Loading...
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