Loading...
HomeMy WebLinkAboutC-1957 - Water main construction and replacement in Corona del MarCITY OF NEWPORT BEACH _ OFFICE OF THE CITY CLERK (714) 640 -2251 January 22, 1979 Gallacher Company Inc. 1127 Baker Street Costa Mesa, CA 92626 Subject: Surety Aetna Casualty & Surety Bonds No. 59 SB 013646 BCA Contract No.: 1957 Project Water Main Construction and Replacement in CdM, 1977 -78 The City Council on December 20, 1978 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed.. Notice of Completion was filed with the Orange County Recorder on December 29, 1978, in Book No. 12984, Page 1657. Please notify your surety company that bonds may be released 35 days after recording date. DORIS GEORGE City Clerk DG:ct cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 CITY OF NEWPORT BEACH 3300 Newport Blvd. 0 p � 298 w 155-f7 `v Newport Beach, Calif. 92663 �E}`9 r EXErr pj- 0' NOTICE OF' COMPLETIO C12 ` PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on November 13, 1978 the Public Works project consisting of Water Main Construction and Replacement in Corona del Mar., 1977 -78 on which Gallacher Company Inc., of Costa Mesa _ was the contractor, and Aetna Casualty and Surety was the surety, was completed. CITY -0F EWP�R7 EACH Public Works Director VERIFICATION I, the undersigned, say: &�fMi t I am th'e Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 21, 1978 at Newport Beach, _California. Public Works Director (Acting) 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 December 20, 1978 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 December 21, 1978 at Newport Beach, California. City Clerk RECORDED IN OF OR,''.N" L Min Past t 4 P.M. DEC 281978 III A. BRANCH, County Recorder a . • a CITY OF NEWPORT BEACH CALIFORNIA Date: December 21, 1978 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Attached for recordation is Notice of Completion of Public City Han 3300 W. Newport Blvd 640 -2251 Works project consisting of Water Main Construction and Replacement in Corona del Mar, 1977 -78 Contract No. 1957 on which Callacher Company Inc., of Costa ' was the Contractor Mesa and Aetna Casualty and Surety was the surety. Please record and return to us. Very trul�j yours, D' oris Geor�e 4 City Clerk City of Newport Reach Encl. I� i CITY OF NEWPORT BEACH Date August 3, 1978 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1957 Project Corona del Mar Water Main Construction and Replacement Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Gallacher Company, Inc. Address: 1127 Baker Street, Cneta Megn, ra o ?F ?F Amount: $ 137,807.50 Effective Date: August 3, 1978 Resolution No. 9388 Doris Geo e Act. cc: Finance Department rl,;lv'vV v City Ilall 3300 Newport Boulevard, Newport Beach, California 92663 0 0 August 1, 1978 TO: CITY CLERK FROM: Public Works Department SUBJECT: WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR (C -1957) Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certifi- cates, and return the remaining copies to our department. Eldon Davidson Project Engineer ED:jd Att. 7OraZ 0MM e• o e-e •e e e NAME AND ADDRESS OF AGENCY JAY f RvENFRO INSURANCE BROKERS COMPANIES AFFORDING COVERAGES COMPANY P.O. BOX 1607 n 333 NO. NEWPORT BLVD. LETTER A INDUSTRIAL INDEMNITY CO. I NEWPORT BEACH, CALIF. 92663 COMPANY R LETTER LO NAME AND ADDRESS OF INSURED COMPANY ■ THE GALLACHER COMPANY, INC. EWER V COMPANY 1127 BAKER STREET COSTA MESA, CALIF. 92627 LETTER s COMPANY L LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Limits of Liability in 0 Thousands U) COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH OCCURRENCE AGGREGATE a GENERAL LIABILITY BODILY INJURY E S ❑ COMPREHENSIVE FORM 'K ❑ PREMISES — OPERATIONS PROPERTY DAMAGE $ S ❑EXPLLOSIIODN AND COLLAPSE HAZAR ❑ UNDERGROUND HAZARD PRODUCT$ /COMPLETED OPERATIONS HAZARD ❑ BODILY INJURY AND PROPERTY DAMAGE. $ CONTRACTUAL INSURANCE $ , ❑ BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS I ❑ PERSONAL INJURY PERSONAL INJURY t- S AUTOMOBILE LIABILITY BODILY INJURY $ (EACH PERSON) ❑ COMPREHENSIVE FORM INJURY $ ❑ OWNED (EACH CH OCCURRENCE) PROPERTY DAMAGE $ r. ❑ HIRED BODILY INJURY AND r ❑ NON-OWNED PROPERTY DAMAGE COMBINED $ [ EXCESS LIABILITY ❑ FORM BODILY INJURY AND S " UMBRELLA PROPERTY DAMAGE ❑ OTHER THAN UMBRELLA FORM COMBINED WORKERS' COMPENSATION STATUTORY A an CP 784 -7.322 2/1279 GG`' EMPLOYERS' LIABILITY 5 00 IcxN xcmer.rl 1 I: OTHER '� II� C 4 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICl ES p ^a AHD Iq WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR, CALIFORNIA C -1957 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 1.0 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Newport Beach DATE ISSUED: Public Works Department 3300 West Newport Blvd. Newport Beach, Calif. 92663 Jay Renfro z 7vE ACORD 25 Etl. 2 -77) r CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. C -1957 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be . cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional rUnYd"d insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, iron -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; and Property Damage. This Endorsement is effective Authorized Representative of and when issued to City shall No. 13 923 AND insuring 13324— expiring MARCH I, 1979 M 6/26/78 when signed by an HARBOR INSURANCE COMPANY Name of Insurance Company be valid and form part of Policy DBA: GALLACHER COMPANY ET AL (Named Insured NAME OF AGENT OR BROKER QUINLAN INSURANCE, INC. ADDRESS - AGENT /BROKER 4770 VON KURMAN IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company CITY CLERK CONTRACT NO. 1957 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1977 -78 Approved by the City Council on this 22nd day f May, 1978 Xe44J Doris Georgle, City erk SUBMITTED BY: 1127 Raker Street Address Costa Mesa, CA 92626 City _549 -1.551 Telephone $137,807.50 Total Bid Price T • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 13th day ofd— 1978, at which time they will be opened and read, for performing work as fo lows. WATER MAIN CONSTRUCTION AND REPLACEMENT -- CORONA DEL MAR, 1977 -78 CONTRACT NO. 1957 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 anU_t_Fe_C_orForate Seal shall be affixed to all documents requiring signatures. In the case of a ar>s tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) 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 most also have a current general policy holder's 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 Director of Industrial Relations 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. A copy of said determination 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 shallbe responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -27 -77 a Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. in case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 266267 Classification A Accompanying this proposal is Bidder' (Cash, Certi ie C ec Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 549 -1551 Phon� a Nu er June 13, 1978 Date Bid er s Name (SEAL) uPres- tli—orized Signature Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: James B. Gallacher President Gal 1ach V. P., Secretary Duncan Gallacher Treasurer Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address I. Cap Paving Goode & Schroeder Los Angeles 2. Hot Taps A & T Anaheim 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. S /James B. Gallachn President: Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) 1127 Baker Street Costa Mesa CA 92626 Address • FOR ORIGINAL S CITY CLERK'S FILE COPY Page w BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, GALLACHER COMPANY INC , as Principal, and —Thp Aetna raanalty and Surety Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10 percent of the amount of the bid Dollars ($ -- ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Water Main Construction & Replacement- Corona del Mar - Contract No. 1957 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 13th day of 1978 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact Commission expires Dec 27 181. GALLACHER COMPANY, INC. Principal S /James B. Gallacher, President The Aetna Casualty and Surety Co. Surety By S /Catherine E. Garrity Title Attorney -in -Fact • W Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 7th day of June 19 78 . My commission expires: May 31, 1978 D i ' 191w-ml 47 •111.1 S /Nora L. Hurst Notary Public FWRIGINAL SEE CITY CLERK'S FILEiVY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk James B. Gallacher Signed 1 Page 7 i TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1977 City of Manhattan Beach Joe Palmer 213 545 -5621 1977 MCAS E1 Toro. Bill Charini 559 -2450 i Bond No. 59 SB 013646 BCA P -- lmium: INCL Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 26 1978 has awarded to GALLACHER COMPANY INC hereinafter designated as the "Principal ", a contract for Water Maig Construction R 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: as Principal, and AETNA CASUALTY AND SURETY as Surety, are held firmly.bound unto the City of Newport Beach, in the sum of Sixty -eight Thousand. Nine Hundred and Three75/bQlars ($ 68.903.75 ), 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 • Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 30th day of June . 19_Z$_• GALLACHER COMPANY INC (Seal) Name of Contractor Principal thorized Signature and Title Authorized Signature and Title AETNA CASUALTY AND SURF.. -C'O Seal): Name of Surety } 500 S0. MAIN STREET. ORANGFy --.CAL.- -92668 , Address of Surety Approved as to fprmA Sigqnature and Title of Au on d Agent 7larinena Ziegler torn -In -Fact P.O. Box 1607 New 2663 ddress of Agent City A ey �5T (7141 645 -9000 Telephone No. of Agent STATE OF CALIFORNIA ------ - ------------------ ----------------------- --- ---- ----- -- - - - ss. County of_ Orange On this 30th day of June one thousand nine hundred and savant V -ei t in the year g11 before me, Nancy Lee Fisher in and for the County of_ Orange a Notary Public State of California, residing therein, duly commissioned and swan, personally appeared Marinena Zielzier known to me to be the Attorney -In -Fact Nee••ee•eeoeeeeeeoo•ooseeee•♦ • THE iETNA CASUALTY AND SURETY COMPANY, the corporation that executed OFFI 1 AL SEAL 1 o the within.' instrument, and also known tomato be the person who executed it on behalf of said A Y E_ ESHER a corporation therein named, an 1—he—acknowledged he_ acknowledged to me that such Iro '111A • corporation ex -� ecuted the same. • 1 : :. IJ - ;..: -- = �.,...y My IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my New e Commission Expires Dec. 27, 1981 office in the Ort each Qranee ♦••eeaeeeee•eeeeeee•e•e•eeee•♦ unto ofl the day and year in tb' a ificate firer ah... mtL ' Notary Public in and for the Countyiof�Orange .(S-1292-DI 5.71 State of California. PflINTEO IN U.S.A. Bond No 59 SB 013646 BCA �` • �emium: $1,654.00 Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS,.the City Council of the City of Newport Beach, State of California, by motion adopted June 26, 1978 has awarded to Gallacher Company, Inc. hereinafter designated as the "Principal ", a contract for Water Main Construction & Replarpmpnt - Corona del Mar - Contract No. 1957 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GALLACHER COMPANY, INCORPORATED as Principal, and AETNA CASUALTY AND SURETY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred and Thirty -seven Thousand, Eight Hundred and Seven and SO/ 100--------------- - - - - -- Dollars ($ 137,807.50 ), 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 • • Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 30th day of June , 19 78 GALLACNER COMPANY Inc. (Seal) Name of Contractor Principal) Authorized Signature and Title AETNA CASUALTY AND SIJRF.i'1` CO tSea1 ) Name of Surety 500 SO. MAIN STREET, ORANGE, '.