HomeMy WebLinkAboutC-1808 - Water main construction and replacement, Corona del Mar and Balboa Peninsula 1976-77elo
June 27, 1977
CITY COUNCIL AGENDA
ITEM NO. H -9
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF WATER MAIN CONSTRUCTION AND REPLACEMENT,
CORONA DEL MAR AND BALBOA PENINSULA, 1976 -77 (C -1808)
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 water main construction and replacement in
Corona del Mar and on the Balboa Peninsula has been completed to the satis-
faction of the Public Works Department.
The bid price was $181,407.00
Amount of unit price items constructed 177,855.39
Amount of change orders 3,643.95
Total contract cost 181,499.34
Funds were budgeted in the Water Fund
(Account No. 50- 9276 -001)
Two change orders were issued. The first, in the amount of $3,193.95,
provided for a substitution of 2 -inch copper local service line in lieu of the
4 -inch asbestos cement line shown on the plans. This change resulted in a
$3,591.95 reduction in the amount of unit price items constructed and a net
decrease of $398. The second change order,in the amount of $450, provided for
additional patching in the easement in Carnation Place.
The design engineering was performed by the Public Works Department.
The contractor is Pacific Pipeline Construction of Santa Fe Springs,
California.
The contract date of completion was June 14, 1977. All work was com-
pleted by June 3, 1977.
l '
eph d,.evlin
i c
Director
:jd
SUBJECT: �i.�s�a a,.ac6 CrsriRtcates . Fo2 C_ —lR.b�
14�Arwa CoNST+GUIGtWrl � f2QPtA[,BYrt�v'7 �_..C,�DM � 'P�rn�sut..q
ATTAeu..ra *bit- 4ourt Pua- A, Tua we wnci,�s CoMPL+nJfATioN
C�tc.�r�lcAtwras SuTPtr ten (bit -n+0 agjTx %cnbj?., 4r.1ptc
�1PL�3/.Jti CowSTi�.ArC Tlo rl
Copies to:�
Sig
PUT. IT IN WRITING.: . . . . WRITTIEN.MESSAGES SAVE TIME AND AVOID .ERRORS
9
PIPELINES • CONDUIT CONSTRUCTION • UTILITIES • MARINE PIPELINES
CALIFORNIA CONTRACTOR'S LICENSE NO. 44376
POST OFFICE BOX 2826. 11528 SOUTH GREENSTONE AVENUE
SANTA FE SPRINGS, CALIFORNIA 90670
February 24, 1977
City of Newport Beach
City Hall
3300 W. Newport Boulevard
Newport Beach, California 92660
Gentlemen:
"I am aware of and will comply with Section 3700 of
the Labor Code, requiring every employer to be in-
-eared against liability for Workmen's Compensation
or to undertake self- insurance before commencing
any of the work."
Very truly yours,
TELEPHONES
213 - 723 -6241
213. 944.8851
714 - 521 -0797
PACIFIC PIPELINE CONSTRUCTION COMPANY
r
Herber J. Soest
Secretary
p�gI1e
FfB24 if
I
4,_ � OF
c4(IFBr4OH,
7
I
February 24, 1977
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92660
Attn: Al Beingessner
Pacific Pipeline Construction Company
Certificate of insurance
We are pleased to enclose:
❑ Confirmation of insurance.
❑ Your policy as requested.
❑ Your renewal policy continuing similar insurance.
Frank B. Hall & Co. of California
Orange County Division
PO Box 7160, 4770 Campus Drive, Ste. 205
Newport Beach, CA 92660
v. i.. !'y4 1.
- PBBLIG 4YGRK; "=
MAR 1 71977aw
CITY OF
\-6"., NEWPORT BEACH,
i CALIF.
• Your renewal certificate for attachment to the above policy. 1- '
• Your copy of the policy. The original has been forwarded to the mortgagee.
• Invoice in the amount of $
• Loss payable endorsement.
• Form for your completion, signature and return to our office.
• Certificate of insurance.
• Endorsement for attachment to your policy.
R]Enclosed is Certificate of Insurance evidencing Workmen's
Compensation coverage.
Should you have any questions concerning the enclosed, please call us.
Sincerely, n
CD:ew Cheryl Dill bb
Telephone (714) 752 -8282
This is to Certify, that policies in the name of
CERTIFICATE OF INSURANCE
NAMED I Pacific Pipeline Construction Company
INSURED P.O. Box 2826
and
ADDRESS Santa Fe Springs, California 90670
L J
are in force at the date hereof, as follows: -_,—
GU 7641
(Ed. 1731
THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR
NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE
AFFORDED BY ANY POLICY DESCRIBED HEREIN.
KIND OF
POLICY
POLICY
LIMITS
INSURANCE
NUMBER
PERIOD
WORKMEN'S COMPENSATION
wcP 30577 -A
Eff. 2/l/77
Workmen's Compensation Ins.
STATUTORY
Employers' Liability Ins.
S 500, 000.
AND EMPLOYERS' LIABILITY
Exp. 2/1/78
BODILY INJURY
PROPERTY DAMAGE
COMPREHENSIVE GENERAL
Eft.
$ 000 Each occurrence
$ 000 Each occurrence
LIABILITY
Exp.
$ , 000 Aggregate
1 $ , 000 Aggregate
MANUFACTURERS' AND
Eff.
$ 000 Each occurrence
$ 000 Each occurrence
CONTRACTORS' LIABILITY
Exp.
$ 000 Aggregate
OWNERS', LANDLORDS'
Eff.
$ , 000 Each occurrence
$ , 000 Each occurrence
AND TENANTS' LIABILITY
Ezp.
$ 000 Aggregate I
CONTRACTUAL
Eff.
$ , 000 Each occurrence
$ , 000 Each occurrence
LIABILITY
Exp.
is 000 Aggregate
AUTOMOBILE LIABILITY
❑ Owned Automobiles
Eff . $ , 000 Each person $ ,000 Each occurrence
❑ Hired Automobiles
Exp. $ , 000 Each occurrence
❑ Non -Owned Automobiles
COMPREHENSIVE AUTO-
Eff.
$ 000 Each person
$ 000 Each occurrence
MOBILE LIABILITY
Exp.
$ 000 Each occurrence
OTHER:
Eff.
Exp.
t Aggregate not applicable it Owners', Landlords and tenants" Liability Insurance excludes structural alterations, new construction and demolition.
Job: Water Main Construction & replacement Corona Del Mar & Balboa Peninsula 1976 -77
Contract No: 1808
In the event of any material change in, or cancellation of, said policies, the undersigned company will 3W3t*givA wf�Ttendno i e to the party to whom this
certificate is issued, but failure to give such notice shall impose no obligation nor liability upon the company.
Dated: February 24, 1977
Name of
Company: Mission Insurance Co.
i
A ILED VE
CERTIFICATE ISSUED TO: Frank B. Nall & Co. of Orange County
City of Newport Beach
NAME 3300 Newport Boulevard
and Newport Beach, California 92660 3 -=
ADDRESS
10 1977
By the Ci i i CUUiV:.:i.
Q17X OF- ! Z %AC
TO: CITY COUNCIL
FROM: Public Works Department
January 10, 1977
CITY COUNCIL AGENDA
ITEM NO. H -10
SUBJECT: WATER MAIN CONSTRUCTION AND REPLACEMENT, CORONA DEL MAR AND
BALBOA PENINSULA, 1976 -77, C -1808
RECOMMENDATIONS:
1. Approve the revised plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at 2:00 p.m. on February 2, 1977.
DISCUSSION:
This project provides for the construction of approximately 6,100
linear feet of 4 -, 6 -, 8 -, and 12 -inch diameter water main in various
streets in Corona del Mar and various alleys on Balboa Peninsula. The new
water mains will replace, in part, deteriorating and substandard pipes.
The improvements will increase the reliability of water service, provide
adequate capacity for fire flows, and add operational flexibility to the
existing water systems.
The project was originally advertised for bids in December, 1976,
comprising only the proposed work in Corona del Mar. The bids received
were substantially higher than the Engineer's estimate. On December 20,
1976, Council rejected all bids and directed the staff to modify the plans
and specifications. The plans have been revised to simplify connections
to the existing water system, as well as to include work of similar nature
on Balboa Peninsula, previously planned to be constructed by separate
contract.
The estimated cost of the work is $171,200. Funds are available
in the current Water Main Replacement Program, Account Number 50- 9276 -001.
The plans and specifications were prepared by the Public Works
Department.
The estimated date of completion is June 14, 1977.
An exhibit is attached showing the locations of the project.
J1 seph IT.J Devlin
P blic orks Director
id
Att.
I�
'G
R
,
�L
uR y 5f
yp DVE Ass,,
50, al
OL ppFL
� GF Ft� C yQ� v
���
HARBOR � ENT
RANGE
LEA:ENG - C
■.VSw /s "WAr NAW.r SCALE: /" :800'
- - -IVLW SOWA7WAMANN
.ww * wArA4 arAnv
EX/V /e /T� LOCATxaN w�AP
WATL�ie MANN [bw65TJ�f/CT/O.V
ANO RsAw.4CSMtNr
G'bA&PVA SO& MAr! AVO
aAS.eay i�w.�vsuc�l
07*-77 c�iaoe
By .:... :.. ,
TO: CITY COUNCIL
FROM: Public Works Department
December 20, 1976
CITY COUNCIL AGENDA
ITEM N0. G -2
SUBJECT: WATER MAIN CONSTRUCTION AND REPLACEMENT, CORONA DEL MAR
1976 -77, C -18D8
RECOMMENDATIONS:
1. Permit John T. Malloy to rescind his low bid of $134,550.
2. Reject all bids received.
3. Direct the staff to modify the plans and specifications
for the project.
DISCUSSION:
Ten bids were received and opened in the office of the City
Clerk at 11:00 A.M. on December 9, 1976.
Bidder Amount Bid
1. John T. Malloy, Los Angeles $134,550.00
2. Thomas Contracting Co., Santa Ana 146,357.40
3. Earl J. McKinney Corp., Rowland Heights 169,610.00
4. Pacific Pipeline Const. Co., Santa Fe Springs 169,947.00
5. G. R. McKervey, Inc., Irvine 177,022.00
6. Ace Pipeline Construction, Inc.,Pomona 191,040.00
7. Bebek Company, Irvine 196,510.00
8. J. C. Plumbing Co., Los Angeles 199,336.00
9. Bejac Corporation, Placentia 203,812.50
10. Doty Bros. Equipment Co., Long Beach 212,075.00
The low bid is 6.81 higher than the Engineer's estimate of
$126,000. The second -low bid is 16.1% higher than the Engineer's esti-
mate.
This project provides for the construction of approximately
5,300 linear feet of 4 -, 6 -, 8 -, and 12 -inch water main and appurtenances
in various streets in Corona del Mar. The new water mains will replace,
in part, deteriorating and substandard pipes. The improvements will in-
crease the reliability of water service, provide adequate capacity for
fire flows, and add operational flexibility to the existing water system.
Funds for this project are available in the current Water Main
Replacement Program, Account Number 50- 9276 -001.
December 20, 1976
Subject: Water Main Construction
1976 -77, C -1808
Page 2
and Replacement, Corona del Mar
After the bids were opened, the low bidder, Mr. John T. Malloy,
discovered that in preparing his final proposal he had omitted an esti-
mated $16,000 in materials and installation costs for the steel pipe (bid
item No. 1). Despite the fact that his bid contained a unit price for
this work, it is evident from the supplemental written information sup-
plied by Mr. Malloy that he did make a legitimate clerical error in pre-
paring his bid and could not reasonably perform the work for the bid
price. It is therefore recommended that Mr. Malloy be allowed to re-
scind his bid in accordance with the provisions of State law regarding
public works contracting.
Recent investigations have been made of subsurface utility con-
ditions and of more desirable alternatives to proposed locations and
methods of connecting the new water mains to the existing system. It had
been determined that certain economies and facility of construction could
be realized by modifying portions of the project prior to construction.
Revisions to the plans were being prepared to reflect these determinations.
Additionally, a similar planned water main replacement project currently
being designed could be included under this contract, realizing additional
economies of construction and administration. These considerations, com-
bined with the fact that the remaining bids were substantially higher than
the Engineer's estimate, result in the recommendations that all bids be
rejected and that the plans be modified. The modified project will be
presented to the Council in January for approval of the revised plans and
specifications and authorization to readvertise for bids.
The plans and specifications were prepared by the Public Works
Department. A permit from the California Coastal Zone Conservation Com-
mission has been obtained.
An exhibit is attached showing the locations of the project.
oseph Devlin
ublic
or Director
AB:jd
Att.
1_. l
1
O,p
n� n
n
v
�ell
4
' l-t
U`
j CBnur .
