement concrete supplied for all structures shall be 564- D-3000 and construction shall conform to Section 303 of the Standard Specifications. Replacement of concrete surfacing on Hazel Avenue shall In- clude the trench width required for the new water main plus 18 inches on each side of the trench. b. Within State Highway No. 1 Right -of -Way All trench resurfacing within the State Highway right- of+way shall conform to the requirements of Subsection XIX -5 above and to the State of California Standard Specifications. Payment for all trench resurfacing in East Coast Highway will be under the appropriate bid item except. the additional removal of 19.850 square feet of asphalt concrete pavement over aggregate Sp -18 base over portland concrete cement pavement which varies in depth from 17" to 21" and the replacement with 6" asphalt concrete pave- ment over 13" aggregate base which will be paid for under separate bid items No. 34 and 35. This is in addition to the pavement removal and replacement required to install the 18" water trans- mission main. The City may elect to construct new median islands after award of this contract. Pavement replacement under bid item No. 35 will then be deleted and the quantity under bid item No. 37 will then be reduced by the width of the trench to be resurfaced times the length of the proposed islands. U. Alley Improvements 1. Pavement Removal, Excavation, and Subgrade Preparation Existing portland cement concrete or asphalt concrete improvements to be removed shall be sawcut a minimum of 2 inches deep along property lines, join lines, at the locations beyond property lines as shown on the Plans, or as directed by the Engineer. Final removal at the saw - cut lines may be accomplished by the use of jackhammers or sledge- hammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pavement breakers, such as stompers, will not be permitted on the job. The Contractor shall prepare the subgrade in conformance with Section 301 of the City's Standard Specifications. Payment for pavement removal, excavation, and subgrade preparation will be considered as included in the unit prices paid for the cor- responding or associated items of new work. 2. Portland Cement Concrete Portland cement concrete furnished for construction of all alley pave- ment, street pavement, alley approaches, garage approaches, sidewalks and curb and gutter shall have a 8 or C gradation and shall attain a minimum modulus of rupture of 600 psi (tested In conformance with ASTM designation: (C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately after place- ment and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 550 psi. In view of the P.C.C. strength requirements described above and the schedule of work limitations described in Section XIV of these Special Provisions, the Contractor may find it necessary to add additional cement, use special aggregates, or use admixtures to meet the spec- ifications. The intent of these Special Provisions is that the Con- tractor prepare his bid in conformance with these strict limitations and no additional compensation will be allowed for the extra materials that may be required to meet these conditions. SP -19 0 0 The Contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumping concrete through aluminum pipe will not be permitted. Overhead screeds will be required at the flow line. SP-19a. A 12 -inch wide smooth trowel surface shall be constructed along the flow line (centerline) of each alley. The remainder of the alley sur- face shall be light broom finished. All sidewalk or drive approaches that extend beyond the street or alley right -of -way shall have a cold joint or if placed monolithic a minimum 2" deep saw cut within 24'hours at the right-of -way line. Contact joints shall be constructed in conformance with the City of Newport Beach Drawing No. STD - 120 -L. Street joints shall be construct- ed where shown on the Plans. Alley joints shall be constructed in conformance with City of Newport Beach Drawing No. STD-119-L. Special care shall be taken to locate weakened plane joints at water meter boxes, power poles, and all other critical locations. 3. Alley Approaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach Drawing No. STD -117 -L with the following exceptions: (a) Curb return radii shall be as indicated on the plans or directed by the Engineer. (b) Payment for asphaltic concrete joints to existing street pavement shall be included in the unit price bid for alley approaches. 4. Adjustment of Various Walks, Landings, fence Supports, Etc. Brick, flagstone or other miscellaneous walks not constructed of Port- land cement concrete or asphaltic concrete shall be adjusted to the new alley grades. Variable height 2 -inch redwood header fence supports will be installed where support is required at existing fences as indicated on the Plans. 5. Asphalt Concrete Asphalt concrete furnished for construction of 4 -inch thick pavement and variable thickness feather join shall be Type I11 -D-AR -4000 in conformance with Section 400 -4 of the Standard Specifications. A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard Specifications. The cost of the tack coat shall be in- cluded in the unit price bid for the associated asphalt concrete. 