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