Pi J c
�� .: v0 CfFrr�yC SUN DD} p
R
V ti
i
r s
SG �` •_ c _ /NL
ell. �v
�\,�, f fRrU w SQYOC'gsT F j
Z7
-
/� O
to �j � (�'
D� ����C Jc ;C
cj", CS C Q �[3c �.
D��C�, Q�
\� C�c�c��� -17T
, C
�
ISM m � �. c \ \♦ /.y ` \`. i+h/�. ov
m ♦G .•
C.0 \\
NEW /ZOW4rE,Q M4 /N Ci\ \`` % `\
-- NEW 8 • W47'EK M4 /'V `
•••••••NEW (� "W47EK Md /N
NEW 4• W4rE2 M4 /N
o�
J'TgTE BF17CF- /pq2,�
PROJECT
EX918 1T ; LOCATION MAP
L/GF/T WATE,? 4441N CON5T&UCT 1O.V
4ND ?EPL4CEMENr
COROAM OCL. MA,O
/976 -77 C - /8Q8
CITY OF N') WPOR7.BEACH, CALIFORNIA
...NOTICE IIiVITII'iG BIffi .':
SEALED BIDS will be received at the office of the City
Clerk, City Hall; Newport Beach, California, Until 11:00
a.m, on the 9th day of December, 1976, at which time they
will be opened and read, for performing work' as follows:
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR, 1976 -77
CONTRACT N0, 1808
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 theagvelope
containing the bid.
The contract docum is that must be completed xe-
cuted, and returned in f sealed bid are:
A. B. Designation lion -Subcontractors r' `,J,
C. Bidder's Bo
D. Non- collusio Affidavit
E. Statement of cial Respotys9i111(y `
F. Technical Ability and Expe'rtettCa R er es
These documents shall 'be affixed.,.wit� hop, gnature
and titles of the, persons sighing on behalf 'ofthebidder.
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.
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
,bid opening.
The City has - adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1976 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 News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) Q70,- 98,71.,
The City has. adepteslMtaudard 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 Stated California, The companies must
also have a current General. Policy Holders Rating of
A or better; and a Financial Category ofat least Class X'as
per the latest edition of Best's Key Rating Guide (Prop-
erty - Liability).
In accordance with the provisions of Article 2, Chapter 1,
Part 7 of the California Labor Code (Sections 1770 at seq.),
the City Council of the City of Newport Beach has ascer -
tained the general prevailing rate of per diem wages
In the locality in which the work is to be performed for
each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these
items in Resolution No. 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 compliance with.
Section 1777,5 of the California Labor Code for all ap-
prenticeable occupations.
The contractor shall post a copy of the prevailing wage
rates at the job site. Copies ma; be obtained from the
Public Works Department.
The City reserves the right to .reject any or all ids
and to waive any informality in such bids.
DORIS GEORGE,,CITY.CLERK
CITY OF NEWPORT BEACIL CALIFORNIA,
Publish: Nov, 25, 1976, in the Newport'Harbor Ensign,.
d 0 `+` 2 2 1975. ' a1�17�
By tii3 CITY COUNCIL
CITY OF HAWPORT BFIACH
TO: CITY COUNCIL
FROM: Public Works Department
November 22, 1976
CITY COUNCIL AGENDA
ITEM NO. H -9
SUBJECT: WATER MAIN CONSTRUCTION AND REPLACEMENT, CORONA DEL MAR
1976 -77, C -1808
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at 11:00 A.M. on December 9, 1976.
DISCUSSION:
This project provides for the construction of approximately
5,300 feet of 4 -, 6 -, 8 -, and 12 -inch water main in various streets in
Corona del Mar. The new water mains will replace, in part, deteriorat-
ing and substandard pipes. The improvements will increase the reliabil-
ity of water service, provide adequate capacity for fire flows, and add
operational flexibility to the existing water system.
The estimated cost of the work is $126,000. Funds have been
provided in the current Water Main Replacement Program, Account Number
50- 9276 -001.
The plans and specifications were prepared by the Public Works
Department. A permit from the California Coastal Zone Conservation
Commission has been obtained.
/97%.
The estimated date of completion is April 15, 1.976:-•
An exhibit is attached showing the locations of the project.
seph vlin
Public ork Director
id
Att.
I� 4M6
a_
Air
�
r.�-7 crro
�� BEACH
V
0
b
0
i
r
C,R7WN
3 W
�rfno1
—�
SG
'P.e.
L
n i
b� I
-P
F
V� ed
CLlC�C���
7 �
LE'G+ENO
•
New /2 "•�WAYtK MAiN \♦ �
NEW 8.WgTErC .Hdln/ \
•••••�• NEW 6 "W4TE1C M /IN `
NEW 4-" w4r1Pe M4/N
!y
U
J'TATE BEQCff Ag2,C�
'ROJECT tAxAT/O s-,�J
EXH IBIT - LOCATION MAP
LIGAIT
�V'"
r ,
/N[
U
L /GI/T WATEAT M4 /N COA15TCUCT /ON
Amp ,eeoc4c"e lr
CO&OAM OCL MA.2
/97G -77 - C -/908
A.
pC
xe�
a�
_ - _. .
I
�{ 4
By Vin
VTY a7W Fvire F4A7 g:ACH
TO: CITY COUNCIL
FROM: Public Works Department
C- Sag
February 14, 1977
CITY COUNCIL AGENDA
ITEM NO. H -2 (b)
SUBJECT: WATER MAIN CONSTRUCTION AND REPLACEMENT, CORONA DEL MAR AND
BALBOA PENINSULA, 1976 77, ms =:
RECOMMENDATION:
Adopt a resolution awarding Contract No. 1808 to Pacific
Pipeline Construction Company for $181,407, and authoriz-
ing the Mayor and the City Clerk to execute the contract.
DISCUSSION:
Six bids were received and opened in the office of the City
Clerk at 2:00 p.m. on February 2, 1977.
Bidder Amount Bid
1. Pacific Pipeline Construction Co., Santa Fe Springs $181,407.00
2. P & J Utility Co., Los Angeles 187,140.00
3. J.L. Construction Co., Newport Beach 197,407.00
4. Gallacher Co., Inc., Costa Mesa 205,267.00
5. Chino Pipeline, Chino 214,990.00
6. Bejac Corporation, Placentia 230,790.00
The low bid is 6% higher than the Engineer's estimate of $171,200.
This project provides for the construction of approximately 6100
linear feet of 4 -, 6 -, 8 -, and 12 -inch diameter water main in various streets
in Corona del Mar and in various alleys on Balboa Peninsula. The new water
mains will replace, in part, deteriorating and substandard pipes. The improve-
ments will increase the reliability of water service, provide adequate capacity
for fire flows, and add operational flexibility to the existing water systems.
Funds for this project are available in the current Water Main
Replacement Progran, Account Number 50- 9276 -001.
Pacific Pipeline Construction Company is well qualified to perform
the work.
The Plans and Specifications were prepared by the Public Works
Department.
The estimated date of completion is June 14, 1977.
An exhibit is attached showing the locations of the proposed work.
CT
oseph Devlin
ublic ks Director
AB:hh
Att.
i
hoc
DY , A
tit•
��
\ �dg�o pPP 9 <
wig
i
0
"HKBOR EVrR4,v =
V/
4ov
,W,P—rT
o �
Q
r . �� N M EW /f WATLaf AY/N
NEW a : WA
•S.... NiW 4 W471a4 MANN
s�
QJO�'
NLry 4 WAfeR MAiN
oll
Jr�aLQl i 8Go
v
01
5�1
EXI/ /Q /T- LocArAav At4ww
WArOM AtW^f CbWSM&iVrJ#dW
ANO Araw Ics"smr
CWAWVVA JW.L AMA ANO
& -1&804 JRWV~S",*
nn.r, a-*#aoe
v'
"'7
By_...,
RESOLUTION NO. ("
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO PACIFIC
PIPELINE CONSTRUCTION COMPANY IN CONNECTION WITH
WATER MAIN CONSTRUCTION AND REPLACEMENT, CORONA )
DEL MAR AND BALBOA PENINSULA, 1976 -77, CONTRACT
NO. 1808
WHEREAS, pursuant to the notice inviting bids for
work in connection with the water main construction and replace-
ment, Corona del Mar and Balboa Peninsula, 1976 -77, in accordance
with the plans and specifications heretofore adopted, bids were
received on the 2nd day of February, 1977, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Pacific Pipeline Construction Company;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Pacific Pipeline
Construction Company for the work in the amount of $181,407 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 February , 1977.
Mayor
ATTEST:
City Clerk
DDO /bc
2/11/77
August 4, 1977
Pacific PIpelina Construction Company
11529 South Greewtane Ave.
Santa Fe Springs, CA 90670
Surety t Pacific Indemnity Company
Bonds No. 1 80688732
Project I Water main Construction & VAPU"Mat/anom del Mar
and Balboa Peninsula - I176-77
Contract No. 1 1808
The City Council on Jose 27, 1977 accepted the work of subject
Project and authettlead the City Clark to file a Notice of
C=014t"u and to TOIO&" the bonds 35 days after Notice of
Completion bas bum filed.
Notice of CompletLcm we filed with the Orange County Reserd*v
on JUGS so, 1977 In took So. 12270, Pap 1763. PLO&ss notify
Your OwOtY company that b*UW may be released 33 do" after
recording date.
Doris Gettirse
City Cleft
a:,
act Public Works Department
o.,
1
Y
�F
PLEASE RETURN TO
CM' CLFRK �Yp
F
ClT`( CF ":'OR7 BEACH
3300 BOULEVARD 0Sr O
NEWPORT BEACH, CALIF. 92663
561'79
EXEMPT
C5
NOTICE. OF COMPLETION
PUBLIC WORKS
OL 9K 12270PE 1765
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
5 " 12 P M JUN 30 1977
J. WYLIE WKLYLE, County Recorder ,
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on June 14, 1977
the Public Works project consisting of Water Main Construction & Replacement,
Corona del Mar & Balboa Peninsula. 1976 -77
on which Pacific Pipeline Construction Company
was the contractor, and Pacific Indemnity Company
was the surety, was completed.
CITY OF NEWPORT BEACH
a�4-v"l
Aft Public Works Director
VERIFICATION
I, the undersigned, say:
ASSISTANT
I am the APublic 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 June 28, 1977 at Newport Beach, California.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on June 27, 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 June 28, 1977 at Newport each, California.
✓a /Y fj
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Date: Jima 28- 1977
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
i�
Dear Mr. Carlyle:
Attached for recordation is Notice of Colpletion of Public
Works project consisting of Warar Mw1„ rno.rr....rf,,:., s RepL tment
Corona del Mar i Balboa Peninsula /1976 -77 Contract No. lan8 ,
on which Pacific PipeLine Construction Co. was the Contractor
and Pacific Indapity Company was the surety.
Please record and return to us.
EnA.
Very trul , yours,
� z
Doris is
George \`
City Clerk
City of Newport Beath
A
a.
VENDOR
-, ", , _- 4 D4
a
PURCHASE ORDER NO, 08676.,
INVOICE IN DUPLICATE
—Is "DER iNUMl3rR.NlUST
CITY OF NEWP0RT.Bt;A.k,1L APPEAR ON ALL iNVOME&
3300. NEWPORT BOULEVARD LADING. EXPRESS RiscrioTs
AND P�KAGIZ53-
NEWPORT BEA6:611FORNIA4280
2 DIELMEWY I "CICISTsI �ALI_
PHONE: 714 640-229] IN16UMDE UNIT PRICE_
DATE 21'
DEPT. :_. -;.'y Cruncil
SHIP TO
N
.�s
:'nn
n
IMPORTANT
The Articles covered by this Purchase Order or Contract must
. conform' to applicable Cal—OSHA Stanclards,:,andlor. other
C1TY,6F'NEWPQRT BEACH
appropriate laws, regulations, rules, and codes of the Rederat
t'.
Government and the State of California.
Show as a separate item any retail sales tax, use tax or Federal
tax applicable to this purchase.
D. W. MEANS
This order subject to California sales tax.
PURCHASING AGENT
All allowable transportation charges must be prepaid and shown
as a separate item on the invoice. Do not include Federal trans-
portation tax.
N
11
W
NEWPORT BEACH
Date lahrW= 2S. 1977
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. lao —
Project Water —Straettag 6 Itep nrnt /f`.+w.u.. a�� v.= 6
Ulboa Pe"Us"a
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor:
Address: 11529 South GmemMoaa Ave.. Santa is Surl a_ CA 90670
Amount: $ IS1 -607
Effective Date: 2 -25 -77
Resolution No. 9"9
L'="�-
A:2-�- Doris Geo e
Att.
cc: Finance Department F-]
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
CONTRACT NO. 1808
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR & BALBOA PENINSULA
1976 -77
Approved by the City Council on
this 10th day of January , 1977.
s ueorge,
t�
SUBMITTED BY:
CITY CLERK
PACIFIC PIPELINE CONSTRUCTION COMPANY
Contractor
11529 South 6reenstone Avenue
Address
Santa Fe Springs, California 90670
T, ty
213 - 944 -8851
Telephone
$181 407.