(:A,, Address of Surety Siggnature and Title of A rized gent Nlarinena Ziegler- A orney -In -Fact Approved as to for P.O. Box 1607, Newport Beach, Ca. 92663 Address of Agent ttorne Q T (714) 645 -9000 Telephone No. of Agent STATE OF CALIFORNIA County of Orange as 7 On this 30th day of June in the year one thousand nine hundred and seventy -eight before me, Nancy Lee Fisher , a Notary Public in and for the County of Orange , State of California, residing therein, duly commissioned and sworn, personally appeared Marinena Ziegler known to me to be the Attorney-In-Fact of THE !ETNA CASUALTY AND SURETY COMPANY, the corporationthat executed the within instrument, and also known to meto be the person who executed it on behalf of said corporation therein named, and She— acknowledgedtome that such corporation ex- ecuted the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my office in the-Newport Beach ounty of Or n e the day and year in tly'ey ' icate ,first ;�;Owritt e ^ 1 _ A A` Notary Public in and for State of California. OFFICfAL SSAL s FISHER • NANCY � • • s, �� <G: ♦ �` °id' NOTARY :,,._. C FOINIA pi:if:CIF,4LOFFICE IN p •'` Oi:a�; ,E COUNTY • • ♦ 0 My Commisslon Expires Dec. 27, 1982 as 7 On this 30th day of June in the year one thousand nine hundred and seventy -eight before me, Nancy Lee Fisher , a Notary Public in and for the County of Orange , State of California, residing therein, duly commissioned and sworn, personally appeared Marinena Ziegler known to me to be the Attorney-In-Fact of THE !ETNA CASUALTY AND SURETY COMPANY, the corporationthat executed the within instrument, and also known to meto be the person who executed it on behalf of said corporation therein named, and She— acknowledgedtome that such corporation ex- ecuted the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my office in the-Newport Beach ounty of Or n e the day and year in tly'ey ' icate ,first ;�;Owritt e ^ 1 _ A A` Notary Public in and for State of California. • • Page 12 CONTRACT THIS AGREEMENT, made and entered into this�ay of 19 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Gallacher Company. Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of u. , •, •, • -T-Xa • •i. u. •i 95 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. 0 • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA Ll By: L — MaIr Pro Tem ATTEST: G� ele4ez"I City Cl k / GALLACHER COMPANY. INC. Contractor (SEAL) By: r OPresident Title ApprovedCi as ttor I o foyl,�m: y � . Title • ' PR 1 of 4 CITY OF NEWPORT REACH PLJ13LIC WORKS DEPARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR, 1977 -78 CONTRACT NO. 1957 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, CA 92663 Gentlemen: 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 Con- tract No. 1957 in accordance with City of Newport Beach Drawing W- 5138 -5, 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: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1,830 Install 12" A.C.P. - -Class 150 Linear Feet water main. @ Thirty two Dollars and twenty five Cents $ 32.25 $59,017.50 Per Linear Foot 2. 1,550 Install 8" A.C.P. - -Class 150 Linear Feet water main. @ Twenty one Dollars and fifty Cents $ 21.50 $33,325.00 Per Linear Foot 3. 180 Install 6" A.C.P. - -Class 150 Linear Feet water main. @ Thirty Three Dollars and No Cents $ 33.00 $ 5,940.00 Per Linear Foot • 44 PR2of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 270 Install 4" A.C.P. - -Class 150 Linear Feet water main. @ Thirty Dollars and no Cents $ 30.00 $ 8,100.00 Per Linear Foot 5. 1 Install 12" hot tap to existing Each 18" C.I.P., including 12" gate valve assembly. @ Three Thousand Ten Dollars and no Cents $3,010.00 $ 3,010.00 Per Each 6. 2 Install 6" hot tap to existing Each 6" A.C.P., including 6" gate valve assembly. red sixty @Ona thousand three hund/ Dollars and no Cents $1,360.00 $ 2,720.00 Per Each 7. 3 Install 12" butterfly valve. Each @ Six hundred ninety Dollars and no Cents $ 690.00 $ 2,070.00 Per Each 8. 3 Install 8" butterfly valve. Each @Three hundred eighty Dollars and no Cents $ 380.00 $ 1,140.00 Per Each 9. 5 Install 6" butterfly valve. Each @Two hundred eighty Dollars and nn Cents $ 280.00 $ 1,400.00 Per Each . • PR 3 of 4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 7 Install fire hydrant assembly Each per Std. 500 -L. One thousand five hundred @ seventy five Dollars and no Cents $ 1,575.00 $11,025.00 Per Each 11. 2 Install air and vacuum release Each valve assembly per Std. 515 -L. @ One thousand twenty Dollars and no Cents $ 1,020.00 $ 2,040.00 Per Each 12. 170 2" copper tubing for reconnection Linear Feet of 3/4' and 1" meters. @ Fourteen Dollars and no Cents $ 14.00 $ 2,380.00 Per Linear Foot 13. 3 Reconnect existing 3/4" meter Each service to new main. @ Two hundred twenty Dollars and no Cents $ 220.00 $ 660.00 Per Each 14. 3 Reconnect existing 1" meter Each service to new main. @ Two hundred forty Dollars and no Cents $ 240.00 $ 720.00 Per Each 15. 4 Reconnect existing 1 -1/2" Each and 2" meter service to new main. @ Three hundred thirty Dollars and no Cents $ 330.00 $ 1,320.00 Per Each 0 40 PR4of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 5 Remove existing hydrant. Each @Two hundred fifty two Dollars and no Cents $ 252.00 $ 1,260.00 Per Each 17. 1 Reconnect 6" fire service. Each @_One thousand twenty Dollars and no Cents $ 1,020.00 $ 1,020.00 Per Each 18. 600 Construct 2" thick asphaltic Linear Feet concrete temporary resurfacing. @One DollarV and ten Cents $ 1.10 $ 660.00 Per Linear Foot TOTAL PRICE WRITTEN IN WORDS One hundred thirty seven thousand eight hundred seven Dollars and fifty Cents TOTAL $_137,807.50 CONTRACTOR'S LICENSE NO. 266267 Gallacher Company, Inc. (Bidder's Name) June 13. 1978 W ames B. Gallacher, Pres. Date (Authorized Signature) Telephone Number 549 -1551 1127 Baker Street, Costa Mesa, CA (Bidder's Address) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1977 -78 CONTRACT NO. 1957 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . . . . . . . . . . 2 B. East Coast Highway . . . . . . . . . . . . . . . . . . . 3 C. Intersections . . . . . . . . . . . . . . . . . . . . . . 3 D. Street Closures . . . . . . . . . . . . . . . . . . . . . 3 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . 4 VII. NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . . . . . 4 VIII. EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . . . . . 5 IX. PROTECTION OF EXISTING PROPERTY CORNERS. . . . . . . . . . . 5 X. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . . . 5 XIII. STORAGE AREA . . . . . . . . . . . . . . . . . . . . . . . . 6 XIV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 6 A. Asbestos Cement Pipe (A.C.P.) . . . . . . . . . . . . . . 6 i 0 CONTRACT NO. 1957 INDEX TO SPECIAL PROVISIONS ( Cont'd) 0 SECTION PAGE XIV. CONSTRUCTION DETAILS (cont'd) B. Cast -Iron Fittings . . . . . . . . . . . . . . . . . . . 7 C. Flanges . . . . . . . . . . . . . . . . . . . . . . . . . 7 D. Gaskets . . . . . . . . . . . . . . . . . . . . . . . . . 7 E. Bolts and Nuts . . . . . . . . . . . . . . . . . . . . . 7 F. 2 -Inch Copper Service Lateral . . . . . . . . . . . . . . 7 G. A.C.P. Installation . . . . . . . . . . . . . . . . . . . 7 H. Trench Restoration . . . . . . . . . . . . . . . . . . . 9 XV. HOLD HARMLESS . . . . . . . . . . . . . . . . . . . . . . . .10 ii 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1977 -78 CONTRACT NO. 1957 I. SCOPE OF WORK The work to be done under this contract consists of constructing ap- proximately 3,700 linear feet of asbestos - cement water main (4 -, 6 -, 8 -, and 12 -inch) and related appurtenances in various paved streets in Corona del Mar. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. W- 5138 -S), the City's Standard Special Provisions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction [1976 Edition]), including supplements to date, copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5.00. II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor shall complete all work on this contract within 90 con- secutive calendar days after award of the contract by the City, and as specified in Section 6 of the Standard Specifications. The Contrac- tor shall submit a complete construction 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.) The Contractor's schedule shall consider the phasing of pipeline con- struction, testing, disinfection, and connection to the existing system. The Contractor shall use the following guidelines in establishing this schedule: 1 . No connections to existing pipelines will be permitted until the new line has satisfactorily passed the hydro- static test and has been disinfected. 2. Hydrostatic pressure testing will be permitted against new valves. Any temporary bulkheads for thrust re- sistance will be the responsibility of the Contractor. 3. Cutting -in of new lines shall be done at times resulting in the least disruption to water service. Shutdowns of up to four hours during the day will be permitted SP -1 and do not require bypass. Operations requiring a longer shutdown period will require a temporary bypass, to be provided by the Contractor. 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, not separately provided for in the proposal, 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 accordance 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 accord- ance with Section 7 -10 of the Standard Specifications (except as modified herein), and with the Standards contained in the Work Area Traffic Control Handbook, also published by Building News, Inc., and with the attached State of California Department of Transportation Utilities Encroachment Permit when working in the State Highway right -of -way. Vehicular and pedestrian access shall be maintained at all times for all businesses and residences adjacent to the project area; except where necessary conditions preclude such access for rea- sonable periods of time as determined by the Engineer. At the end of each working day, any open trench shall be securely plated to allow local access. All local street closures to through traffic shall be limited to the hours of 7 a.m. and 6 p.m. , Monday through Friday, excluding holidays, for a maximum of two consecutive days. All streets affected by this project carry two -way traffic. Where any of these streets are reduced to a single lane, flagmen shall be used during construction hours. Where any restrictions herein mentioned necessitate the tempo- rary prohibition of parking on affected streets during construc- tion, the Contractor shall furnish, install, and maintain in -place "No Parking Anytime" signs (similar to State Standard Sign R -38) indicating the limits of towaway. Signs shall be installed at loca- tions not more than 150 feet apart, and shall be posted and the City notified a minimum of 48 hours in advance of the need for enforcement. SP -2 0 0 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 proposed by the Contractor or required herein. 2. Each drawing shall show the location and signing of all signs, barricades, lights, warning devices, and temporary parking restrictions. 