6. Adjustment of Utility Boxes, Manholes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility boxes shall be adjusted to SP -20 finish grade prior to placement of portland cement concrete. In the event the utility box or structure is located in an area to be im- proved with asphalt concrete, adjustment to finish grade shall be made after the asphalt concrete pavement has been placed in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. No separate compensation will be allowed for this work. 7. Protection of Existing Property Line Monuments Many property lines are designated by "iron pipe and tag" as shown on the plans. Special care shall be taken during removal not to disturb the pipe location. Any monuments removed or dislocated during con- struction shall be restored by the Contractor at his expense. 8. Flaw Diversion Around Manholes The cost of constructing flow diversion channels around manholes at various locations as indicated on the Plans shall be included in the unit price bid for constructing Portland cement concrete alley pave- ment and no additional compensation will he allowed. V. "Cobblestone" Pavement "Cobblestone" pavement shall be 564- C-3000 Portland cement concrete. Colored hardener shall be Russet (A -24) "Lithochrome Color Hardener" as manufactured by L. M. Scofield Company, Los Angeles, California. The minimum rate of application of the hardener shall be 60 pounds per 100 square feet. Color wax curing and finishing compound shall be Russet (A -24) "Lithochrome Colorwax" as manufactured by L. M. Scofield Company, Los Angeles, California. Minimum application coverage shall be 600 square feet per gallon of unthinned colorwax. Sub -grade preparation shall conform to the requirements of Section 301 -1 of the Standard Specifications. Imprinting of the concrete shall be done in such a manner as to duplicate the existing "cobblestone" pavement in place on the West Coast Highway Medians between Riverside Drive and Tustin Avenue. The final color appearance shall be uniform throughout the entire sur- face area. All surfaces that are not uniform In color and surface tex- ture will be rejected and must be removed and reconstructed at the contractors expense. Measurement and payment will be in accordance with Section 303-5.9 of the Standard Specifications. SP -21 -_._: S y ,-. � �. � �. � car •�� t�- , ✓o ; rte r: 0 1V //y•� ui�f :lT\ r { E - PROPOSED i3" !'WATER LINE (INC. VALVES, CONNECTIONS, ETC.). -- EXISTING 'HATER LINE. A FIRE HYDRANT ASSEMBLY. O/ CONNECT -i0 EXISTI;'IG ':WATER SYSTEM. Q ABA00.41 EXISTING CONNECTION TO LAGUNA BEACH CO. MATER DISTRICT 30" FEEDER. $7 A /J •Y� y.. ,67X/Sr 30" Y /ATE. BORING LO CITY OF NEWPORT BEACH PUF31-IC WORKS DEPARTMENT FAST ff:AST HIGHWAY UA.TER TRAISMISSION MAIN TION MAP •-, 1 U Ar:NM. dr` -f? DATE _ =8fJ5 APPROVED A55'T• PUBLIC WORKS EiRE/TZOaR & R.E. NO. - -- •N (Y OF ORANGL ROAD DEPARTLIE r f BORING LOG Eater Main Improvement PROJECT ___Q.j-tY,_of_NeWport Reach_._ _ I.00QrION ,__Marigold BORING NO. _ B -1 SUR. EI_FV. _ Street - __LOGGFDBY_ S.S. Sample No, Field ts. a3 Depll C1if cation -5 1[t, marks vemnent: 1 "AC over 4 lty Sand (SM), red -t ightly clayey 3' to _�yey_Sand SC) 1ty__Cl_ay (ML -CL , By 2 T.D. 10' DATE __ •OUNTY OF ORANGE_ ROAD DEPARTJOW • • BORING LOG Water Plain lmprovement I Rr?JEC7 — C_ity_of Nr 7,ort- Peach -_—_ I.00A7lON BORING NO. B_2_ SUR. EI -EV. ___Street— _ LOGGED BY S. S. DATE -Oct. 31, N Lob. Depth Log Remorks - ---- - - - - -- Fieid -- - - -- - -- - -- - - -- Pavement: VAC over 4 "AB -- -- „T..; Cla sifi ation Red -brown Silty Sand (SM), loose fine grained (SP -SM) 01- 5' grades to dark bro:rn Sand SP), Silty. 5 Silty C1� (CLZ, & Clays Silt �CL) moist medium firm, 8, - — — brown. 10 Gravel, Shale chips; angular pebbles T.D. 10' groundwater not encountered i N tr: ddW td01id00� co o. 1 !I -r y Vile, 'yl'V •.jL i d9) i .. �i co i j c �r r -� I` hl J 4t )1• ' i 4 ' v I t � �� � �-�? u= — ire'"- `- ;i._•__-; =� =�i':: sj l_� r, •' ,;i�g 1 1: ti :a U /L11- W O CL LL .I Lf- O U L. 4 Lam. (7 c� Ni f V L. 4 Lam. (7 r � BORING LOGS PACIFIC COAST HIGHWAY Borin No. 1 6'Z' Concrete on Native Soil 0: -7' Sandy Clay SC) and Cley Silt(tIL), light brown, slight moisture. 7' -8' Very fine grained Sand(SP), moist. 8' -10' Shale rock chips from drill 'hole, rough drilling. Gradi_a Sand Silt Clamor ! Sample #1 Depth O' -5' 35% 24% 14% Sample #2 Depth 5' -10' 63% 15% 22% Boring No. 2 51-2 AC; CAB; 52 "PCC; 1q. S. 0' -10' Sand(SP clean, white, very fine grained, moist, medium loose.,. Grading - Sand Silt Clay Sample #1 Depth 0' -5' 71% 11% 18% Sample #2 Depth 5' -10' 64% 12% 24% Boris W0 -- 5 "AC; 7 "AB; 8 "PCC; N.S. 0' -10' C y CLI, very moist, alternating black and dark brown clay to 10' feet. Gradi� Sand Silt C1ay Sample #1 Depth 0' -5' 52 20 28 Sample #2 Depth 5' -10' 17 - - Boring No. 4 4 "AC; 9 "AB; 8 "PCC; N.S. 0' -9;' Black Clay(CL), wet to moist, change to dark brown with depth, grades to shale. .@ 9z'. 9;' -10' Soft shale, light brown, moist easy drilling. Grading Sand Silt C1'�x Sample #1 Depth 0' -5' 45 19 36 Sample #2 Depth 5' -10' 21 21 58 .5 s