00
Total �id Price
0 0
w
At
SEALED BIDS will be received at the office of the City Clerk City Hall, Newport Beach,
California, until 2:00 P.M. XN. on;atie 2nd day of February , 1977
at which time they w3TT- e .opened 'i4 rea , or performing work as fo ows:
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR & BALBOA PENINSULA
1976 -77
CONTRACT NO. 1808
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 _orpora�te Seal
sha be a xed to all documentss requiring signatures. In the case of a arl� tnershTP,
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.)
f�
r�
The City has adopted the Standards 8sifi
(1976 Edition) as prepar .by t e Sout
Public Works Association and the Associd
may be obtained from Building.News, Inc.,
California 90034, (213) 870 -9871.
Page la
€n-lor Public Works Construction
VMrnia Chapters of the American
Oral Contractors of America. Copies
Overland Avenue, Los Angeles,
The City has adopted Standard Sped Provisions and Standard Drawings. Copies of
these are available at the.Public 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 Category of at
least Class X 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. 8950 adopted December 13, 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.
• :' •• _ ,
-. _
..- ,_ � ��
.. , .. _,
.,,.
� `: J
'; _
. ..� . _ � i
_to be computed on the.bdsis of the given estimated quantities of work,
as. _ n -this Proposal, times'the unit price as submitted by the bidder. In case
of a betweem.words and figures, the words shall prevail. In case of an error
in sign of a :j#4,;price, the corrected extension shall be calculated and the bids .
will be computed as i.nd'Tcated< above and compared on the basis of the corrected totals.
The estimated quantt,04t of work indicated in this Proposal are approximate only,
being given solely as a basis for.cqqp of bids.
The undersigned has checked. care uTly 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. 44376 Classification A
Accompanying this proposal is BOND
T-C-a—sTi, Certified Check, as ier s Check 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 ^6ontract.
213- 944 -8851 NISTR
^ 'NF
P one u er er Bi s Name ^ -
- SEAL)
S . W. Kelle . G// Presld@gi.
February 2. 1977
Date ut Cor�ze !gnature
February 2, 1977 S /Herbert J. Soest �`_ ^ " y
ut orize Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
George Abernathy, President
C. W. Kelley, Vice President
Herbert J. Soest. Secretary
Al.,
r
1
Page "3
DESIGNA I NTRACTORS.
The undersigned oertifteS.;that he has used the s.*-13fids 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. bnuc
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
PACIFIC PIPELINE CONSTRUCTION COMPANY
Bi er s ame
S /C. W. Kelley, Vice President � z
Iiiz- a signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
11529 South Greenstone Avenue
,: ..
;_ � ;� -:
..t fi:�..
k x
:. Y�ki
FO*, IGINAL SEE CITY CLERK'S FILE' £ .
BIOQER'S BOND, ACC PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, MUM PTPFI TNF rnNSTRLICTTON rnMPANY
as Principal,
and PACIFIC INDEMNITY COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TFN
PERCENT OF THE BID IN Dollars ($ 10% bid 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
Water_ Main tons ru ion_ and_ Reolacement Corona- del Mar & Ralhoa PPnincula 1976 -77 (C -1808)
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 2nd day of
February 19 77
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in- Fact)
PACIFIC PIPELINE CONSTRUCTION COMPANY
Prff al
M, IMUI
By SM Michael Henley
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 1st day of February ,
19 77 -
My commission expires:
January 3. 1981
PACIFIC PIPELINE COMSTRUCTION COMPANY
S /Herbert J. Soest. Secretary
E OFFICIAL SEAL
EDNA M. KUSS
RY PUBLIC - CAUfORN1A nS A%IGELEB COUNTY
^m. exll; VN 3, 1981
x
f
c
I
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.
�r�
Page 7,
TECHNICAL ABILITY AND EXPERIENCE REN
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which Ie has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1977 Santa Rosa Water Dist. Gene Barnett 714- 676 -4101
3011 MLIC
1976 So. Calif. Edison Co.. Greg Johnson 213 - 572 -2740
12" ACP Catalina Island
S[C. W. Kelley, Vice President
igne
x
5 ,
P
`r
f
Bond Number: 80688732
Premium- Included
Y i a
r-
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Counci_:of the City of Newport Beach, State of California, by
motion adopted February lj.: V7_
has awarded
hereinafter designated as thi Irincipal ", a contract for WATER.mAIN CONSTRUCTION
AND _RERI Af EMENT CORON ,nE1 MAR R RAI ROA PFNiNSIII A, 1976=777;,; rONTRACT NO. 1808
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 PACIFIC PIPELINE CONSTRUCTION COMPANY
as Pri nci pal, and PACIFIC INDImITY. COMPANY
as Surety, are he14 irm un�un o he City of. Newport Beach, in the.sum of .
Ninetyp fihousan it un a ee
and 50/100------- - - - - -- - - - - --
Dollars ($90,703.50---- ),
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
AM-
L
this bond, as required by the Provisions of Section 4,205 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
on 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 16th day of February r 19'°7E7
Name o ntractor ri pal r
Authorized gnat and °Tjtj: _=
SECRETARY
Authorize qFnaturd and Title
Pacific Indemnity Company (Seal)
Name of Surety
3200 Wilshire Blvd., Los. Angeles,_Ca
213 - 381 -5371
Telephone No, of Agent
tea.
F -fit `
_s
Lo
- I
,;.>� ,y.. ��,,.
J , . ,. - � - rr�r� -_ - �. -
- _
�. ti . ^ .-�., n
,r
j�.'
_, w, � � ,:
'r�
����-
.�J
i
`�
'.�' \'
_
..
_`
_, w, � � ,:
$
f
)
/
3
� —�
(
\
(gym
EL
3. / •;o:
& _# §:
2 =w: (
) ?
\ \
)
? \
'zQ=>
:sE p
p f
f c
\ ƒ
ƒ j
:(¥ \
Ab (
( /
/ >
;_® «
/
Br;r; /
/ %
« /
\
m# 6
6 :
:
EZ'o !
!,
$ >,,,� _
_ *
*
&
@
f
@ mW f
s
Bond Number: 80688732
Premi $1,169.00
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
i
motion adopted February 14, 1977,
has awarded to PACIFIC PIPELINE CONSTRUCTION COMPANY
hereinafter designated as the "Principal". ,a contract for WATER.MAIN CONSTRUCTION
AND REPLACEMENT CORONA DEL MAR & BALBOA PENINSULA, 1476 -77, CONTRACT NO, 1808
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach; j
j
WHEREAS, said Principal has.executed or is about to execute.said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, PACIFIC PIPELINE CONSTRUCTION.
as Principal, and PACIFIC INDEMNITY CQUANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum.of
Seven.
One Hundred Eighty One Thousand Four Hundred / Dollars ($ 181,407.00 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally; firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the-covenants, 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
J. F
a -ij
l
(Performance Bond — Continued)
J
Page 11
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 16th • day of February , 19 77 .
Name of Contractor Princip_ )
uthorized Signat a anLP.
SE6ZE' TARP
Authorized ignature and Title
Pacific Indemnity Company (Seal)
Name of Surety
DO Wilshire B d Los Aniteles.. Ca. 90010
r s
of Suret
mature and T t e of Au ha ized "
. Michael Henley, Attorneq "rrwFact
DO Wilshire Blvd:, North Towai -, tbs
ress of Agent Angeles, Ca.
213 - 381 -5371
Telephone No. of Agent
b
F
t
>
*j;{
: § tj
\ \\ \}\
�@ ^ °}
} \:_
( /I\
{ �,§
& / }z
\ \�)
& { }(
� ( \)
} \ {(
)o
oV
' /
A i:&
#
¥ ;
r(
(D
E :
:
A
f / �
\ j
E.
j)
( (R
) �\
§29
,
>
*j;{
: § tj
\ \\ \}\
�@ ^ °}
} \:_
( /I\
{ �,§
& / }z
\ \�)
& { }(
� ( \)
} \ {(
)o
oV
' /
A i:&
#
¥ ;
r(
(D
E :
:
A
f / �
\ j
E.
j)
( (R
) �\
11PACIFIC INDEMNITY COMPANY
HOW OrnC[ LDS /.NCI LIS. c.Lu oeNl•
❑ TEXAS PACIFIC INDEMNITY COMPANY Q NORTIIVIESTERN PACIFIC INDEMNITY COMPANY
NOME OrIICE DALLAS. TEEAS NOMC OIrICC /Oq TLAND. OREGON
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS, that the. PACIFIC IITDTyCTITY COMPAN . Y
........................................................... ..
.................................
a corporation of the State of ...... CAI.i.Eorni-a..._............ by authority of a resolution adopted by its Boatd of
Directors at a meeting called and held on the ......... 8th_.,.__ ........ day of February- "......... 19' (S..., which said
resolution is still in full force and effect and of which the following is a true and complete copy:
"RESOLVED, that the President or any Vice President may from time to limn appoint Resident Virp Prr,Hrnts, Rosidrnl
Assistant Secretaries and Anornoys in -Fact to r^penom agd act for and on b "hall of the Company, and eith(a :be Pwrr,Ent, or
any Vice - President, the Board of Directors or the Executive Committee m.ry at any time remove any err h Resid,,w Virc• FresiJrnt
or Resident Assistant Secretaries and Attorneys-in Fact and revoke dM power and authority givou him; and t.n It fur!her
"RESOLVED, that Attorneys in Fact may be given full power and authority to execute fee and in Iho name and on bchaif r,f
the Company, any and all '_"onds. recognlzancns, contracts of indnlnni:y and other writings Obligatory in thr� nn'ure of a
recognizance or conditional und�rtakinq, and any such instrument executed by any such Attorney in Fact shall be as binding
upon the Company as if signed by the President and scaled and attested by the Secretary; and ba it further
"RESOLVED, that the Attorneys in -Fact are hereby authorized to ver'fy any afiidavit required to be attached to bonds. recog
nizances or contracts of indemnity, policies of insurance and all other writings obligatory in the nature thereof."
does hereby make, constitute and appoint
C. MICHAEL IMiLLU
its true and lawful Attorney -in -Fact, with full power and authority to make, execute and deliver, for it, in its
name and in its behalf, as surety any and all bonds and undertakin .-s of suret;.rship.
And the execution of such bonds or undertakings, in pursuance of these presents, shall he as binding upon
the said Corporation, as fully and amply, to all intents and purposes, as if they had been duly exea,ted cnd
acknowledged by the regularly elected officers of the said Ccrp,=ticn in their own proper perscr,s.
IN WITNESS WHEREOF, the ...... T4H IC - -I'. Du TI_Y CO ;r7? =u; [
. ............ . ...........n....I.....................................................................
has caused these presents to be signed by its Vice - President and its corporate seal to be hereto affixed, duly
attested by its Assistant Secretary, this .... j0.th..day of ................. _QCtpb.ex. ..... -... .A.D. 19....6"7....
Attest: ........... Ruth C. Savage ....... ... .................... .. .... .. By_ ........... J.-....W-...Maynard,
Jr.
........... ...... ............................... .... ......
Assistant Secretary. Vice - President.
STATE OF CALIFORNIA.
COUNTY OF LOS ANGELES ss .
0th October 67
Cm this ......- .j .... ......... ... ...................day of .......... ".._- .- ...- ..-- ....". ----'------"-................... .- ....- ........- .....-- ......A. D. 19........, before me personally came
J. W. Maynard, Jr. ....."-.........-" ............ ........................... ..to me known, who, being by me defy
sworn, did depose and say. that he resides in the City of Los Angeles, California; that he is the Vice - President of the .... Pi�CIFiQ
....................
IND�2IITY COIUL VTt
---------------------- ------------ --- ---------- - - - - -- - -- --------- - - - - -- ....................... - .... = ......................... --- .............. ............ -.........................................
the corporation described in and which executed the above instrument; that he knows the seal of sold corporation, that the seal allixed
to the said instrument is such corporate seal; that it was so affixed by order of the Board df Directors of sold corporation, and that he signad
his name thereto by like order.
Margaret Wilson
_._ ..... ......................................................... ...............................
(Notarial Seal) Notary Public.
My Commission expires June 14, 1971.
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
Ruth C. Savage PACIFIC
L .............. .........._. ......--....-- ...- ......- . - -... _._Assistant Secretary of the.................. - -... - ..............