3. Each drawing shall show the periods of street 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. East Coast Highway Within East Coast Highway right -of -way all work requiring closure of any traffic lanes shall be performed at night between the hours of 7 p.m. and 6 a.m. using lighted cones. A minimum sidewalk width of 30 inches must be maintained at all times for pedestrian traffic. (See attached Utilities Encroachment Permit for additional requirements.) C. Intersections At all street intersections, the Contractor shall maintain a single lane for local traffic . D. Street Closures All other streets not specifically mentioned above may be closed to through traffic subject to the limitations as described in Sub- section A above. 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 Groundwater Control). 2. Permit: California Coastal Zone Conservation Commis- sion, South Coast Regional Commission. 3. Permit: State of California, Department of Transportation. SP -3 0 0 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. This contract requires completion of all work, within the California Department of Transportation right -of -way (State Route No. 1, East Coast Highway) to be done in accordance with the requirements of the encroachment permit attached hereto. The Contractor is required to post a $1,000 bond on a State of Cali- fornia Bond Form P -4 which will cover his work within the state right -of -way for a two -year period. The Contractor will also be required to make arrangements to pay the State Department of Transportation for inspection, striping, and testing charges. Before disposing of any demolition or removals at any sanitary land- fill site in Orange County, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit; its purpose is to provide authori- zation for the Contractor to use those disposal facilities for disposal of 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 opera- tions will start and approximately when vehicular accessibility will be restored. Between 24 and 48 hours before shutting off water service to any resi- dence, 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. SP -4 i 0 The above written notices will be prepared by the City, and the Con- tractor shall insert the applicable dates and times when he distri- butes the notices. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotifica- tion 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 per- formed under and very near existing water, sewer, storm drain, gas, electrical, telephone, and television lines. The Contractor shall in- vestigate, 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 existing 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 compensation will be made. X. WATER The Contractor shall make his own provisions for obtaining and apply- ing water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrange- ments for water purchases by contacting the City's Utilities Superinten- dent, Mr. Jim Frost, at (714) 640 -2221. No charge will be made for water needed to disinfect and purge new water mains. XI. GUARANTEE The Contractor shall guarantee for a period of one year, after accept- ance 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 GROUNDWATER CONTROL It is anticipated that surface and ground or other waters will be encoun- tered at various times and locations during the work herein contem- plated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid ac- cordingly. The Contractor shall conduct his operations in such a man- ner that storm or other waters may proceed uninterrupted along their SP -5 0 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 Engi- neer, 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, sufficient to prevent such waters from entering storm drains or the ocean. The Contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone [714) 684 -9330, 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 imple- mentation and maintenance of the control facilities. The Contrac- tor'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 at the corner of Fifth Avenue and Marguerite Avenue is is available for the Contractor's use. The Contractor shall maintain the area in a neat and orderly manner, and upon completion of the con- tract or as directed by the Engineer, shall clean and return the area to its original condition including repairs as required. XIV. CONSTRUCTION DETAILS A. Asbestos Cement Pipe (A.C.P.) Asbestos cement pressure pipe shall conform to Section 207 -7 of the Standard Specifications and AWWA C400 Type II and these Special Provisions. In addition to these requirements all A.C.P. products which are manufactured outside the United States shall be sampled and tested at the last distribution or storage point in California in conformance with the hydrostatic strength, flexural strength, and crushing strength requirements of ASTM C 296 Type II. The Contractor, at no cost to the City, shall supply the facilities and arrange for the testing by a testing laboratory licensed by the State of California. A Certificate of Compliance certifying the above requirements and signed by the testing labora- tory shall be furnished to the Engineer prior to the time of deliv- ery of the pipe. Any pipe not conforming to the above require- ments will not be acceptable for the project. SP -6 0 0 B. Cast -Iron Fittings Cast -iron fittings shall conform to Subsection 207 -9.2.3 of the Standard Specifications and shall be for a working pressure of 150 psi unless otherwise indicated. C. Flanges Flanges for waterline shall conform to AWWA C207 Class D. All flanges shall be furnished with flat faces. The flanges shall be attached with the boltholes straddling the vertical axis of the pipe, unless otherwise shown on the Plans. The flanges shall be attached to the pipe in conformance with the applicable provisions of AWWA C207. 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 blind flange. The gasket shall be cemented to the surface of the blind flange. E. 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. F. 2 -Inch Copper Service Lateral Two -inch copper service lateral shall be furnished complete includ- ing installation, fittings and appurtenances, backfilling, compaction, and testing and sterilization required to install service lateral. G. A.C.P. Installation A.C.P. laying shall be performed in accordance with the recom- mendations of the manufacturer as described in the most recent publication of "Installation Guide, Transite Ring -Tite Pressure Pipe" published by Johns - Manville Corporation. Care shall be used to prevent damage in handling, moving, and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks, or chips. SP -7 1. Handling and Storage: A.C.P. shall be handled in such a inanner so as not to be dropped or bumped. The pipe shall be so loaded that the spigot end of the pipe shall not come in contact with the back of the bell of the adjacent pipe. Machined ends of the pipe shall be protected from damage by scratching or chipping, and any damaged section will either be rejected or shall be cut and a new machined end section made conforming to the original section. Repaired pipe shall be submitted to the Engineer for his approval as to compliance with these Specifications. 2. Support: The pipe shall be supported on mounds of bedding material at approximately 2 feet 6 inches from the end of each pipe length. Mounds shall be of sufficient height to provide a minimum clearance of 4 inches between the trench bottom and the bottom of pipe couplings. Valves and fittings shall be firmly blocked with poured -in -place concrete thrust blocks which shall remain in place. 3. Defective or Damaged Pipe: The pipe and couplings shall be thoroughly cleaned prior to assembly and shall be carefully inspected for defects. Any length of pipe, couplings, sleeve, or rubber ring found to be defective in workmanship or mate- rial or so damaged as to make repair and use impracticable, shall be rejected and removed from the work. In the event a portion of a length of pipe is damaged, the damaged portion shall be cut off in such manner as to make a clean even cut. 4. Avoiding Contamination: Care shall be exercised at all times to avoid contaminating any of the pipe or fittings. Dirt shall be prevented from entering the pipe as far as practicable and, if necessary, the pipe shall be swabbed before being placed in position. Every open end of pipe or fitting shall be carefully plugged with a cast -iron or test plug at the end of each day's work. No burlap or other similar temporary plug will be permitted. After installation and before making connections to existing water mains, the new pipe shall be tested and disinfected. 5. Assembly of Pipe: Couplings and rings shall be placed in the trench on the end of the last length of pipe laid. Pipe ends shall be cleaned and lubricated as recommended by the pipe manufacturer. After proper bearing has been obtained, couplings shall be assembled in a workmanlike manner, using approved coupling pullers. 6. Nipples: Asbestos- cement nipples shall be at least 19 inches long. RM 0 0 H. Trench Restoration 1. Temporary Resurfacing: Due to the restricted access closure times specified in Section IV of these Special Provisions, tem- porary 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 tempo- rary resurfacing shall be performed at the direction of the Engineer, and all costs involved in maintaining normal vehicu- lar access to these locations shall be included in the unit price bid per linear foot for constructing temporary asphaltic con- crete resurfacing. 2. Permanent Trench Restoration: a. Portland Cement Concrete: Portland cement concrete used for permanent resurfacing shall be Class 564 -C -3000 and attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM C 78) within 28 days after place- ment. Portland cement concrete shall be securely barri- caded 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 in- volved 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 concrete strength requirements described above and the schedule limitations described in Section IV of these Special Provisions, 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 re- quired to meet these conditions. b. Asphaltic Concrete: Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the City's Standard Specifica- tions shall be applied to the existing asphalt concrete sur- faces and between the base course and the surface course. Asphaltic Concrete shall be Type III -C3 -AR -4000 conform- ing to the requirements of Subsection 400 -4.3 of the Stan- dard Specifications. SP -9 XV. HOLD HARMLESS The Contractor shall hold harmless, indemnify, and defend the City's Consultant for this project and each of their officers, agents, and em- ployees from any and all liability claims, losses, or damage arising out of or alleged to arise from the Contractor's (or subcontractor's) negligence in the performance of the work described in the construction documents, but not including liability that may be due to the sole negli- gence of the City's Consultant or their officers, agents, and employees. SP -10 FORM DMO'M-P�302 ,REV. 3.76, iiMiT ��: ML:U_ -"1 7196 DIST. Co. PTE. P.M. 07 ORA 001 16.06/15.77 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION UTILITIES ENCROACHMENT PERMIT To City of Newport Beach 3300 Newport Blvd. Los Angeles California Newport Beach, CA. 92660 Attn: Mr. Eldon Davidson Dated March 29 1978 . Permittee Subject first to the applicable law, and second, to the terms and conditions Belding to Utility Encroachments issued by the State. of California, Department of Transportation, which by this reference is made a part hereof, permission is hereby given to construct approximately 300 feet of 4 -inch A.C.P. water main beneath the sidewalk at three locations on the westside of Coast Highway, ORA- 001 - 15.77/16.06, Corona del Mar, as shown on the attached plans C -1957• All work within State R/W shall be in accordance with the Department of Transportation Standard Specifications dated Jan. 1978, Permittee shall arrange for a pre - construction meeting at the job site with the State Representative and all other interested persons to discuss general work requirements. Permission is also granted to abandon the existing 8 -inch C.I.P. water main and remove the existing fire hydrants on the westside of Coast Highway from Goldenrod Avenue to LarKspur Avenue. Those sections of 8 -inch A.C. water main to be abandoned shall be filled with slurry and /or rotary mud and plugged with P.C.C. in accordance with your attached Plan No.. .. (CONTINUED) 2. This Permit has been issued by the Department pursuant to: Complete ( ) Yoor Application of February .15 19 78 Proper ( ) Utility Not)( c No. of -- . 19 Line { ) Agreement No, of 19 3. This Permit applies only to the work specifically authorized ahove. 4. luspcction requimd by Division —roll (X ) Partial ( ) i. This Pcruut shall k void unless the work hercinabove provided for shall haNe been completed before June 29 , 19 78 , unless time extension granted by separate Aider. AS: ne DEPAIII']IENT of TnANSPOnTATION cc: LBCH HUNTINGTON BCH MEDINA -Ins R. J. MOTODA -Info. t,,, rt BI MPT s s i s Distract P, W tig'.er (Copies of the incorporated Terms and Conditions may be obtained upon request.) City of Newport Beach -2- 778 -U- 787196 Z. "Temporary No Parking" signs shall be posted along the west curb line within the construction limits at least 24 hours before work is started. All work requiring the closure of any traffic lanes shall be performed at night between the hours of 7:00 PM and 6:00 AM, using lighted cones and portable generators, etc. All A.C. and P.C.C. sidewalk and driveways shall be saw cut by means of a concrete saw. Installation under the curbs, gutters and cross gutters shall be performed by hand tunneling methods and the voids shall be filled with a one -sack, sand- cement slurry. All excavation in the travel way shall be backfilled with S.E. 20 minimum material and the trench shall be compacted to a minimum R.C. of 95 %. A minimum sidewalk width of 30 inches must be maintained at all times for pedestrian traffic. Upon completion of work, Permittee shall clean the highway and the work area shall be left in a neat and presentable condition under the direction and to the satisfaction of the State Representative in the field. No tree roots over 2" in diameter shall be cut. The roots over 2" in diameter shall be carefully tunneled under and wrapped in burlap and kept moist until the trench has been refilled. Trenching machines shall not be used under the trees if the trunk or limbs will be damaged by their use. All pavement marking and obliterated striping shall be replaced by city forces at no expense to C:altrans. The Permittee's contractor shall furnish the State with a signed application and a $1,000.00 bond on the State's DHM -P -4 Bond Form to cover the work within the State highway right of way. The contractor will be issued a Rider authorizing him to do this work and will be required to reimburse the State for all inspection costs incurred for the inspection of the work performed in the State highway right of way. This permit shall be kept at the site of the work and must be shown to any representative of the Grantor or law enforcement officer on demand The attached SU1STRUCTURES, SIGNAL, and ILLUMINATED TRAFFIC CONES sheets are part of this permit. 0 0 MAINTENANCE SPECIAL TERMS AND CONDITIONS SUBSTRUCTURES TO BE ATTACHED AND MADE A PART OF ENCROACHMENT PERMIT NO.778 -U- 787196 A. Inspection Requirements 1. It is imperative that the Permittee notify the State Inspector at least 48 hours prior to starting any work under this permit. State Inspector Mr. A. Medina Phone 213- 834 -8317 between 0 AM - or if no answer phone ------ between :00 AM and :00 PM. 2. All inspection costs incurred incidental to this work shall be borne by the Permittee unless otherwise specified 6n the face of the permit. 3. All work shall be performed on weekdays during the normal working hours (7:30/4:00) of the Dept. of Transportation's inspector unless other times are specifically authorized. B. Specifications Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Dept. of Transportation Standard Speci- fications dated January 1973 to the satisfaction of the State representative and the following special provisions: 1. SAFETY AND TRAFFIC CONTROL: A minimum of SEE PERMITlanes shall be provided for traffic in each direction. In addition, minimum clearance of two feet adjacent to any surface obstruction and a five -foot clearance between the excavation and the traveled way shall be maintained. Provision shall be made for barricades, lights, and flagmen to adequately protect the traveling public during construction operations in accordance with the "Manual of Warning Signs, Lights and Devices for Use in Performance of Work upon Highways ". when necessary for public safety, flagmen shall be on duty twenty -four hours a day at no expense to the State. When the permit authorizes installation by the open -cut method, not more than one lane of the highway pavement shall be open -cut at any one time. After the pipe is placed in the open section, the trench is to be backfilled in accordance with specifications, permanent repairs made to the surfacing and that portion opened to traffic before the pavement is cut for the next section. 2. CONSTRUCTION REQUIREMENTS: Unless otherwise authorized, pipes and conduits shall be installed in a manner to provide a minimum clearance of 42- inches between the top of pipe and surface. P.C.C. pavement shall be scored to a depth of 1'i inches by means of a concrete saw to provide a neat and straight pavement break along both sides of trench; also, provide an unfractured pavement joint and rigid bonding of pavement replacement patch. A.C. pavement shall be scored as required above for P.C.C. pavement except where in the opinion of the State Inspector the pavement has been cut neat and straight along both sides of trench to provide an unfractured and level pavement Joint for bonding existing pavement and replacement patch. 7-MP-13 JUL 74 Rev (over) C1 0 • itepairs to p.C.,,. pavement shall be made of backfill ant shall be made of Portlan minimum ul' 'j sa_ks of per cub1� ,, ehall equal existing pavement thl,cknes!�. cured and protected from cement inay be required at ';hn J' eti�ni sentative. within , working days of completion 1 Cement Concrete containing a Replacement of P.C.C. pavement The concrete shall be satisfactorily not less than 48 hours. High early tnA Dept. of Transportation repre- Repairs to A.C. pave-1;0,11^ s- be irr. °r 5 working days of completion of backf't.11 and shah u': :r :i�, v..tn .�. _ �.� ncrete meeting State sped- catlon :,, w1'.h every mn,ie t.� existing pavement as to color and suri'a,.:e texture. Replacement of ;, ncn.t shall equal existing pavement thickness but riot lese than ..;". k base shall be required. Structural backfill within the existing :- i',pos =d roadbed area shall be com- pacted in horizontal layers riot excee,ilhr4 i,i ?.hickness using approved hand, pneumatic or mechanical type tampers 1:; ot &in a "relative compaction" of 95 percent using California Test Method backfill outside of slope lines and not beneath any roadbed sha.;l 2 oa:pacted to a relative compaction of 904. Backfill material shall hav, r '.' : :r, i Equivalent" value of not less than 20 as determined by the Callfor�ii� ',,s" method 217F, if the excavation falls within the existing or propo;:ed ,oa;ibeo. Consolidation by ponding and jetting will permitted when, as determined by the engineer, the backfill mate- rial is of such character that it will !:c sel:'- draining when compacted, and the foundation materials will not soften or be otherwise damaged by the applied water and no damage from hydrostatic pressure will result. Ponding and jetting 1 of the upper 4' below finished grade Is not permitted. When pon ng an e ng s permitted ma er a or use a,- strut u�'ra=ackfill shall be placed 4 and compacted In layers not exceeding <;" in �.iLckness. Ponding and jetting m:. « methods shall be supplemented by the use of vibratory or other compaction equip- ment when necessary to obtain the required ?ornpaction. By accepting this permit, the Permittee agrees to pay all laboratory costs in conection with the necessary tests which may be required by the Dept. of Trans- portation engineer to determine the san.i equivalent value of the backfill material or the trench backfill compact.i.orr. It is further understood that the frequency of such tests shall not exceed one test per 1500' of trench at elevations of not less than every 2' of backfill depth. Prior to starting the trench backfill, the Permittee shall make the necessary arrangements with the Dept. of Transportation or a private materials testing laboratory to conduct these tests. Repairs to asphalt shoulders shall be made with asphalt concrete to match the existing ; >houlder. Concrete sidewalks or curbs shall be cut to the nearest score marks and re- placed equal in dimensions to that removed with score marks matching existing score marks. When Installation is to be made by boring or jacking under the traveled way, excavations on either side of the road ahall be sufficiently distant from the edge of pavement to insure pavement stability and minimum obstruction to traffic as determined by the State's representative. If considered necessary by the State's representative, the Permittee shall at his expense, pressure grout from within the cazing and /or from the top of pavement, the area between the pavement and the casing in order to fill any voids caused by the work as covered under this permit. Service connections must be installed at an 'mrle. of 90 degrees from the center line of the State highway which the r.:Ln line traverses. MAINTENANCE — PERMITS SPECIAL PROVISIONS FOR ENCROACHMENT PERMIT NO. 778 —U- 787196 HIGHWAY FACILITIES: THE PERMITTEE SHALL NOTIFY THE DIVISIO.d OF HIGHWAYS' SIGNAL LABORATORY AT 213 - 7231373, AT LEAST 72 HOURS IN ADVANCE OF ANY EXCAVATION WITHIN 500' OF A SIGNALIZED INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. THE PERMITTEE AND /OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYMENT OF ALL COSTS INCURRED BY THE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION. REQUESTS FOR RELOCATION OF FACILITIES FOR THE CONTRACTOR'S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS, —t/P -650 -r'(', 6 %i 4 ILLUMINATED TRAFFIC CONS 0 ATTACHED TO AND M.^.DE A PART OF PERMIT NO. 778 -U- 787196 Illuminated traffic cones shall conform to the following provisions. Illuminated traffic cones shall be furnished, placed and main- tained at the locations specified by the Department of Trans- portation's representative in the field at no expense to the State. Cones shall be made of highly pigmented, translucent, fluo- rescent, red - orange, polyvinyl chloride. The cones shall be a minimum of 28 inches high with a base at least 14 inches square. The cones shall be illuminated by setting each cone over an operating lighting unit placed directly on the pavement. The lighting unit shall consist of a 6 -volt, dry cell battery and a 3 -watt lamp. The battery shall be of sufficient capacity to operate the lamp at full brilliancy for a minimum of 8 hours anc shall be provided with a polarized receptacle on top which will accommodate a lamp socket and lamp. Reflectorized tape with a pressure sensitive adhesive shall be placed over the top of the battery to reflect the light upward prior to insert- ing the lamp socket and lamp. The lighting unit shall be weatherproof and shall have maximum dimensions of 3" x 3" x 6 ". There shall be a minimum of two batteries in good working order for each cone at the job site at the start of each working night. Permittee shall replace batteries in the lighting units, when, in the opinion of tl:e Inspector, the brilliancy of the lamps becomes inadequate. Illuminated traffic cones damaged from any cause during the progress of the work shall be immediately repaired or replaced by the oermittee at his expense. All work shall conform to the "Manual of Warning Signs, Lights, and Devices For Use In Performance of Work Upon Highways ". 