.T.RR LAITY C .1.PANY ..................... _ .... ...... ............ do hereby certify that the above and foregoing is a true and
correct copy of a Power of Attorney, executed by TY said ........... .. . . .. ..PACI IF=, -T CN
.FIC .............1...D..........".......-..... ..CiEPA..Y ..................... -.....
which is still in force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company. at tthhe City
of Los Angeles, this ...... `�C►Z . .......... day of....l... .� s�. 0ft . .... .............................A. D. 19 `..1
jr
fo 01110 Rev. 8 30M 866 AAssist, t
m Saeratary.
THIS AGREEMENT, made and entered into ,SA6 -- . day o
by and between the CITY OF NEWPORT BEACH, Cal iforniai herein
party of the first part, and_
f 19 ?,
after designated as the City,
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
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated 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
therefor 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.
_��
' '..
�
.�
..
s
-�
�?
N
(4! 4 � � ..�:.
�:. .. ..'.. .. ...
n. r.. .. .
.. r
�,:
_
M
-�
�;
N
CITY NEWPORT,
By-
V
t3
5: Pursuant--to, the l.aixn°od date of C t,ifornia the -City Council has
ascertained the r4
general prevatil3.ht Tier djem.wages for each craft ot°`type.of
workman needed; to exeeute 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 e�loyees.,from alf claims,
I oss, damage, injury, and liability of every kind, nature, and description, directly or
indirectTy arising from the-performance of the .contract or work, regardless ;:of responsi
4.
bility for negligence; and from any and all claims, loss, damage, injury, and .liahilfty,
j
howsoever the same may be. caused, resul'ti.ng.directiy.or indirectly from the,. nature of,
the work covered.by,the contract, regardless of responsibility for negTigence.
IN WITNESS WHEREOF, the Parties hereto have.caused this contract to be executed the
day and year first above written.,.
CITY NEWPORT,
By-
CALIFORNIA
v
PRCIiiG �i ?ELtsi€ '^r '^''
CQit$rr `'
on „
r §-EAL�
i
b;
V
CALIFORNIA
v
PRCIiiG �i ?ELtsi€ '^r '^''
CQit$rr `'
on „
r §-EAL�
i
b;
,
r
-
_
-
1
Y
�
13
Kp
S
T
I
e _ � fE3r• �
.
\ 's = �pCRR1 ^'a1'
.. . ".
.
s
-sue
-
,.•
,
f,,
T� •
CONTRACT NO. 1808
PROPOSAL
PR 1 of
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard,
Newport Beach,,CA 92663
Gentlemen:
The undersigned declares that he -has carefully examined the location of the pork, has'read
the Notice Inviting Bids, has examined the Plans and Special Provisions and iteeby "agrees
to furnish all labor, materials, equipment, transportation, and.services to do all the
work required to complete Contract No. 1808 in accordance with.Ci,ty of Newport.Beach
Drawing W- 5118 -S, the City's.Standard Specifications, Standard.Spec:ial Provisions.and
Drawings, and these Special Provisions; and that he will take in :full paynent therefore
the following unit prices for each item, complete in place, to wit:
1. 600
Linear Feet
2. 1700
Linear Feet
3. 520
Linear Peet
T PRICE
Install 12" diameter mortar lined
and coated steel pipe water main.
@ Thiirty Dollars
and
No Cents $ 30.00. $182000.00
Per Linear Foot .
Install 12" A.C.P.- -Class 150
water main
@ Twenty -seven Dollars
and
Sixty Cents $ 27.60 $462920.00
Per Linear Foot
Install 8" A.C.P.--Class 150
water main.
@ Twenty two Dollars
.and
Cents $ 2230. $11,804.00
er near Foot
-T
r
'.i
-sr
'ts AU
L
l`
pg3 � 1
C'T
1
_: '" .,. c a "•'' .: ( ,�'" .. -.a
All
�y
6.
7.
8.
E
y
Oil
/t1FTITY
ITE T3ES Y
.
AND UNIT
.._
UNIT PRi
10.
2
Install 8" +
Each
F
E,
@ Six Hundred Fo
Dollars
and
1.208.00
11.
18
In tel :fate salve assembly.
Each
@.Two Hundred Twenty- five
art,,,-:
T
and
Cents,':3 225.00 $ 4:05000
er Each
12.
52
Install 1" standard water service
Each
per Std. - 502 -L.
@ nne Hundred Ninety
Dollars
and
Cents $ 19n-on $ 9.ARn.nn
Per ac
_
13.
4
Install 1k" standard water service
Each
per Std:- 503 -L.
@ Two Hundred Five
Dollars'
and
Cents $ 20500 S 820.00
Per Eac
14.
2
Install 2" standard water service
Each
per Std. - 503 -L.
@ Three Hundred Twenty
Dollars
and
N„
Cents $ 49n:_ nn 8 ran: -nn
Per Each
15.
8
Install fire hydrant assembly
Each
per Std:- 500 -L.
One Thousand
@ Three Hundred Forty
Dollars
and
Cents
P405ch
$ I. pan_ nn $ i n _ Barn __nn_
16.
1
Install air and vacuum release
Each
valve assembly per Std. -515 -L
(modified).
@ Nine Hundred Twen -five
Dollars
and
No.
Cents
pe ac -f�__
r=
i s
17. 500 CQnstr
~ Linear Feet, creteY 1
h: @ One Dollars
One Hundred Eighty -one Thousand, Four Hundred Si
No
Contractor's license No. 44376=A
February 2, 1977
Date
Telephone Number 213 - 9444851
fi
4
_
•::
s ..
I +z
5
f
`
fi
MRs
•::
s ..
m � -
S
r
l
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR &BLB N UL -77
i.
CONTRACT NO. 1808
Section
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . .
. . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
IV.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . .
. . 1
A. General . . . . . . . . . . . . . . . . . . . .
. . 1
B. Street and Alley Closures . . . . . . . . . . . . . . . . .
. . 2
C. Streets to Remain Open . . . . . . . . . . . . . . . .
. . 3
D. Temporary Parking Prohibition . . . . . . . . . . . . . . .
. . 3
V.
PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . .
. . 4
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . . . . . .
. . 4
VIII.
EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . . . . .
. . 4
IX.
PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . . . . . .
. . 4
X.
WATER ..............................
4
XI.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 5
XII.
SURFACE AND GROUND WATER CONTROL . . . . . . . . . . . . . . .
. . 5
XIII.
STORAGE AREA . . . . . . . . . . . . . . . . . . . . . . . . .
. . 5
XIV.
SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES . .
. . 5
A. General . . . . . . . . . . . . . . . .
. . 5
B. Shop Drawings and Data Defined . . . . . . . . . . . . .
. . 6
C. Review and Revision . . . . . . . . . . . . . . . . . . .
. . 6
XV.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . .
. . 7
A. Mortar Lined and Coated Steel Pipe and Fittings . . . . . .
. . 7
1. General . . . . . . . . . . . . . . . . . . . . . . . .
. . 7
i.
Section
Xv.
0 •
CONTRACT NO. 1808
INDEX (Continued
ii.
Page
CONSTRUCTION
DETAILS (Continued)
2. Pipe Installation . . . . . . . . . . . . . .
. . . . . . . . 7
a. Handling and Storage . . . . . . . . . .
. . . . . . . . 7
b. Pipe Laying . . . . . . . . . . . . . .
. . . . . . . . 7
c. Field Jointing . . . . . . . . . . . . .
. . . . . . . . 7
B.
Cast Iron Fittings . . . . . . . . . . . . . . .
. . . . . . . . 8
C.
Flanges . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 9
D.
Gaskets . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 9
E.
Bolts and Nuts . . . . . . . . . . . . . . .
. . . . . . . . 9
F.
Fire Hydrant Assemblies . . . . . . . . . . . . .
. . . . . . . . 9
G.
Water Services, Meters, and Boxes . . . . . . . .
. . . . . . . . 9
H.
Trench Restoration . . . . . . . . . . . . . . .
. . . . . . . . 9
1. Temporary Resurfacing . . . . . . . . . . . .
. . . . . . . . 9
2. Permanent Trench Restoration . . . . . . . .
. . . . . . . . 10
I.
Backfill and Densification . . . . . . . . . . .
. . . . . . . . 10
ii.
II
III
0 & SP 1 of 10
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR & BALBOA PENINSULA, 1976 -77
CONTRACT NO. 1808
SCOPE OF WORK
The work to be done under this contract consists of constructing approximately
5,530 linear feet of asbestos - cement water main (4 -, 6 -, 8 -, and 12- inch), approx-
imately 600 linear feet of 12 -inch mortar lined and coated steel pipe, and related
appurtenances in various paved streets in Corona del Mar and alleys on Balboa
Peninsula.
The contract requires completion of all the work in accordance with these Special
Provisions, the Plans (Drawing No. W- 5118 -S), the City's Standard Special Pro-
visions and Standard Drawings, and the City's Standard Specifications Standard
Specifications for Public Works Construction (1976 Edition), copies of which are
available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California,
90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and
Drawings may be purchased at the Public Works Department for $5.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The contractor shall complete all work on this contract within 120 consecutive
calendar days after award of the contract by the City, and as specified in Section
6 of the Standard Specifications. The contractor shall submit a complete construc-
tion schedule, which shall be approved by the Engineer prior to the start of any
work. (See Section IV for traffic control and access scheduling requirements.)
PAYMENT
The unit price bid for each item of work shown on the proposal shall be considered
as full compensation for all labor, equipment, materials, and all other things
necessary to complete the work in place, and no additional allowance will be made
therefor.
Payment for all incidental items of work, not separately provided for in the pro-
posal, shall be included in the price bid for other related items of work. The
cost of maintaining water service to all residents during construction in accord-
ance with General Note No. 4 on the Plans shall be included in the unit price bid
for installing water main.
IV. TRAFFIC CONTROL AND ACCESS
A. General
The contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications except as modified herein, and
with the standards contained in the Work Area Traffic Control Handbook
(WATCH), also publiched by Building News, Inc.
The contractor shall submit a written traffic control plan to the Engineer
for his approval prior to commencing any work. The plan shall consist of
the following:
A complete and separate drawing for each stage of construction
. SP 2 of 10
proposed by the contractor or required herein.
2. Each drawing shall show the location and signing of all signs, barri-
cades, lights, warning devices, and temporary parking restrictions.
3. Each drawing shall show the periods of streets or alley closures,
whether to all traffic or to through traffic only, and any other
details required to assure that all traffic will be handled in a
safe and efficient manner with a minimum of inconvenience.
B. Street and Alley Closures
All streets and alleys shown on the plans carry two -way traffic. In order
to facilitate construction, certain streets, portions of streets, and
affected alleys may be closed as described herein. Access for emergency
vehicles must be maintained at all times to all streets and alleys, both
public and private.
1. Corona del Mar
a. Fernleaf Avenue and Ramp
Fernleaf Avenue and Ramp from Bayside Drive to Seaview Avenue may
be closed to normal vehicular traffic during construction therein
for a maximum period of 14 consecutive calendar days. The contrac-
tor shall make every effort to complete all the work in the ramp
area, including testing and permanent resurfacing as rapidly as
possible, and will be assessed liquidated damages in the amount of
$100.00 per day (including Saturdays, Sundays, and Holidays) for
each day in excess of the 14 days allowed that the ramp is closed.
The 14 day time limit includes curing time for the P.C.C. trench
resurfacing.
b. Seaview Avenue and Carnation Avenue
Seaview Avenue from Fernleaf Avenue to Carnation Avenue, and
Carnation Avenue from Ocean Boulevard to Seaview Avenue, may be
closed separately to normal vehicular traffic on weekdays during
construction therein. However, those streets must be reopened to
normal traffic use each Friday afternoon by 4:00 p.m., and must
remain open each weekend until 7:00 a.m. Monday morning. Local
traffic access to the driveways on the west side of Carnation
Avenue, and across Seaview Avenue at the alleys between Fernleaf
Avenue and Dahlia Avenue, at Dahlia Avenue and Dahlia Place, and
at Carnation Place must be restored by 4:00 p.m. each day and
must remain open until 9:00 a.m. each morning.
C. Ocean Boulevard Ramp between Marguerite and Narcissus Avenues
One end of the ramp must remain open to local traffic at all times,
and the entire ramp and driveway area must be reopened to traffic
on weekends and between the hours of 4:00 p.m. and 7:00 a.m. on
weekdays.
d. Poppy Avenue at Ocean Boulevard
During construction in this intersection, Poppy Avenue from
Seaview Avenue to Ocean Boulevard and Ocean Boulevard from
Poinsettia Avenue to Poppy Avenue may be closed to through
traffic on weekdays. Local traffic access on Poppy Avenue
from Seaview Avenue to Hazel Avenue shall be maintained at all
times, and access to the residences on Ocean Boulevard shall be
restored each evening. The intersection shall be reopened to
all traffic from 4:00 p.m. Fridays to 7:00 a.m: Mondays.
e. Marguerite Avenue
• SP3of 10
During construction of the 6 -inch connector pipe to Alley 44 -C,
Marguerite Avenue from Seaview Avenue to Ocean Boulevard may be
closed to through traffic for one day, between the hours of 7:00 a.m.
and 4:00 p.m. At all other times, through traffic shall be main-
tained on Marguerite Avenue as provided in Section C below. The
alley approaches off Marguerite Avenue may be closed to normal vehi-
cular traffic on weekdays during construction therein. However,
they must be reopened each Friday afternoon by 4:00 p.m. and must
remain open each weekend until 7:00 a.m. Monday morning.