7 MP -618 Sept 73 Rev 0 0 "The permittee for himself, his personal representatives, successors in interest and assigns, as part of the con- sideration hereof, does hereby covenant and agree (1) that no person on the ground of race, color or national origin shall be excluded from participation in the use of said facilities, (2) that in the construction of any Improvements on,. over, or under such land and the furnishing of services thereon, no person on the ground of race, color or national origin shall be bxcluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, and (3) that the permittee shall use the premises in compliance with all other require- ments imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- aasiated programs of the Department of Trans- portation- Effectuation of Title VI of the Civil Rights Act of 1964, and as said regulations may be amended." "That in the breach of any of the above non - discrimination covenants, the State of California, shall have the right to terminate the permit and to re -enter and repossess said land and the facilities thereon, and hold the same as if said permit had never been made or issued." CITY OF NNWPORT REACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. This is to certify that the Company named below has isuued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the Insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not loss than 1500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be Cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as followss City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 93663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport beach, and includes a severability of interest clause. a. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but to not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractorq Protective ;,lability; Marine or Aviation (when applicable); and Property Damage. This Endornem rit� effective when signed by an Authorized Re PNsentative of L-- YYYYYY ��1 nma o nsurence Company) and when issu Ci�fa 11 be valid and form part of Policy Nn. v ing am Insure expiring__ /J NAME OF1�A 0 R ADDRESS - AGE /BROKE�� Authorized Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate in cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company • r CONTRACT NO. 1957 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR Approved by the City Council on this 22nd d=May, oris Geor City erk 1977 -78 SUBMITTED BY: ra //Q c4ee Cow%,P -g Contractor l/z% 6.Ae)' Ito-fCt Address Cos�0. /`1era, 9� 6 2:6 City S- Z/ 9 - /SS/ Telephone /,3Z Fa 7' Total Bid-Price , 1 • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 13th day of--Tu—ne 1978, at which time they will be opened and read, for performing work as lo fo — w WATER MAIN CONSTRUCTION AND REPLACEMENT -- CORONA DEL MAR, 1977 -78 CONTRACT NO. 1957 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 Secretor or Assistant Secretary are required an t� he coor orate Seal shams be affixed to a 1 documents requiring signatures. In the case of a ar>s tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1976. Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) 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 holder's 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 Director of Industrial Relations 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. A copy of said determination 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 apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -27 -77 t 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. 2.6 4, 2 G i Classification _A Accompanying this proposal is Oldd a r asn, , Lasmer s LnecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 49Z e Number — /SS/ Phon- -e Number Tuti-vt !3. 1978 Date G' a r i e�_ C,�►� r G 1�,. AO a ky ..Zi1c Bidders Name �y �^ nn SEAL) J(iLsc�r^� ft S . P&thorized Signature Authorized Signature G0kPQRAT10N 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: 16Aes 3 &llacl.er pre s�dek7 w.e t Z Goy ✓ P • Sec re i�a r DLd ►LcaW ('"r'a /10-e.14 cr Tr e.ciS CA_ rcv� Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. eap ya�i..� C�rooa�e E' So�,roe�e► LoS � 2. Hod- Taps AJ-r 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Gat (OL C_ e_F GL % P,,-" I Bidders Plame /3 p. Frer id t4.,-T- 0 Authorized Signature CA pa ►- a l Ib X. Type of Organization (Individual, Co- partnership or Corp.) k e► Vtree Cos Address A r � BIDDER'S BOND TO ACCOMPANY PROPOSAL Page 4 KNOW ALL MEN BY THESE PRESENTS, That we, m as Principal, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ }, lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice inviting Bids" within ten (10) days (not including Saturday, 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 became null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney- in- Fact) �Y Surety I By I Title i BID BOND THE ETNAALTY AND SURETY COMPANY ■ *• Har d, Connecticut 06115 77a & CASUALTY KNOW ALL MEN BY THESE PRESENTS, That we, CALLACHER COMPANt', INC. Bond No. 59 SB 012949 hCr\ as Principal, hereinafter called the Principal, and THE IETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OP NEhPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of 10 PERCENT 01 THE AMOUNT 01 THE BID - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars (S - - - - - - - - - - - - - -), for the payment of which sum well and truly to be made, the said Principal and the said Surety,bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for RATER Me \II\ CONSTRUf:T]OV AVD RI=.PI,t \C1Df1 \'1' CORONA DF.L MAR 1977-1918 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Con tract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may In good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of June 19 78 CALLACHER CO.NIPANY, (Pcinc;peD tie =n (Wimes5) 61 (Title) THE,JE�NA CASUALTY AND SURETY COMPANY ,ai e1111C I "I'LF, (Ar racy- ;n -Pnir AIA DOCUMENT A310 BID BOND FEBRUARY 19 -10 F.D. THE AMERICAN INSTITUTE OF ARCHITECTS t5- 1069 -G) 10 -70 CAT. 2276A, PRIo TED IN U.5 A. 0 5 a n a n 0 z o o N n � m n 0 0 3 P z m Z a fl a N C a r 0 STATE OF CALIFORNIA County of Or -ann'e f OP004902: = °hL 4a3E °- 3<3«- �mkG94d? e Ss. On this 13 th day of J Lille in the year one thousand nine hundred and s e Verity - e i gilt before me. NaRcy Lee fisher allotary Public in and for the County of Orange State of California. residing therein, duly commissioned and sworn, personally appeared Catherine E. Garrity known to me to be the .Attorriey -1i1 -Pact of THE 'ETNA CASUALTY AND SURETY COMPANY. the corporation that executed the within instrument, and also known tometo be the person who executed it on behalf of said corporation therein named. and= he— acknowledgedtome that such corporation ex- ecuted the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my office in the Newport Beach County Of (bra ft QC the day and year in this certificate first above written. Notary Public in and for the County.,of Orange State of California. (S- 1292 -D) 5 -71 PRINTED IN V.S.A. • GALLACHER COMPANY ". California Lic. No. 2662 1127 Baker Street COSTA MESA, CALIFORNIA 92626 (714) 549.1551 TO City of Newport Beach Department of Public Works ..ewport Beach, California GENTLEMEN: WE ARE SENDING YOU EX Attached ❑ Under separate cover via the following items: • Shop drawings ❑ Prints ❑ Plans ❑ Samples d Specifications • Copy of letter ❑ Change order I3 Photocopy of balance sheet LIEUUO OF UMMOGA70111MIs DATE 6/22/78 JOB NO. ATTENTION RE: .dater gain Replacement, Corona debar, 1977 -78. COPIES DATE NO. DESCRIPTION 1 I December 31, 1977, Balance Sheet. THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ For your use ❑ Approved as noted ® As requested ❑ Returned for corrections ❑ For review and comment ❑ • Resubmit copies for approval • Submit copies for distribution ❑ Return --corrected prints ❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US REMARKS COPY TO t SIGNED: FORM 2/ 2 -AvWl la from Q Towmend. Mass. 014N It enclosures are not as noted, kindly nobly 'at once. 0 N C� GALLACHER COMPANY, INC. BALANCE SHEET December 31, 1977 ASSETS Current assets Cash ;$ 20.733 Accounts receivable 28 958 Unbilled accounts receivable 48 983 Accounts receivable - retention 22 007 Loans receivable from stockholders 6 403 Prepaid expenses 2 078 Total current assets 129 162 Properties (at cost) (Notes 1 & 4) Office furniture & fixtures 324 Machinery & equipment 52 382 Autos & trucks 28 219 80 925 Less accumulated depreciation 29 141 51 784 Deposits 92 LIABILITIES & STOCKHOLDERS' EQUITY Current liabilities 181 038 Accounts payable 34 671 Payroll taxes payable 1 629 Deferred income taxes 16 304 Contracts payable 3 613 Other liabilities 150 Total current liabilities 56 367 Contracts payable (Note 4) 9 260 Less current portion 3 613 5 647 Common stock, $50 par value, 250 shares authorized and outstanding 12 500 Preferred stock, $50 par value, 750 shares authorized and outstanding 37 500 Retained earnings 69 024 119 024 Prepared without audit. The accompanying notes are an integral part of these financial statements. $ 131 038 0 0 Page 5 NON - COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or'manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this_ _day of 19__? My commission expires: J7it7 _�' ��': -/r O`RFANGE nx.,ML 5LIAL ORA L. HURST �r6 NOARY PUBLIC CALIFORNIA PINCIPAL OFFICE IN COUNTY My Commission Expires May 31, 1981 ac�,.._.o. I re.f / rJC �-•�� C m, � �e -<�t� 2 ✓ �a Hwy .L"'cQ Notary Public 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. Page 6 f � 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. /977 �'i7� o.�. �c a,< /�icc�i �%ae �a�t«ty 2i3'S5S -=4 /977 MGRS E I Iota f3tfl MaLt,«i 91r 9 -2ySo 1.____ • CITY OF NEWPORT BEACH PURI,IC WORKS DEPARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR, 1977 -78 CONTRACT NO. 1957 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, CA 92663 Gentlemen: PR 1 of 4 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 Con- tract No. 1957 in accordance with City of Newport Beach Drawing W- 5138 -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: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 2 3 1,830 Install 12" A.C.P. - -Class 150 Linear Feet water main. @UV ,A n.�s Dollars and a7. o/ % p 4,, Cents $ .3.2. $ J� Per LineV Foot 1,550 Install 8" A.C.P. - -Class 150 Linear Feet water main. @ twan. rC, Ot-%4_ Dollars and O6 .r Ftc, Cents $ Per Linea Foot 180 Install 6" A.C.P. - -Class 150 Linear Feet water main. Dollars —7 and Cents Per Linear Foot � • • PR2of4 ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 4. 270 Install 4" A.C.P. - -Class 150 Linear Feet water main. ! )J @ Dollars and U-6 Cents Per Linear $ �} p $ d /QQ Foot �--- 5 • 1 Install 12" hot tap to existing Each 18" C.I.P. , including 12" gate valve assembly. Dollars and i� Cents $� O 10 $ i Per Each 6• 2 Install 6" hot tap to existing Each 6" A.C.P., including 6" gate valve assembly. r„t % @61.e l tow, r�. rs. I�✓ Dollars and Cents $ l) 3 6 0 co $ 2.-72-o 22 Per Each 7. 