2. Balboa Peninsula Alleys
The alleys on Balboa Peninsula may each be closed to normal vehicular
traffic for a maximum period of 14 consecutive calendar days during
construction therein. Liquidated damages as specified in Subsection
l.a. above shall be assessed in the event any of the alleys remain
closed past the time allowed.
C. Streets to Remain Open
Ocean Boulevard from Carnation Avenue to Poinsettia Avenue (including the
ramp to China Cove at Dahlia Avenue), Marguerite Avenue (except as provided
in Subsection B.l.e above), Balboa Boulevard (Peninsula), and all other
streets not specifically treated above shall remain open to two -way traffic
at all times. The contractor shall maintain two 11 -foot travel lanes, with
a minimum of 5 feet clear between the edge of a travel lane and the side of
a trench.
D. Temporary Parking Prohibition
All of the above restrictions will necessitate the temporary prohibition of
parking on affected streets during construction. When parking is to be pro-
hibited, the contractor shall furnish, install, and maintain in place signs
(similar to State Standard Sign R -38) indicating the limits of tow -away, no
parking any time. Signs shall be installed at locations not more than 150
feet apart, and shall be posted a minimum of 26 hours in advance of the need
for enforcement.
V. PERMITS
The City has obtained the following approvals and permits, which are available
for inspection at the Public Works Department.
1. Project Approval: California Regional Water Quality Control Board -- Santa
Ana Region (see also Section XII, Surface and Ground Water Control).
2. Permit: California Coastal Zone Conservation Commission, South Coast
Regional Commission.
The contractor shall be responsible for making himself aware of and conducting
his operations in accordance with the requirements of these regulatory agencies.
All costs involved in complying with these requirements shall be absorbed by the
contractor in his bid, and no additional compensation will be made therefor.
Before disposing of any demolition or removals at any sanitary landfill site in
Orange County, the contractor shall obtain a permit from the City Public Works
0 0 SP 4 of 10
Department. There is no charge for this permit; its purpose is to provide author-
ization for the contractor to use those disposal facilities for excess material.
VI. 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.
VII. NOTICES TO RESIDENTS
The City will send a preliminary notice to all residents affected by this work.
Between 40 and 55 hours before closing or restricting through or local vehicular
access to and from streets, alleys or driveway approaches, the contractor shall
distribute to each affected residence a written notice stating when construction
operations will start and approximately when vehicular accessibility will be
restored.
Between 24 and 48 hours before shutting off water service to any residence, the
contractor shall distribute a separate written notice to each affected residence
stating the date and time the water will be shut off, and the approximate time
water service will be restored.
The above written notices will be prepared by the City, and the contractor shall
insert the applicable dates and times when he distributes the notices. Errors
in distribution, false starts, acts of God, strikes, or other alterations of the
schedule will require renotification by the contractor using an explanatory
letter prepared by the City.
VIII. EXISTING UTILITIES AND STRUCTURES
Construction of the items in this contract will cause work to be performed under
and very near existing water, sewer, storm drain, gas, electrical, telephone and
television lines. The contractor shall investigate, locate, and protect all
existing utilities in conformance with Section 5 of the Standard Specifications.
He shall protect in place and be responsible for, at his own expense, any damage
to existing utilities encountered during construction.
Prior to construction, the contractor shall also ascertain the location of exist-
ing buildings and structures near the work, not shown on the plans, and shall
protect them in place and be responsible for, at his own expense, any damage to
them resulting from his operations.
IX. PROTECTION OF EXISTING PROPERTY CORNERS
Every effort shall be made by the contractor to protect any existing property
corners uncovered during construction. Should any of these corners be disturbed,
they shall be restored by the contractor at his expense and no separate compen-
sation will be made.
WATER
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor desires to use available
• SP 5 of 10
City water, it shall be his responsibility to make arrangements for water pur-
chases by contacting the City's Utilities Superintendent, Mr. Tom Phillips, at
(714) 640 -2221.
XI. 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.
XII. SURFACE AND GROUND WATER CONTROL
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work herein contemplated. The con-
tractor, 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. Diversion 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.
Surface water containing mud, silt or other deleterious material from the project
shall be treated by filtration or retention in a settling basin or basins, suffi-
cient to prevent such waters from entering storm drains or the ocean. The con-
tractor 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, Calif. 92506, Telephone (714)
684 -9330, Mr. John Zasadzinski), prior to commencing construction. 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 Subsections 7 -8.1 and 7 -8.6 of the Standard Specifications
as regards project site maintenance.
XIII. STORAGE AREA
A storage area on the unimproved portion of Bayside Drive near the Fernleaf Ramp
is available for the contractor's use. The contractor shall maintain the area
in a neat and orderly manner, and upon completion of the contract, or as directed
by the Engineer, shall clean and return the area to its original condition includ-
ing repairs as required.
XIV. 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 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 Specifi-
cations 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.
• • SP 6 of 10
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 contractor
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 two 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.
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.
xu
r�
U
CONSTRUCTION DETAILS
A. Mortar Lined and Coated Steel Pipe and Fittings
General
SP 7 of 10
Mortar lined and coated steel pipe and fittings shall be fabricated in
conformance with Section 207 -10 of the Standard Specifications except
that steel cylinders shall have a minimum wall thickness of 10 gage.
Cement mortar lining shall conform to Subsection 207 - 10.4.2 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 t 1/16 inch to
conform to Subsection 207 - 10.4.2 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 - 10.2.5 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 150 psi.
Pipe 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 slings will be permitted. Spreader bars must be
used for lengths over 20 feet.
Pipe Laying
Pipe laying shall conform to Section 306 of the Standard Specifi-
cations.
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 lubri-
cated 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 8 of 10
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 alignment 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
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 band 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.
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 accordance with the
detail shown on the drawings.
B. Cast Iron Fitti
Cast iron fittings shall conform to Section 207 -9.2.3 of the Standard Specifi-
cations, and shall be for a working pressure of 150 psi unless otherwise
indicated.
0 0
Flanges
SP 9 of 10
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
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 conform-
ance with the applicable provisions of the "AWWA Standard Specifications
for Steel Pipe Flange" (AWWA Designation C -207).
D. 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 bling flange. The gasket
shall be cemented to the surface of the blind flange.
Bolts and N
All bolts and nuts for buried service shall be Type 18 -8 stainless steel.
They shall be thoroughly cleaned after installation and coated with EC -244
mastic as manufactured by and in accordance with the recommendations of
Minnesota Mining and Manufacturing Company.
Fire Hydrant Assemblies
The unit price bid for installation of new fire hydrant assemblies shall
include removal of the existing fire hydrant assemblies as shown on the
plans (and delivery to the City Utilities Yard), and the installation of
the new hydrants, pipe, valves, fittings, and thrust blocks required for
a complete working assembly per CNB Std.- 500 -L.
G. Water Services, Meters, and Boxes
Construction of the water services shown on the plans shall include:
removing or abandoning the existing service lines; furnishing and installing
all new tubing, stops, and fittings for the new services per the standard
drawings; associated removals, trenches, backfill, and resurfacing; and
installation of new meter boxes furnished by the City as described herein.
The City will furnish new boxes, and will furnish and install new meters,
for locations where there are no existing water services.
All water valve boxes shall be set or reset to the finished grade of the
adjoining pavement surfaces. They shall be adjusted to grade prior to
placement of Portland cement concrete improvements. In asphalt concrete
areas, adjustments to finished grade shall be made after placement of the
pavement in a manner similar to that described in Subsection 302 -5.7. of
the Standard Specifications.
H. Trench Restoration
Temporary Resurfacing
In light of the restricted access closure times specified in Section IV
• SP 10 of 10
of these Special Provisions, temporary trench resurfacing may be
required to provide safe vehicular access to streets, alleys, and
driveways affected by the work prior to permanent trench restoration.
Such temporary resurfacing shall be performed at the direction of the
Engineer, and all costs involved in maintaining normal vehicular access
to these locations shall be included in the unit price bid per linear
foot for constructing temporary asphaltic concrete resurfacing.
Permanent Trench Restoration
Portland cement concrete used for permanent resurfacing shall attain
a minimum modulus of rupture of 600 psi (tested in accordance with
ASTM designation: C 78 -64) within 28 days after placement. Portland
cement concrete shall be securely barricaded immediately following
placement, and no vehicular traffic shall be allowed thereon until
beam tests yield a minimum modulus of rupture of 450 psi.
The contractor shall provide and maintain in place such devices
(i.e. steel plates) as are necessary to allow normal vehicular traffic
access to all open cross - streets, alleys, and driveways during the
required curing time of the portland cement concrete resurfacing.
All costs involved in providing and maintaining these devices, as well
as all permanent trench restoration costs, shall be included in the
price bid for the other related items of work.
The P.C.C. strength requirements described above and the schedule
limitations described in Section IV of these Special Provisions,
particularly as they pertain to closing the Fernleaf Ramp, may require
the use of additional cement, special aggregates, or admixtures to
meet these Specifications. The intent of these Special Provisions is
that the contractor 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.
Backfill and Densification
All backfill shall be placed and compacted in such a manner as to not
disturb the pipe and adjacent structures, and to insure work against sub-
sequent settlement.
Native material excavated from the trench may be used as backfill subject
to the provisions of Subsection 306 -1.3 of the Standard Specifications.
Sand backfill in sand trenches, whether native or imported, shall be com-
pacted to 95 percent minimum relative compaction. The contractor shall
densify by jetting and /or ponding, supplemented as necessary with mechanical
devices, to comply with this special provision.
6 CITY OF NEWPORT BEACH 0
CERTIFICATE 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. 1808
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Water Main Construction & Replacement Corona Del Mar & Balboa
Peninsula 1976-77
This is to certify that the Harbor Insurance Co. & Associated International Insurance Co.
Name of Insurance Company)
has issued to Pacific Pipeline Construction Company
Name of Insured
P. 0. Box 2826, Santa Fe Springs, California 90670
(Address of Insured
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
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.
Policy No.
COMPREHENSIVE LIAB.
Combined Single From: 2/1/77 $ 1,000,00OProtecti
Limit Bodily Injury 130363 & $T6UG_,WProducts
or Property Damage AUL300317 To: 2/1/78 $ 1,000,000. CSL $TX0D_, WCon tract
Each Occurrence om ine ingle L'
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontra
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: Frank B. Hall & Co. of California
re
sal)
ve
ual
imit
� RECElVE�1
r0OBLIC WORKS
FEBi 16 1977 0.
NEWPORT BE
CACIF. ACS . '✓ -
Address of Agency or Broker: 4770 Campus Drive, Newport Beach, California
Telephone No. 714- 752 -8282
Countersigned by:
ve
Effective date of this endorsement: February 16, , 19 77 , Endorsement No.
olicy Term L
Limits of Lia i
i it
Covera a l
lic o. E
Each Occurrence A
Aggregate
$500,000) $
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contracts
H C M
MPLETE INFOR T
TIO $
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontra
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: Frank B. Hall & Co. of California
re
sal)
ve
ual
imit
� RECElVE�1
r0OBLIC WORKS
FEBi 16 1977 0.
NEWPORT BE
CACIF. ACS . '✓ -
Address of Agency or Broker: 4770 Campus Drive, Newport Beach, California
Telephone No. 714- 752 -8282
Countersigned by:
ve
Effective date of this endorsement: February 16, , 19 77 , Endorsement No.
u
x
N
e
rn
z
Z
rl
A
1
g
F
A
L
n
R
Z
m
y
m
d
N
C
3
3
i
NAW!-i�:�
V
In
S1
WN
qt
`
n
v°
o
a
;
A
^aa
`aT
e
m
m
A
c
O
N
A
ry a
bo
cnV6�
m
a
p�
N
18
0$
O
1e
b
I%
lo°
i$
1°°
I°°
1$
116
N
IO
I°
V
t11
\
t^.
N
3n
N
g
S�pi1e
S
{a0S0
0
0
0
0
S
0
%
rj
0
y•
0
0
0
0
0
Q
'Y7
G
�
I
�
I
Z
I
0
�.a
Z
w
m
�
Z
:o
I
_714
I
!
r
rn
z
Z
rl
A
1
g
F
A
L
n
R
Z
m
y
m
d
N
C
3
3
i
z
n
ri
2
7
^yam
J
m c
02
m c
:0-
U1 2
1
�i
i;
7
�J
a
L
t�
n
Z
z
1
tJf
C
3
3
.'O
1
1
H
w
ro
V
S
N
Q
W
N
a';
A
q'
a�
�A
awn
=n
�xn
0
obp0o?
gxtg�
�
�p���nOwvO���n
D
;aamA�Aoos
=a��a'Z�
<�ZZLLZ
�a
en�A
O
mt
N{aN
H
N
`
tv0
Nvo
A
!'ysaLnsa
nj
N
t�1
N
Vl
O
�
n1
C
Gt
18
j
$
IQ
18
�0
10
to
l0
18
le
h
�0
:�°
to
I°
I
y t
vH.VI.
3n
�R
0
8$op000.9
O
p
O
0
0
0
O
p
8
O.
p
00.08
A
O
4
0
J
1.
U1
I
3
�O
(
o
l'
Z
V
u
I
Z
c
z
-1
1
j
m c
02
m c
:0-
U1 2
1
�i
i;
7
�J
a
L
t�
n
Z
z
1
tJf
C
3
3
.'O
r7
"1
m
Z
m
A
a
I
k
L
?n
K
ti
Z
ro�
n
z
m Iii ca{'
�m g
m
0
V1
G'
3
3
,a
{
,-
rx�o�p
�
�
7a1
A
q
'�
�
R
"�
m
�
�
i
n,
�
u
O
�•
a
�
gg
\
A
C
a
IN
sAS
aL
hs
'tt
qr
^
^nn
N
C
18
°g
1;1
°0
l0
it
I °o
loci
1$
P41
1 h
I0
!..
(c
1°
I
y L
3nfn
0
8$000031
0
p
o
po0
s
0
8
o.OAo
�
a
apo8
O
I
`
1
C
1
i�
1
z
�
c
z
1
f
i
1
T
I
I/
� � • I f
�
�
r
,
�
1
m
Z
m
A
a
I
k
L
?n
K
ti
Z
ro�
n
z
m Iii ca{'
�m g
m
0
V1
G'
3
3
,a
{
m v ••-� r
rm l�*i
it
m
0
N
3
3
{
w49G`R��'�A
on
bn4
rb
aao.p'•OOo7�nnt�
>^
ynnn
e^
a,�mAin
^
^nn'y�vwT��
A
as
c
�
tViiry
N
N�\
wpo
ll
W
�V6�n
O
\
8O
IJ
C
�
>.
nspsnsa
�!
�
Ri
n
��OO$oa
°o
RR
N
o
q4
oZ
c
U2.
t8
°
b
18
IS
fo
to
I °o
d
o
�
�v
8
o
sH00p0oo
gg0000..
o
Q
°000g�
4`
o
J
`
I
c
Z
C
1
Z
-i
c
z
J
1
i
I
f
ILI
•
J
} i�- Y.�i�t�.-
�i�l
-�
I
m v ••-� r
rm l�*i
it
m
0
N
3
3
{
`S r
CONTRACT NO.'jM08
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR & BALBOA PENINSULA
Approved by the City Council on
this 10th day of January , 1977.
3
1976 -77
SUBMITTED BY:
PACIFIC PIPELINE CONSTRUCTION COMPANY
Contractor
11529 So. Greenstone Avenue
Address
as .T .. • s . i
213 - 944 -8851
Tee-phone
$181,407.00 ✓
Total id Price
91,
03 A 13
t
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIOS
SEALED BIDS will be received at the office of the City Clerk City Hall, Newport Beach,
California. until 2:00 P.M. KXN. on the 2nd day of February 1977
at which time they w�l'f -6e opened and rear, or performing wor as follows:
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR 8 BALBOA PENINSULA
1976 -77
CONTRACT NO. 1808
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
c
amount bid.
f The title of the project and the words "SEALED BID" shall.be clearly y 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 signin g:.
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secret
ar or Assistant Secretary are required an3 tT— orporate Seal
sha be of xed to a ocuments requ r ng signatures. In the case of a >sartnershTp.,
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.
Ali
tong
X
WN
v
... ...
'. 4. ., t.
' ..i'
.:..
p
F:
.ter' l
s
UP
L
Y
.
':
...
Ps MAO
247
s
Y`
xL
l
r
}
3
1
�
why
....
✓. Y
(4
vs
r1
5 ..
Y
-
.:
. -..'
.
€,
..
..
3
Kin F
_
"CY...._G
.a .. Art ,......- .-`.2. . �. v._. � ..> -; •' i�C .. ,_. -.•.
.. . - ..
� _
n
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as.prepared by the southern California Chapters o e" 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 I 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 Category of at
least Class X 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. 8950 adopted December 13, 1976. A copy of said resolution is avai-Table.
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 apprenticeabl.e
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.
F
c.�
a
i
c
1
]
A
Yy
CL
`
:.R
... Vii.
r _
tae
C
1 } i
i.
Nomex. i .��
RK
Y
_
P3
put
t
�..
i -0014
Vail
e
_
d
{
a
9 F
r
1 �
RAIWA A.
�' F
�
r
if
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. 44376 Classification A
Accompanying this proposal Is BOND
(Cash,.Certified Check, Cashier's Check or Bon—JT '-
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 wgrk'bf„ this contract.
213- 944 -8851 PACIFIC PIPELINE C07dMCTZ(W, C
Phone Number Bidder's Name
February 2 1977 (SE) ,
to
cr
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
r v Kell **. Yica Paasideat
Herbert J. Soest, Secretary
m
Tv SAW
T . lot
his
m
STAMPS
TV
:169116 4
m
The undersigned certifies that he has used the sub -bids of the following i
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. NONE
2.
3.
5.
6.
7.
8.
9.
10.
11.
12.
PACIFIC. PIPELINE CONSfiltOCTION DQ 1PAtNS(
Bi er=s. hie .
1 `LLL.,^Rw.�liev
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
11529 So. Greenetone Avenue
Santa Fe 3nrima.,Cal<iif :99B8
a
and
as -Surety, are held
and firmly bound unto the City of Newport Bed&W4f6rnu_ .+, the sum of TEN
PERCENT OF THE BID IN Dollars ($ 10% bid i money of the United
-States for the payment of which.sum wel.l. and truly to be made, we bind ourselves.,,
jointly and se`%*kTlyi.ftftly by.. these VWWs_,,:_
.THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal,for the construction of
Water Main Construction and Replacement Corona Del Mr, & Balboa Xeruaisula-
in the City of Newport Reachi 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 WEREOF.. We hereunto set our hands and seals this 2nd
February 19 77
Corporate Seal (If Corporation)
NE COD1
PIPELINE T
PACIFIC _0 tat. N COMP',,
Principal 7 t
(Attach acknowledgement of
Attorney-in-Fact)
9J
-;- --
On
a
0
f
A
0
P
FL
40
2
�
/
\
\
\\
VQ
cr
\��
�
zs
i�
,PACIFIC INDEMNITY COMPANY •
• ,
NOW office LOS ANGI Lr S, CALTOPARA
❑ TEXAS PACIFIC INDEMNITY COMPANY I] NORTIIWESTERII PACIFIC INDEMNITY COMPANY
NOM[ Of FICE: DALLAS. TEXAS NONC OrricE PORTLAND. OrILOON
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS, that the... PACIFIC..IITD�RiITY COI .PNIY
........................... ...............................
a corporation of the State of ...... C Al.if.o..rni.a ................I by authority of a resolution adopted by its Bocnd of
Directors at a meeting called and held on the ...... _.8th......._ ebru
.......day of .... 19.2 x..., which said
resolution is still in full force and effect and of which the fallowing is a true and complete copy:
"RESOLVED, that the President or any Vice President may from time, to then. appoint Resident VireFrr.sident. Resident
Assistant Secretaries and Attorneys in Fact to repienom and act for and on behalf of the Company, and eith,•r the President. or
any Vice President, the Board of Dircc. ors or the Executive Committee may at any time remove any ouch Residrmt Vice President
or Resident Assistant Secretaries and Attorneys in Fact and revoke the power and authority given him; and k.a it further
"RESOLVED, that Attorneys- in Fact may be given full power and authority to execute fcr and in the name nod on behalf of
the Company, any and all bonds, recognizances, contracts of indemnity and other writings cbligatory in tho noSne of a bond.
recognizance or conditional undertaking, and any such instrument executed by any such Attorney in Fact shall be as binding
upon the Company as if signed by the President and sealed and attested by the Secretary; and be it further
"RESOLVED, that the Attorneys -in -Fact are hereby authorized to verify any affidavit required to ba attached to bonds, recog-
nizances or contracts of indemnity, policies of insurance and all other writings obligatory in the nature thereof."
does hereby make, constitute, and appoint
C. 1•IIClUEL fII 1,31
its true and lawful Attorney -in -Fact, with full power and authority to make, execute and deliver, for it, in its
name and in its behalf, as surety any and all bonds and undertakings of suretyship.
And the execution of such bonds or undertakings, in pursuance of these presents, shall he as binding upon
the said Corporation, as fully and amply, to all intents and purposes, as if they had been duly execuled and
acknowledged by the regularly elected officers of the said Corporation in their own proper persons.
IN WITNESS WHEREOF, the.. .... Pt1CIFIC II.4,2TITY (30" 6NY
_........... ._ ............................. - -- .. -- ......................
has caused these presents to be signed by its Vice - President and its corporate seal to be hereto affixed, duly
attested by its Assistant Secretary, this ---- j0.th._day of ................... 0CtPbe ,r --------------------- A.D. 19....6.7....
Attest: ............ Ruth C. Savage.... _.... -..... By.... J. W... t�_ay hard ±...J =
...................................
Assistant Secretary. Vice- President.
STATE OF CALIFORNIA, ss :
COUNTY OF LOS ANGELES
On this jOth Y October 67 personals
......................._da of ......................... ................... ......................._.....A. D. 19........, before me Y came
J. W. 14aynard, Jr.
—. ....................... _.- .___.— ..................._. ............—._.._..—.--"'...._.. .... _ ...... _ ........ _ ........................................ to me known. who, being by me duly
sworn, did depose and say, that he resides in the City of Los Angeles, California; that he is the Vice - President of the.... g1-IC's
..................
INDu'uT1TY COiIPAITY
----- °- - ....................... .... ...... °-- °------ ---............ -°-----------...------- -----......- °---- °- --.......... -- ------- ° ° °- - - °- ........... -- .........- ---........
the corporation described in and which executed the above instrument; that he knows the seal of sold corporation. that the seal affixed
to the said instrument is such corporate seal: that it was so affixed by order of the Board 61 Directors of said corporation, and that he signed
his Dome thereto by like order.
Margaret Wilson _
._.
(Notarial Seat Notary Public.
My Commission expires June 14, 1973.•.
STATE OF CALIFORNIA, t ss ; .
COUNTY OF LOS ANGELES
Ruth C. Savage PACIFIC
I,..........•------°°---........°°°...°_ . ............................... ......................Assistant Secretary o[ the....................... .........
O COMPANY .................... _ .......... - _...... do hereby certify that the above and foregoing is a true and
correct copy of a Power of Attorney, executed by said ..... _ ............. PACIFIC IT.MEP1.1IITY CCI•IPANY
which is still in force and effect.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the seal of said Company, at the City
Of Los Angeles, this .........- . 2�.,:5:' »`.day of ... .. .................................. _ ............... A. D. 19.'_N..\
Farm G i l 10 Rev. s 30M 866 Assial t Secretary.
- I 4
NC
The bidders, by its officers and age
filing this bid, being duty sworn or
them, have in any way,. directly or i
ment with any other bidder, or with
whereby such affiant or affiants or
bidder or public officer any sum of
bidder or public officer anything of
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 T day of ,
19�
My commission expires:
OFF1C[AL SEAL
EDNA M. Kl)SS
NOTARY PUBLIC - CALIFORNIA
40 LOS ANGELES COWRY
by emm. eXPIM I" ", L98L
PACIFIC PIPELINE CONSTRUCTION .C.O'DlPANY
Herbert Soest, Secretary f'
.. �Ppi r
..
f
ry
4
v
B-
t
r°
µ
..�
1
Y
A"
y
1•'
4
S.
r°
1
A"
1•'
4
S.
v
t
..
�.:
�rz
...
.
a
e
" l
A"
1•'
S.
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.
Cdr Zf 3('7
Page 6
1
Signed
NO
ar
PIA Ow
.
I
RN-
a
7
v-
.a
p
$
y�
4 i
WAS On
N
..
".:i
Al n
w
_
4 S
..
-
..
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.