3 Install 12" butterfly valve. Each @ Dollars an Cent s $ (u � o o� $ 2.0 Per Each 8• 3 Install 8" butterfly valve. Each @ fi. rtc :t.�Dollars and In o Cents an $ Per Each 9. 5 Install 6" butterfly valve. Each @ T.,s m( f,,,t X� Dollars and ►� Cents $ 2 tP6 $ j Li Per Eac h • • PR3of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 7 Install fire hydrant assembly Each per Std. 500 -L. @aw Dollars r - and 1^6 Cents $ Per Each ' 11. 2 Install air and vacuum release Each valve assembly per Std. 515 -L. @MP 'jX..� - Dollars and �.t a Cents $ /� O Z d i $ 20 1) 1(0 Per Each 12. 170 2" cop �er tubing for reconnection Linear Feet of 3/4' and 1" meters. @ Dollars and k e Cents $ /I/ - 60 00 Per Linear Foot 13. 3 Reconnect existing 3/4" meter Each service to new main. @�crr liars and Cents $ 220 °- $ (o O _' Per Each 14. 3 Reconnect existing 1" meter Each service to new main. @ Dollars and a, o� �.� Cents $ ZL/0— $ 7) 0 Per Each 15. 4 Reconnect existing 1 -1/2" Each and 2" meter service to new main. Dollars ?,ce Cents $ 3 30 $ 1,32- 0- Per Each �� • • PR4of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT . UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 5 Remove existing hydrant. Each nn J. ,rtcoDollars and as Li.e Cents $-ca 0 $ Z — Per Each 17. 1 Reconnect 6" fire service. Each @ llars kk� Cents $/a�-O— $ /,Ozp -' Per Each 18. 600 Construct 2" thick asphaltic Linear Feet concrete temporary resurfacing. �a @ CO-9- Dollars j and coo _tp - Cents Per Linear Foot TOTAL PRICE WRITTEN IN WORDS 1446^ Alit -4„ / and I Cents TOTAL $ /37 9 �� CONTRAC'TOR'S LICENSE NO.144267 Gg t Telephone Number s y 9' /SS/ 11 V7 Qg ke r .T'rrae.t Carl"°- /�LcfoL- (Bidder's Address) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1977 -78 CONTRACT NO. 1957 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. . . . . . . . I III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . . . . . . . . . . 2 B. East Coast Highway . . . . . . . . . . . . . . . . . . . 3 C. Intersections . . . . . . . . . . . . . . . . . . . . . . 3 D. Street Closures . . . . . . . . . . . . . . . . . . . . . 3 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . 4 VII. NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . . . . . 4 VIII. EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . . . . . 5 IX. PROTECTION OF EXISTING PROPERTY CORNERS. . . . . . . . . . . 5 X. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . . . 5 XIII. STORAGE AREA . . . . . . . . . . . . . . . . . . . . . . . . 6 XIV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 6 A. Asbestos Cement Pipe (A.C.P.) . . . . . . . . . I . . . . . 6 I 17 • iS CONTRACT N0. 1957 INDEX TO SPECIAL PROVISIONS ( Cont'd) SECTION PAGE XIV. CONSTRUCTION DETAILS (cont'd) B. Cast -Iron Fittings . . . . . . . . . . . . . . . . . . . 7 C. Flanges . . . . . . . . . . . . . . . . . . . . . . . . . 7 D. Gaskets . . . . . . . . . . . . . . . . . . . . . . . . . 7 E. Bolts and Nuts . . . . . . . . . . . . . . . . . . . . . 7 F. 2 -Inch Copper Service Lateral . . . . . . . . . . . . . . 7 G. A.C.P. Installation . . . . . . . . . . . . . . . . . . . 7 H. Trench Restoration . . . . . . . . . . . . . . . . . . . 9 XV. HOLD HARMLESS . . . . . . . . . . . . . . . . . . . . . . . .10 17 0 0 CITY OF NEWPORT REACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1977 -78 CONTRACT NO. 1957 I. SCOPE OF WORK The work to be done under this contract consists of constructing ap- proximately 3,700 linear feet of asbestos - cement water main (4 -, 6 -, 8 -, and 12 -inch) and related appurtenances in various paved streets in Corona del Mar. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. W- 5138 -5), the City's Standard Special Provisions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction [1976 Edition]), including supplements to date, copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5.00. II. COMPLETION. SCHEDULE. AND PROSECUTION OF WORK The Contractor shall complete all work on this contract within 90 con- secutive calendar days after award of the contract by the City, and as specified in Section 6 of the Standard Specifications. The Contrac- tor shall submit a complete construction 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.) The Contractor's schedule shall consider the phasing of pipeline con- struction, testing, disinfection, and connection to the existing system. The Contractor shall use the following guidelines in establishing this schedule: I . No connections to existing pipelines will be permitted until the new line has satisfactorily passed the hydro- static test and has been disinfected. 2. Hydrostatic pressure testing will be permitted against new valves. Any temporary bulkheads for thrust re- sistance will be the responsibility of the Contractor. 3. Cutting -in of new lines shall be done at times resulting in the least disruption to water service. Shutdowns of up to four hours during the day will be permitted SP -1 0 Ii and do not require bypass. Operations requiring a longer shutdown period will require a temporary bypass, to be provided by the Contractor. 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, not separately provided for in the proposal, 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 accordance 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 accord- ance with Section 7 -10 of the Standard Specifications (except as modified herein) , and with the Standards contained in the Work Area Traffic Control Handbook, also published by Building News, Inc., and with the attached State of California Department of Transportation Utilities Encroachment Permit when working in the State Highway right -of -way. Vehicular and pedestrian access shall be maintained at all times for all businesses and residences adjacent to the project area; except where necessary conditions preclude such access for rea- sonable periods of time as determined by the Engineer. At the end of each working day, any open trench shall be securely plated to allow local access. All local street closures to through traffic shall be limited to the hours of 7 a.m. and 6 p.m., Monday through Friday, excluding holidays, for a maximum of two consecutive days. All streets affected by this project carry two -way traffic. Where any of these streets are reduced to a single lane, flagmen shall be used during construction hours. Where any restrictions herein mentioned necessitate the tempo- rary prohibition of parking on affected streets during construc- tion, the Contractor shall furnish, install, and maintain in -place "No Parking Anytime" signs (similar to State Standard Sign R -38) indicating the limits of towaway. Signs shall be installed at loca- tions not more than 150 feet apart, and shall be posted and the City notified a minimum of 48 hours in advance of the need for enforcement . SP -2 0 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 proposed by the Contractor or required herein. 2. Each drawing shall show the location and signing of all signs, barricades, lights, warning devices, and temporary parking restrictions. 3. Each drawing shall show the periods of street 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. East Coast Highway Within East Coast Highway right -of -way all work requiring closure of any traffic lanes shall be performed at night between the hours of 7 p.m. and 6 a.m. using lighted cones. A minimum sidewalk width of 30 inches must be maintained at all times for pedestrian traffic. (See attached Utilities Encroachment Permit for additional requirements.) C. Intersections At all street intersections, the Contractor shall maintain a single lane for local traffic. D. Street Closures All other streets not specifically mentioned above may be closed to through traffic subject to the limitations as described in Sub- section A above. 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 Groundwater Control). 2. Permit: California Coastal Zone Conservation Commis- sion, South Coast Regional Commission. 3. Permit: State of California, Department of Transportation. SP -3 0 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. This contract requires completion of all work, within the California Department of Transportation right -of -way (State Route No. 1, East Coast Highway) to be done in accordance with the requirements of the encroachment permit attached hereto. The Contractor is required to post a $1,000 bond on a State of Cali- fornia Bond Form P -4 which will cover his work within the state right -of -way for a two -year period. The Contractor will also be required to make arrangements to pay the State Department of Transportation for inspection, striping, and testing charges. Before disposing of any demolition or removals at any sanitary land- fill site in Orange County, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit; its purpose is to provide authori- zation for the Contractor to use those disposal facilities for disposal of 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 opera- tions will start and approximately when vehicular accessibility will be restored. Between 24 and 48 hours before shutting off water service to any resi- dence, 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. SP -4 0 0 The above written notices will be prepared by the City, and the Con- tractor shall insert the applicable dates and times when he distri- butes the notices. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotifica- tion 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 per- formed under and very near existing water, sewer, storm drain, gas, electrical, telephone, and television lines. The Contractor shall in- vestigate, 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 existing 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 compensation will be made. X. WATER The Contractor shall make his own provisions for obtaining and apply- ing water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrange- ments for water purchases by contacting the City's Utilities Superinten- dent, Mr. Jim Frost, at (714) 640 -2221. No charge will be made for water needed to disinfect and purge new water mains. XI. GUARANTEE The Contractor shall guarantee for a period of one year, after accept- ance 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 GROUNDWATER CONTROL It is anticipated that surface and ground or other waters will be encoun- tered at various times and locations during the work herein contem- plated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid ac- cordingly. The Contractor shall conduct his operations in such a man- ner that storm or other waters may proceed uninterrupted along their SP -5 XIII F 0 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 Engi- neer, 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, sufficient to prevent such waters from entering storm drains or the ocean. The Contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone [714] 684 -9330, 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 imple- mentation and maintenance of the control facilities. The Contrac- tor's attention is called to Subsections 7 -8.1 and 7 -8.6 of the Standard Specifications as regards project site maintenance. STORAGE AREA A storage area at the corner of Fifth Avenue and Marguerite Avenue is is available for the Contractor's use. The Contractor shall maintain the area in a neat and orderly manner, and upon completion of the con- tract or as directed by the Engineer, shall clean and return the area to its original condition including repairs as required. XIV. CONSTRUCTION DETAILS A. Asbestos Cement Pipe (A.C.P.) Asbestos cement pressure pipe shall conform to Section 207 -7 of the Standard Specifications and AWWA C400 Type II and these Special Provisions. In addition to these requirements all A.C.P. products which are manufactured outside the United States shall be sampled and tested at the last distribution or storage point in California in conformance with the hydrostatic strength, flexural strength, and crushing strength requirements of ASTM C 296 Type II. The Contractor, at no cost to the City, shall supply the facilities and arrange for the testing by a testing laboratory licensed by the State of California. A Certificate of Compliance certifying the above requirements and signed by the testing labora- tory shall be furnished to the Engineer prior to the time of deliv- ery of the pipe. Any pipe not conforming to the above require- ments will not be acceptable for the project. SP -6 0 6 B. Cast -Iron Fittings Cast -iron fittings shall conform to Subsection 207 -9.2.3 of the Standard Specifications and shall be for a working pressure of 150 psi unless otherwise indicated. C. Flanges Flanges for waterline shall conform to AWWA C207 Class D. All flanges shall be furnished with flat faces. The flanges shall be attached with the boltholes straddling the vertical axis of the pipe, unless otherwise shown on the Plans. The flanges shall be attached to the pipe in conformance with the applicable provisions of AWWA C207. 