1977 Santa Rosa Water Dist Gene Barnett 714 - 676 -4101
30" ML /C
1976 So Calif. Edison Co. Greg Johnson 213- 572 -2740 _
12" ACP Catalina Island
1977 Irvine Ranch Water Dist Bill Bovenn 71U -Saa -1773
Progress 16" MUC 16" ACP
Ate
7
{�
6
.1
JJ
r�
.7Y iZ
4
L
't
r
r-
r,
�J
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
E
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR & BALBOA PENINSULA, 1976 -77
CONTRACT NO. 1808
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
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 agrees
to furnish all labor, materials, equipment, transportation, and services to do all the
work required to complete Contract No. 1808 in accordance with City of Newport Beach
Drawing W- 5118 -S, the City's Standard Specifications, Standard Special Provisions and
Drawings, and these Special Provisions; and that he will take in full payment therefore
the following unit prices for each item, complete in place, to wit:
T
1. 600 Install 12" diameter mortar lined
Linear Feet and coated steel pipe water main.
@ Thrity Dollars
and
Cents $ 30.00 $18.000.00 ✓
Per Linear Foot
2. 1700 Install 12" A.C.P. - -Class 150
Linear Feet water main
@ Twenty Seven Dollars
and
Sixty Cents $27.60 $46,920.00
Per Linear Foot
3. 520 Install 8" A.C.P. - -Class 150
Linear Feet water main.
@ Twenty Two Dollars
and
Seventy Cents $22.70 $11,804.00 ✓
Per Linear Foot
C x
E�
,
z
C x
x
,
z
ro
I
�
L
�
-
"4A g X 1
}
$ s
IE x
1
�e
k �
,.a
c �
k
Y �
a
aym
3sr
� s �
y x
{
HATOF
ti
I
�
L
�
IE x
k �
,.a
k
a
F
t
�t
l'.
s
s
a%
r
x-
s
r t 'L
4 r
a 1
d} _
m!f9:�
l
Each
I
■It �
PR2of4
iF PRICE WRli'll=# 4-M. l f
a+�T
. fgTpt
Install ;6 " -A A.= -Class 150
,`- water:.main.
-
@ 't'tte�tty OAe
Ool:lars ..
--
and.;
er '►near oot
teats $21 0
--- � --.=r. i63:_,�ODII,,.pO, ✓ =;
Irtsta11..4" A C.R, =Class 750
water main.
@ Eighteen .
_
IIo7tarx
Five
._
aIId
r near oo
CentsI8 OS
# San S; OII ✓' "
Install 12" hot_tap 1x� existing
li3 M.C. & C.S.P ;_ -in, aging
".gate
=
- 12 valvelsseWy.,
8 ane ThoaS64 Se
Oot]ars
grad
artd
Per . -ae
Cents _
317II0.
Install. 6 ";tappl -ng sleeve and
gate -valve to existing 6" L.P.
Per Sid. - 507 -C,,.
. . ......
wo low-
PRIME a
IOWA
........ . . . . ....
• -�
PR3of4
y r .-
.AND
@' 3# x Hundred i- Foams " Dollars
Cents -94.00
-
Per Each
`
11.
18
Install 6" gate valve assembly.
Each
@ Two liundseid S TW4nty" F €va 9o}lars ; "`
:..
-.
— and
Cents2iE6.00 :
Y.
#050.00:
Per rach
12.
52
Install 1.1 standard Water service
Each
per Std.- 502-t•
-
@ Ona Hundred fi NineCy Dollars
and
_
_ Cents $190.D0
5 988008: ✓ `,. .
Per ac
13.
4
Install -lls" standard ter service
Each
per Std. - 503 -t.
@ Two Hundred 6 F €ve �and�
Cents ..203.00: _�
3 82D.00 ='+� .,_ ==
Per ac
}4,
2
Install 2'.' standard water:--s ervice
-
Each
per Std. -5034-
@ Three-Hundred f& Twenty Doljars'=
and
_ =
Conti -, 0�0;OD
Per Ea
t
15
8
Install fire - hydrant e3seftly.
::,..
Each
per_Std.- 500-L.
@ One. Thousand. Three = �Lundrad)ollars;
-
o and. ._
cents
€$4OD
X20:00
er ac
15,
1
Install air and vacua; release
Each
valve Assesssly per Sid.= 515 -C
(modified).
-
@ Rine "Hundred 1Van_ Five Dollars
and
.Cents.,
Per EaeTi�
PR4 of. 4
_
• �-N84 - T
_
I fIT.PitI61 igiItl l #t9 S i - 1
17. 500
Co", liwt `21 th,tck lu cue[-
Linear Feet-
- crete` temporary
resurf '--
V One
Dollars ,
;.
and
rive.
, .:$ 1.05: $
Per.Linear Foot
TOTAL PRICE WRITTEN IN
WORDS.
One Hundred E44ty
One Thousand,
. Four Hundred i 3sver1lo1lars
� `
. and
cents 83,407,00
• Contractor's License No. 44376 -& "
P
Td
er s _
February 2. 1977
Date
ut or ze g+�f
Telephone Number 219- 944 -8851
11529 30. intone Avenuo 4
jidder'A
ants:. S+!:: Cliiorsfa, 906711,
ir
to
td
y�
tt k
I
:A
y.
#� C
Wil
4r it—H7. .
._
a
Y
^at Y
:2._ .
..
I
CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR & BALBOA PENINEUL ; -77
i.
CONTRACT NO. 1808
Section
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . .
. . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
IV.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . .
. . 1
A. General . . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
B. Street and Alley Closures . . . .. . . . . . . . . . . . . .
. . 2
C. Streets to Remain Open . . . . . . . . . . . . . . . .
. . 3
D. Temporary Parking Prohibition . . . . . . . . . . . . . . .
. . 3
V.
PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . .
. . 4
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . . . . . .
. . 4
VIII.
EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . . . . .
. . 4
IX.
PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . . . . . .
. . 4
X.
WATER ..............................
4
XI.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . .
. . 5
XII.
SURFACE AND GROUND WATER CONTROL . . . . . . . . . . . . . . .
. . 5
XIII.
STORAGE AREA . . . . . . . . . . . . . . . . . . . . . . . . .
. . 5
XIV.
SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES . .
. . 5
A. General . . . . . . . . . . . . . . . . . .
. . 5
B. Shop Drawings and Data Defined . . . . . . . . . . . . .
. . 6
C. Review and Revision . . . . . . . . . . . . . . . .
. . 6
XV.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . .
. . 7
A. Mortar Lined and Coated Steel Pipe and Fittings . . . . . .
. . 7
1. General . . . . . . . . . . . . . . . . . . . . . . . .
. . 7
i.
`L
0
s y
Section
Xv. CONSTRUCTION DETAILS (Cor
2. Pipe Installatior
a. Handling and
b. Pipe Laying
c. Field Jointir
B. Cast Iron Fittings .
C. Flanges . . . . . .
D. Gaskets . . . . . .
E. Bolts and Nuts .
F. Fire Hydrant Assembli
G. Water Services, Meter
H. Trench Restoration .
1. Temporary Resurfe
2. Permanent Trench
I. Backfill and Densifi
0
CONTRACT NO. 1808
INDEX (Continued)
0 0
4.
. �..:., .. �. ..:«......,.. mss.• -�.'., �s�..� «._ ... _.: ... a,�__. _. <__v:::: :_:>:... ..__w,.:,_;.,,, _.. .,: _.., .,._dc
SP 1 of 10
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
WATER MAIN CONSTRUCTION AND REPLACEMENT
CORONA DEL MAR & BALBOA PENINSULA, 1976 -77
CONTRACT NO. 1808
SCOPE OF WORK
The work to be done under this contract consists of constructing approximately
5,530 linear feet of asbestos - cement water main (4 -, 6 -, 8 -, and 12- inch), approx-
imately 600 linear feet of 12 -inch mortar lined and coated steel pipe, and related
appurtenances in various paved streets in Corona del Mar and alleys on Balboa
Peninsula.
The contract requires completion of all the work in accordance with these Special
Provisions, the Plans (Drawing No. W- 5118 -S), the City's Standard Special Pro-
visions and Standard Drawings, and the City's Standard Specifications Standard
Specifications for Public Works Construction (1976 Edition), copies of which are
available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California,
90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and
Drawings may be purchased at the Public Works Department for $5.
II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The contractor shall complete all work on this contract within 120 consecutive
calendar days after award of the contract by the City, and as specified in Section
6 of the Standard Specifications. The contractor shall submit a complete construc-
tion schedule, which shall be approved by the Engineer prior to the start of any
work. (See Section IV for traffic control and access scheduling requirements.)
III. PAYMENT
The unit price bid for each item of work shown on the proposal shall be considered
as full compensation for all labor, equipment, materials, and all other things
necessary to complete the work in place, and no additional allowance will be made
therefor.
Payment for all incidental items of work,
posal, shall be included in the price bid
cost of maintaining water service to all
ance with General Note No. 4 on the Plans
for installing water main.
IV. TRAFFIC CONTROL AND ACCESS
not separately provided for in the pro -
for other related items of work. The
residents during construction in accord -
shall be included in the unit price bid
A. General
The contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications except as modified herein, and
with the standards contained in the Work Area Traffic Control Handbook
(WATCH), also publiched by Building News, Inc.
The contractor shall submit a written traffic control plan to the Engineer
for his approval prior to commencing any work. The plan shall consist of
the following:
1. A complete and separate drawing for each stage of construction
0 0
w
0
0 SP 2 of 10
proposed by the contractor or required herein.
2. Each drawing shall show the location and signing of all signs, barri-
cades, lights, warning devices, and temporary parking restrictions.
3. Each drawing shall show the periods of streets or alley closures,
whether to all traffic or to through traffic only, and any other
details required to assure that all traffic will be handled in a
safe and efficient manner with a minimum of inconvenience.
B. Street and Alley Closures
All streets and alleys shown on the plans carry two -way traffic. In order
to facilitate construction, certain streets, portions of streets, and
affected alleys may be closed as described herein. Access for emergency
vehicles must be maintained at all times to all streets and alleys, both
public and private.
Corona del Mar
a. Fernleaf Avenue and Ramp
Fernleaf Avenue and Ramp from Bayside Drive to Seaview Avenue may
be closed to normal vehicular traffic during construction therein
for a maximum period of 14 consecutive calendar days. The contrac-
tor shall make every effort to complete all the work in the ramp
area, including testing and permanent resurfacing as rapidly as
possible, and will be assessed liquidated damages in the amount of
$100.00 per day (including Saturdays, Sundays, and Holidays) for
each day in excess of the 14 days allowed that the ramp is closed.
The 14 day time limit includes curing time for the P.C.C. trench
resurfacing.
b. Seaview Avenue and Carnation Avenue
Seaview Avenue from Fernleaf Avenue to Carnation Avenue, and
Carnation Avenue from Ocean Boulevard to Seaview Avenue, may be
closed separately to normal vehicular traffic on weekdays during
construction therein. However, those streets must be reopened to
normal traffic use each Friday afternoon by 4:00 p.m., and must
remain open each weekend until 7:00 a.m. Monday morning. Local
traffic access to the driveways on the west side of Carnation
Avenue, and across Seaview Avenue at the alleys between Fernleaf
Avenue and Dahlia Avenue, at Dahlia Avenue and Dahlia Place, and
at Carnation Place must be restored by 4:00 p.m. each day and
must remain open until 9:00 a.m. each morning.
c. Ocean Boulevard Ramp between Marguerite and Narcissus Avenues
One end of the ramp must remain open to local traffic at all times,
and the entire ramp and driveway area must be reopened to traffic
on weekends and between the hours of 4:00 p.m. and 7:00 a.m. on
weekdays.
d. Poppy Avenue at Ocean Boulevard
During construction in this intersection, Poppy Avenue from
Seaview Avenue to Ocean Boulevard and Ocean Boulevard from
Poinsettia Avenue to Poppy Avenue may be closed to through
traffic on weekdays. Local traffic access on Poppy Avenue
from Seaview Avenue to Hazel Avenue shall be maintained at all
times, and access to the residences on Ocean Boulevard shall be
restored each evening. The intersection shall be reopened to
all traffic from 4:00 p.m. Fridays to 7:00 a.m. Mondays.
0
v.
0
I SP 3 of 10
e. Marguerite Avenue
During construction of the 6 -inch connector pipe to Alley 44 -C,
Marguerite Avenue from Seaview Avenue to Ocean Boulevard may be
closed to through traffic for one day, between the hours of 7:00 a.m.
and 4:00 p.m. At all other times, through traffic shall be main-
tained on Marguerite Avenue as provided in Section C below. The
alley approaches off Marguerite Avenue may be closed to normal vehi-
cular traffic on weekdays during construction therein. However,
they must be reopened each Friday afternoon by 4:00 p.m. and must
remain open each weekend until 7:00 a.m. Monday morning.
Balboa Peninsula Alleys
The alleys on Balboa Peninsula may each be closed to normal vehicular
traffic for a maximum period of 14 consecutive calendar days during
construction therein. Liquidated damages as specified in Subsection
l.a. above shall be assessed in the event any of the alleys remain
closed past the time allowed.