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 blind flange. The gasket shall be cemented to the surface of the blind flange. E. 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. F. 2 -Inch Copper Service Lateral Two -inch copper service lateral shall be furnished complete includ- ing installation, fittings and appurtenances, backfilling, compaction, and testing and sterilization required to install service lateral. G. A.C.P. Installation A.C.P. laying shall be performed in accordance with the recom- mendations of the manufacturer as described in the most recent publication of "Installation Guide, Transite Ring -Tite Pressure Pipe" published by Johns - Manville Corporation. Care shall be used to prevent damage in handling, moving, and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches , bruises, cracks , or chips. SP -7 0 • 1. Handling and Storage: A.C.P. shall be handled in such a manner so as not to be dropped or bumped. The pipe shall be so loaded that the spigot end of the pipe shall not come in contact with the back of the bell of the adjacent pipe. Machined ends of the pipe shall be protected from damage by scratching or chipping, and any damaged section will either be rejected or shall be cut and a new machined end section made conforming to the original section. Repaired pipe shall be submitted to the Engineer for his approval as to compliance with these Specifications. 2. Support: The pipe shall be supported on mounds of bedding material at approximately 2 feet 6 inches from the end of each pipe length. Mounds shall be of sufficient height to provide a minimum clearance of 4 inches between the trench bottom and the bottom of pipe couplings. Valves and fittings shall be firmly blocked with poured -in -place concrete thrust blocks which shall remain in place. 3. Defective or Damaged Pipe: The pipe and couplings shall be thoroughly cleaned prior to assembly and shall be carefully inspected for defects. Any length of pipe, couplings, sleeve, or rubber ring found to be defective in workmanship or mate- rial or so damaged as to make repair and use impracticable, shall be rejected and removed from the work. In the event a portion of a length of pipe is damaged, the damaged portion shall be cut off in such manner as to make a clean even cut. 4. Avoiding Contamination: Care shall be exercised at all times to avoid contaminating any of the pipe or fittings. Dirt shall be prevented from entering the pipe as far as practicable and, if necessary, the pipe shall be swabbed before being placed in position. Every open end of pipe or fitting shall be carefully plugged with a cast -iron or test plug at the end of each day's work. No burlap or other similar temporary plug will be permitted. After installation and before making connections to existing water mains, the new pipe shall be tested and disinfected. 5. Assembly of Pipe: Couplings and rings shall be placed in the trench on the end of the last length of pipe laid. Pipe ends shall be cleaned and lubricated as recommended by the pipe manufacturer. After proper bearing has been obtained, couplings shall be assembled in a workmanlike manner, using approved coupling pullers. 6. Nipples: Asbestos- cement nipples shall be at least 19 inches long. am 0 0 H. Trench Restoration 1. Temporary Resurfacing: Due to the restricted access closure times specified in Section IV of these Special Provisions, tem- porary 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 tempo- rary resurfacing shall be performed at the direction of the Engineer, and all costs involved in maintaining normal vehicu- lar access to these locations shall be included in the unit price bid per linear foot for constructing temporary asphaltic con- crete resurfacing. 2. Permanent Trench Restoration: a. Portland Cement Concrete: Portland cement concrete used for permanent resurfacing shall be Class 564 -C -3000 and attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM C 78) within 28 days after place- ment. Portland cement concrete shall be securely barri- caded 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 in- volved 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 concrete strength requirements described above and the schedule limitations described in Section IV of these Special Provisions, 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 re- quired to meet these conditions. b. Asphaltic Concrete: Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the City's Standard Specifica- tions shall be applied to the existing asphalt concrete sur- faces and between the base course and the surface course. Asphaltic Concrete shall be Type III -C3 -AR -4000 conform- ing to the requirements of Subsection 400 -4.3 of the Stan- dard Specifications. UM XV. HOLD HARMLESS The Contractor shall hold harmless, indemnify, and defend the City's Consultant for this project and each of their officers, agents, and em- ployees from any and all liability claims, losses, or damage arising out of or alleged to arise from the Contractor's (or subcontractor's) negligence in the performance of the work described in the construction documents, but not including liability that may be due to the sole negli- gence of the City's Consultant or their officers. agents, and employees. SP -10 FORM DMO -M. P.302 ,REV. a-ve) . ..... MIT Nn. M- -- 767196 DIST. CO. RTE. P.M. 07 ORA 001 16.06/15.77 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION UTILITIES ENCROACHMENT PERMIT To City of Newport Beach 3300 Newport Blvd, Los Angeles California Newport Beach, CA. 92660 Attn: Mr. Eldon Davidson Dated March 29 11978 Permittee 1. Subject first to the applicable law, and second, to the terms and conditions Relating to Utility Encroachments issued by the State of California, Department of Transportation, which by this reference is made a part hereof, permission is hereby given to construct approximately 300 feet of 4 -inch A.C.P. water main beneath the sidewalk at three locations on the westside of Coast Highway, ORA- 001 - 15,77/16,06, Corona del Mar, as shown on the attached plans C -1957• All work within State R/W shall be in accordance with the Department of Transportation Standard Specifications dated Jan. 1978. Permittee shall arrange for a pre - construction meeting at the job site with the State Representative and all other interested persons to discuss general work requirements. Permission is also granted to abandon the existing 8 -inch C.I.P. water main and remove the existing fire hydrants on the westside of Coast Highway from Goldenrod Avenue to Larkspur Avenue. Those sections of 8 -inch A.C. water main to be abandoned shall be filled with slurry and /or rotary mud and plugged with P.C.C. in accordance with your attached Plan No. ( CONTINUED) 2. This Permit has been issued by the Department pursuant to: Complete { ) Your Application of February .15 . 19 78 Proper ( ) Utility Notii-c No. of .. .. ., 19 Line j ( ) Agreement No. of , 19 :1. This permit applies only to the work specificalh authorized above. 1. luspoctiou roquirod by Division —Full (X ) Partial ( ) ), This Permit' shall he void unless the stork hereivahove provided for shall have been completed before June Z n 19 7 ,unless time extcusion granted by separate ]cider. AS:ne OF TBANsronTATION cc: LBCH HUNTINGTON BCH MEDINA -Ins 4R. MOTODA -Info. BI sS 3, S, n6irieer (Copies of the incorporated Terms and Conditions may be obtained upon request.) i City of Newport Beach -2- 778 -U- 787196 "Temporary No Parking" signs shall be posted along the west curb line within the construction limits at least 24 hours before work is started. All work requiring the closure of any traffic lanes shall be performed at night between the hours of 7:00 PM and 6:00 AM, using lighted cones and portable generators, etc. All A.C. and P.C.C. sidewalk and driveways shall be saw cut by means of a concrete saw. Installation under the curbs, gutters and cross gutters shall be performed by hand tunneling methods and the voids shall be filled with a one -sack, sand - cement slurry. All excavation in the travel way shall be backfilled with S.E. 20 minimum material and the trench shall be compacted to a minimum R.C. of 95 %. A minimum sidewalk width of 30 inches must be maintained at all times for pedestrian traffic. Upon completion of work, Permittee shall clean the highway and the work area shall be left in a neat and presentable condition under the direction and to the satisfaction of the State Representative in the field. No tree roots over 2" in diameter shall be cut. The roots over 2" in diameter shall be carefully tunneled under and wrapped in burlap and kept moist until the trench has been refilled. Trenching machines shall not be used under the trees if the trunk or limbs will be damaged by their use. All pavement marking and obliterated striping shall be replaced by city forces at no expense to C:iltrans. The Permittee's contractor shall furnish the State with a signed application and a $1,000.00 bond on the State's DHM -P -4 Bond Form to cover the work within the State highway right of way. The contractor will be issued a Rider authorizing him to do this work and will be required to reimburse the State for all inspection costs incurred for the inspection of the work performed in the State highway right of way. This permit shall be kept at the site of the work and must be shown to any representative of the Grantor or law enforcement officer on demand. The attached SUBSTRUCTURES, SIGNAL, and ILLUMINATED TRAFFIC CONES sheets are part of this permit. MAINTENANCE SPECIAL TERMS AND CONDITIONS SUBSTRUCTURES TO BE ATTACHED AND MADE A PART OF ENCROACHMENT PERMIT N0.778 -U- 787196 A. Inspection Requirements 1. It is imperative that the Permittee notify the State Inspector at least 48 hours prior to starting any work under this permit. State Inspector Mr. A. Medina Phone 213 -834 -8317 between 0 AM - or if no answer phone - - - - -- between :00 AM and :00 PM. 2. All inspection costs incurred incidental to this work shall be borne by the Permittee unless otherwise specified 6n the face of the permit. 