Streets to Remain Open
Ocean Boulevard from Carnation Avenue to Poinsettia Avenue (including the
ramp to China Cove at Dahlia Avenue), Marguerite Avenue (except as provided
in Subsection B.l.e above), Balboa Boulevard (Peninsula), and all other
streets not specifically treated above shall remain open to two -way traffic
at all times. The contractor shall maintain two 11 -foot travel lanes, with
a minimum of 5 feet clear between the edge of a travel lane and the side of
a trench.
D. Temporary Parking Prohibition
All of the above restrictions will necessitate the temporary prohibition of
parking on affected streets during construction. When parking is to be pro-
hibited, the contractor shall furnish, install, and maintain in place signs
(similar to State Standard Sign R -38) indicating the limits of tow -away, no
parking any time. Signs shall be installed at locations not more than 150
feet apart, and shall be posted a minimum of 26 hours in advance of the need
for enforcement.
PERMITS
The City has obtained the following approvals and permits, which are available
for inspection at the Public Works Department.
Project Approval: California Regional Water Quality Control Board -- Santa
Ana Region (see also Section XII, Surface and Ground Water Control).
Permit: California Coastal Zone Conservation Commission, South Coast
Regional Commission.
The contractor shall be responsible for making himself aware of and conducting
his operations in accordance with the requirements of these regulatory agencies.
All costs involved in complying with these requirements shall be absorbed by the
contractor in his bid, and no additional compensation will be made therefor.
Before disposing of any demolition or removals at any sanitary landfill site in
Orange County, the contractor shall obtain a permit from the City Public Works
v _.� -� - �_,�,e.....� ..max •- _�, �.> . _ v�� _ �- =�-- �----- u- :�;:._,� .� - -
C:
•
.�%
VI
VII
0 • SP 4 of 10
Department. There is no charge for this permit; its purpose is to provide author-
ization for the contractor to use those disposal facilities for excess material.
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.
NOTICES TO RESIDENTS
The City will send a preliminary notice to all residents affected by this work.
Between 40 and 55 hours before closing or restricting through or local vehicular
access to and from streets, alleys or driveway approaches, the contractor shall
distribute to each affected residence a written notice stating when construction
operations will start and approximately when vehicular accessibility will be
restored.
Between 24 and 48 hours before shutting off water service to any residence, the
contractor shall distribute a separate written notice to each affected residence
stating the date and time the water will be shut off, and the approximate time
water service will be restored.
The above written notices will be prepared by the City, and the contractor shall
insert the applicable dates and times when he distributes the notices. Errors
in distribution, false starts, acts of God, strikes, or other alterations of the
schedule will require renotification by the contractor using an explanatory
letter prepared by the City.
VIII. EXISTING UTILITIES AND STRUCTURES
Construction of the items in this contract will cause work to be performed under
and very near existing water, sewer, storm drain, gas, electrical, telephone and
television lines. The contractor shall investigate, locate, and protect all
existing utilities in conformance with Section 5 of the Standard Specifications.
He shall protect in place and be responsible for, at his own expense, any damage
to existing utilities encountered during construction.
Prior to construction, the contractor shall also ascertain the location of exist-
ing buildings and structures near the work, not shown on the plans, and shall
protect them in place and be responsible for, at his own expense, any damage to
them resulting from his operations.
IX. PROTECTION OF EXISTING PROPERTY CORNERS
Every effort shall be made by the contractor to protect any existing property
corners uncovered during construction. Should any of these corners be disturbed,
they shall be restored by the contractor at his expense and no separate compen-
sation will be made.
WATER
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor desires to use available
0 0
'City water, it shall
chases by contacting
(714) 640 -2221.
XI. GUARANTEE
The contractor shall
the work by the City
whatsoever. Any such
0
0 SP 5 of 10
be his responsibility to make arrangements for water pur-
the City's Utilities Superintendent, Mr. Tom Phillips, at
guarantee for a period of one year, after acceptance of
Council, all materials and workmanship against any defects
defects shall be repaired at the contractor's expense.
XII. SURFACE AND GROUND WATER CONTROL
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work herein contemplated. The con-
tractor, by submitting a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly. The contractor sha 1
conduct his operations in such a manner that storm or other waters may proceed
uninterrupted along their existing street and drainage courses. Diversion 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.
Surface water containing mud, silt or other deleterious material from the project
shall be treated by filtration or retention in a settling basin or basins, suffi-
cient to prevent such waters from entering storm drains or the ocean. The con-
tractor 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, Calif. 92506, Telephone (714)
684 -9330, Mr. John Zasadzinski), prior to commencing construction. 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 Subsections 7 -8.1 and 7 -8.6 of the Standard Specifications
as regards project site maintenance.
XIII. STORAGE AREA
A storage area on the unimproved portion of Bayside Drive near the Fernleaf Ramp
is available for the contractor's use. The contractor shall maintain the area
in a neat and orderly manner, and upon completion of the contract, or as directed
by the Engineer, shall clean and return the area to its original condition includ-
ing repairs as required.
XIV. 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 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 Specifi-
cations 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.
0 0
•
•• r
'B. Shop Drawings and Data Defined
0 SP 6 of 10
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 contractor
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 two 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.
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.
0 0
Ilk
0
. XV. ,CONSTRUCTION DETAILS
A. Mortar Lined and Coated Steel Pipe and Fittings
General
40 SP 7 of 10
Mortar lined and coated steel pipe and fittings shall be fabricated in
conformance with Section 207 -10 of the Standard Specifications except
that steel cylinders shall have a minimum wall thickness of 10 gage.
Cement mortar lining shall conform to Subsection 207 - 10.4.2 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 t 1/16 inch to
conform to Subsection 207 - 10.4.2 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 - 10.2.5 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 150 psi.
2. Pipe Installation
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 slings will be permitted. Spreader bars must be
used for lengths over 20 feet.
Pipe Laying
Pipe laying shall conform to Section 306 of the Standard Specifi-
cations.
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 lubri-
cated 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
0
• • SP 8 of 10
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 alignment 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 -112 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
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 band 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.
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 accordance with the
detail shown on the drawings.
Cast Iron Fittings
Cast iron fittings shall conform to Section 207 -9.2.3 of the Standard Specifi-
cations, and shall be for a working pressure of 150 psi unless otherwise
indicated.
C
[DIN
0
Flanges
• SP 9 of 10
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
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 conform-
ance with the applicable provisions of the "AWWA Standard Specifications
for Steel Pipe Flange" (AWWA Designation C -207).
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 bling flange. The gasket
shall be cemented to the surface of the blind flange.
Bolts and Nuts
All bolts and nuts for buried service shall be Type 18 -8 stainless steel.
They shall be thoroughly cleaned after installation and coated with EC -244
mastic as manufactured by and in accordance with the recommendations of
Minnesota Mining and Manufacturing Company.
Fire Hydrant Assemblies
The unit price bid for installation of new fire hydrant assemblies shall
include removal of the existing fire hydrant assemblies as shown on the
plans (and delivery to the City Utilities Yard), and the installation of
the new hydrants, pipe, valves, fittings, and thrust blocks required for
a complete working assembly per CNB Std.- 500 -L.
Water Services, Meters, and Boxes
Construction of the water services shown on the plans shall include:
removing or abandoning the existing service lines; furnishing and installing
all new tubing, stops, and fittings for the new services per the standard
drawings; associated removals, trenches, backfill, and resurfacing; and
installation of new meter boxes furnished by the City as described herein.
The City will furnish new boxes, and will furnish and install new meters,
for locations where there are no existing water services.
All water valve boxes shall be set or reset to the finished grade of the
adjoining pavement surfaces. They shall be adjusted to grade prior to
placement of Portland cement concrete improvements. In asphalt concrete
areas, adjustments to finished grade shall be made after placement of the
pavement in a manner similar to that described in Subsection 302 -5.7. of
the Standard Specifications.
Trench Restoration
Temporary Resurfacing
In light of the restricted access closure times specified in Section IV
i • SP 10 of 10
of these Special Provisions, temporary trench resurfacing may be
required to provide safe vehicular access to streets, alleys, and
driveways affected by the work prior to permanent trench restoration.
Such temporary resurfacing shall be performed at the direction of the
Engineer, and all costs involved in maintaining normal vehicular access
to these locations shall be included in the unit price bid per linear
foot for constructing temporary asphaltic concrete resurfacing.
2. Permanent Trench Restoration
Portland cement concrete used for permanent resurfacing shall attain
a minimum modulus of rupture of 600 psi (tested in accordance with
ASTM designation: C 78 -64) within 28 days after placement. Portland
cement concrete shall be securely barricaded immediately following
placement, and no vehicular traffic shall be allowed thereon until
beam tests yield a minimum modulus of rupture of 450 psi.
The contractor shall provide and maintain in place such devices
(i.e. steel plates) as are necessary to allow normal vehicular traffic
access to all open cross - streets, alleys, and driveways during the
required curing time of the portland cement concrete resurfacing.
All costs involved in providing and maintaining these devices, as well
as all permanent trench restoration costs, shall be included in the
price bid for the other related items of work.
The P.C.C. strength requirements described above and the schedule
limitations described in Section IV of these Special Provisions,
particularly as they pertain to closing the Fernleaf Ramp, may require
the use of additional cement, special aggregates, or admixtures to
meet these Specifications. The intent of these Special Provisions is
that the contractor 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.
Backfill and Densification
All backfill shall be placed and compacted in such a manner as to not
disturb the pipe and adjacent structures, and to insure work against sub-
sequent settlement.
Native material excavated from the trench may be used as backfill subject
to the provisions of Subsection 306 -1.3 of the Standard Specifications.
Sand backfill in sand trenches, whether native or imported, shall be com-
pacted to 95 percent minimum relative compaction. The contractor shall
densify by jetting and /or ponding, supplemented as necessary with mechanical
devices, to comply with this special provision.
0
_ y
jki� 161�2961,241..06 �s Rec
ei va
s
t9t toner
Total Current Assett:'.-,..—
FIXED ASSETS
COST RES FOR DE PR BOOK VALUE
Land
Bldg &.Improvements
7179.029.50
348,565.29
Equipt rs Machinery
158059366.81,
10629935-8.81
Furn & Fixtures
1710997.13
133,18i.78'
Livestock
212687.00
17,135.37
3,327,269.91
2,128,241.25
LOANS, 6: N#ES LONG TERM
INVESTMENTS
ORGANIZATIONS EXPENSE
TOTAL ASSETS
611,185.37
3680464.21
38,815.36
4,551.63
40.01", WORKS
FEB 3 -.197710w
1,199,024.z8
.
206,323.28_ °1
14,431.00 --1
z.
PACIFIC PIPELINE CONSTRUCTION COMPANY
BALANCE SHEET
AS OF NOVEMBER 30, 1976
LIABILITY 6 CAPITAL
CURRENT LIABILITIES
Accounts Payable 510,016.16
Loans B Notes Payable - Short Term 215,000.00
Accrued Payables 51661.51
Interest Insurance 9 Taxes (1,092.33)
Payroll 0
Employee Deductions 214.55
Employers Contributions 6,539.29
Deferred Income 62,696.89
TOTAL CURRENT LIABILITIES
LONG TERM LIABILITIES
Accrued Legal 8 Audit Expense
Deductions for Vacation 6 Holiday
TOTAL LONG - TERM LIABILITIES
TOTAL LIABILITIES
CAPITAL.
Paid In .Capital
Earned Surplus
TOTAL CAPITAL
NET WORTH
5,000.00
1..16
195,000.00
2,050,485.08
793,374.56
5,001.16
798,375.72
2,245,485.08
$3,043,860.80
RECEIVED
?08116 *OR($
FE8 3 1977b.
0)7't OF
NEWPORT aE�,
CAt1F. '�
ti f
r
FE_ B14i911
By f4,o Cii d uvUNwiL
CITY of "wPOIIT 64ACH
RESOLUTION NO. 'd 99 9
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO PACIFIC
PIPELINE CONSTRUCTION COMPANY IN CONNECTION WITH
WATER MAIN CONSTRUCTION AND REPLACEMENT, CORONA
DEL MAR AND BALBOA PENINSULA, 1976 -77, CONTRACT
NO. 1808
WHEREAS, pursuant to the notice inviting bids -for
work in connection with the water main construction and replace-
ment, Corona del Mar and Balboa Peninsula, 1976 -77, in accordance
with the plans and specifications heretofore adopted, bids were
received on the 2nd day of February, 1977, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Pacific Pipeline Construction Company;
NOW, THEREFORE, BE IT RESOLVED by the City Council
a
of the City of Newport "Beach that the bid of Pacific Pipeline
Construction Company for the work in the amount of $181,407 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
ATTEST:
City Clerk
day of February , 1977.
Mayor
DDO /bc
2/11/77