3. All work shall be performed on weekdays during the normal working hours (7:30/4:00) of the Dept. of Transportation's inspector unless other times are specifically authorized. B. Specifications Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Dept. of Transportation Standard Speci- fications dated January 1973 to the satisfaction of the State representative and the following special provisions: 1. SAFETY AND TRAFFIC CONTROL: e A minimum of SEE PERMITlanes shall be provided for traffic in each direction. In addition, minimum clearance of two feet adjacent to any surface obstruction and a five -foot clearance between the excavation and the traveled way shall be maintained. Provision shall be made for barricades, lights, and flagmen to adequately protect the traveling public during construction operations in accordance with the "Manual of Warning Signs, Lights and Devices for Use in Performance of Work upon Highways ". When necessary for public safety, flagmen shall be on duty twenty -four hours a day at no expense to the State. When the permit authorizes installation by the open -cut method, not more than one lane of the highway pavement shall be open -cut at any one time. After the pipe is placed in the open section, the trench is to be backfilled in accordance with specifications, permanent repairs made to the surfacing and that portion opened to traffic before the pavement is cut for the next section. 2. CONSTRUCTION REQUIREMENTS: Unless otherwise authorized, pipes and conduits shall be installed in a manner to provide a minimum clearance of 42- inches between the top of pipe and surface. P.C.C. pavement shall be scored to a depth of 1i inches by means of a concrete saw to provide a neat and straight pavement break along both sides of trench; also, provide an unfractured pavement joint and rigid bonding of pavement replacement patch. A.C. pavement shall be scored as required above for P.C.C. pavement except where in the opinion of the State Inspector the pavement has been cut neat and straight along both sides of trench to provide an unfractured and level pavement joint for bonding existing pavement and replacement patch. 7 -MP -13 JUL 74 Rev (over) Repairs to P.C.:,, pavement shall be made of backfill anc shall be made of Portlan minimum of 7 sL'.ks of ',:m t per cubs, y -hall equal ext3ting pr!verm,nt thickness. cured and protected from 'ist.ur',:n,:e f,:.r cement :nay be requirea at t;hr, 'a +::_e'tlun sentative. within _s working days of completion 1 Cement Concrete containing a r.r•1. Replacement of P.C.C. pavement 'he concrete shall be satisfactorily not less than 48 hours. High early +.i t',e Dept. of Transportation repre- Repairs to A. C. paver „ =n t- . ,. ,. be !i. +, ,, working days of completion of bnckf111 and sham u, rrnc,: wi,n _�ncrete meeting State specl- ;catior;s, w1':tr ever;; ��.'ort male 'u existing pavement as to color and sur;•a.e texture. Replacement of 'k,C. :rr. rient shall equal existing pavement thickness but not iess than .; ". c,. base shall be required. Structural backfill within the existing c;. c.,posed roadbed area shall be eom- pactea in horizontal layers not exceeoi.nr�, sn thickness using approved hand, pneumatic or mechanical type tampers to :,btaln a "relative compaction" of 95 percent .rsing California Test Method .rir' Structural backfill outside of slope lines and not beneath any roadbed sha l compacted to a relative compaction of 90 %. Backfill material shall hav, <r Equivalent” value of not less than 20 as determined by the Californl, :s Method 217F, if the excavation falls within the existing or proposed a•lbe, }, Consolidation by ponding and Jetting will permitted when, as determLned by the engineer, the backfill mate- rial 18 of such character that It will he sel:'- draining when compacted, and the foundation materials will not soften or be otherwise damaged by the applied water and no damage from hydrostatic pressure will result. Ponding and jetting J of the upper 4' below finished grade is not permitted. When pond ng an �ettlng Is permitted, material for use as structural backfill shall be placed j and compacted in layers not exceeding 4` In thickness. Ponding and jetting m.. methods shall be supplemented by the use of vibratory or other compaction equip- ment when necessary to obtain the required -compaction. By accepting this permit, the Permittee agrees to pay all laboratory costs in conection with the necessary tests which may be required by the Dept, of Trans- portation engineer to determine the sand equivalent value of the backfill material or the trench backfill compaction. It is further understood that the frequency of such tests shall not exceed one test per 1500' of trench at elevations of not less than every 2' of backfill depth. Prior to starting the trench backfill, the Permittee shall make the necessary arrangements with the Dept. of Transportation or a private materials testing laboratory to conduct these tests. Repairs to asphalt shoulders shall be made with asphalt concrete to match the existing shoulder. Concrete sidewalks or curbs shall be cut to the nearest score marks and re- placed equal in dimensions to that removed with score marks matching existing score mari< 11. When installation is to be made by boring or jacking under the traveled way, excavations on either side of the road small be sufficiently distant from the edge of pavement to insure pavement stability and minimum obstruction to traffic as determined by the State's representative. I1' considered necessary by the State's repro entative, the Permittee shall at his expense, pressure grout from within the easing and /or from the top of pavement, the area between the pavement and the casing in order to fill any voids caused by the work as covered under this permit. Service connections must be Installed at an tn:,le of 90 degrees from the center line of the State highway which the rc:Ln line traverses. J • MAINTENANCE — PERMITS • SPECIAL PROVISIONS FOR ENCROACHMENT PERMIT N0, 778 -U- 787196 HIGHWAY FACILITIES: THE PERMITTEE SHALL NOTIFY THE DIVISIO,d OF HIGHWAYS' SIGNAL LABORATORY AT 213-723-1373, AT LEAST 72 HOURS IN ADVANCE OF ANY EXCAVATION WITHIN 500` OF A SIGNALIZED INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. THE PERMITTEE AND /OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYMENT OF ALL COSTS INCURRED BY THE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION. REQUESTS i FOR RELOCATION OF FACILITIES FOR THE CONTRACTOR'S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS. 7 —t!P -650 �r:r, 68 �i 0 0 ILLUMINATED TRAFFIC CONES ATTACHED TO AND M.%DE A PART OF PERMIT NO. 778 -U- 787196 Illuminated traffic cones shall conform to the following provisions: Illuminated traffic cones shall be furnished, placed and main- tained at the locations specified by the Department of Trans- portation's representative in the field at no expense to the State. Cones shall be made of highly pigmented, translucent, fluo- rescent, red - orange, polyvinyl chloride. The cones shall be a minimum of 28 inches high with a base at least 14 inches square. The cones shall be illuminated by setting each cone over an operating lighting unit placed directly on the pavement. The lighting unit shall consist of a 6 -volt, dry cell battery and a 3 -watt lamp. The battery shall be of sufficient capacity to operate the lamp at full brilliancy for a minimum of 8 hours anc Shall be provided with a polarized receptacle on top which will accommodate a lamp socket and lamp. Reflectorized tape with a pressure sensitive adhesive shall be placed over the top of the battery to reflect t:;e light upward prior to insert- ing the lamp socket and lamp. The lighting unit shall be weatherproof and shall have maximum dimensions of 3" x 3" x 6 ". There shall be a minimum of two batteries in good working order for each cone at the job site at the start of each working night. Permittee shall replace batteries in the lighting units, when, in the opinion of tl:e Inspector, the brilliancy of the lamps becomes inadequate. Illuminated traffic cones damaged from any cause during the progress of the work shall be immediately repaired or replaced by the permittee at his expense. All work shall conform to the "Manual of Warning Signs, Lights, and Devices For Use In Performance of Work Upon Highways ". MP -6i8 Sept 73 Rev � s ► "The permittee for himself, his personal representatives, successors in interest and assigns, as part of the con- sideration hereof, does hereby covenant and agree (1) that no person on the ground of race, color or national origin shall be excluded from participation in the use of said facilities, (2) that in the construction of any improvements on,. over, or under such land and the furnishing of services thereon, no person on the ground of race, color or national origin shall be bxcluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, and (3) that the permittee shall use the premises in compliance with all other require- ments imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- assisted programs of the Department of Trans- portation- Effectuation of Title VI of the Civil Rights Act of 1964, and as said regulations may be amended." "That in the breach of any of the above non - discrimination covenants, the State of California, shall have the right to terminate the permit and to re -enter and repossess said land and the facilities thereon, and hold the same as if said permit had never been made or issued." tw A • 0 CITY OF NI ' WPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as 'Policy ", and endorsed said Policy as follows to assure compliance by the Named insured with the insurance requirements of the Contract executed by the Named Insured imnd the City of Newport Bench, ( hereinn(ter, "City "). 1. The combined tingle limit for Comprehensive Liability (bodily injury or death, or property damage) is not leas then $500,000 each occurrence, $500,000 aggregate protective and contractual. $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beech, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City to included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but to not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations Premises- Operations: Contraetorg Protective I.lsbility; Marine or Aviation (when applicable); and Property Damage. This Endorecm•R`\r effective Authorized ReVosentative of and when issu VVV, CCi \�a'nj(�all No. dting when signed by an me of nsurance ompany valid and form part of Policy NAME OFOt/ 0 B�8RQa7HR ADDRESS - AGE BROKE Authorized ut or zc epresen ative IMPORTANT: This is the only evidence of insurance acceptable to Ume City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company r z 4 1E 7 4 h a' M • J O W M 2 N� 0 n 3f-z az Ix z OZ t-vWui i L_ J VF W u x n X IIB�IIBII lull l II���INIRNNAN�� tuuuAmi i� 41 1 L_ J VF W u x n X r G f E 7 N z oi- Oam A a Q V ,y F�- ti N C W 2 LJ �iiamenno �iuo��� Imo N9dIINllOdl ennntunAmi � LJ L---A v i W u x �1�@G6@IW6E6@E & @FeEG01�11111� L---A v i W u x 0 RESOLUTION NO. 9 38 8 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO GALLACHER, INC., IN CONNECTION WITH THE WATER MAIN CONSTRUCTION AND REPLACEMENT IN CORONA DEL MAR, CONTRACT NO. 1957 WHEREAS, pursuant to the notice inviting bids for i work in connection with the water main construction and replace- ment in Corona del Mar, in accordance with the plans and specifications heretofore adopted, bids were received on the 13th day of June, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is GALLACHER, INC.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach the the bid of GALLACHER, INC., for work in connection with the water main constructionand replacement in Corona del Mar in the amount of $137,807.50 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 26th day of June , 1978. Mayor ATTEST: City Clerk DDO /kb 6/19/78