Loading...
HomeMy WebLinkAboutC-2054 - Water main replacement in Corona del Maro�N- -- �� 12 1979 By U. N &WP RT ,6GACH r TO: CITY COUNCIL FROM: Public Works Department 41 March 12, 1979 CITY COUNCIL AGENDA ITEM NO. H -15 SUBJECT: WATER MAIN REPLACEMENT IN CORONA DEL MAR, C -2054 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 p.m., March 29, 1979. DISCUSSION: This project will provide for the installation of approximately 4,620 feet of 4- through 12 -inch water mains with appurtenances in various streets in Corona del Mar (see Exhibit A). The new mains will allow the City to abandon an existing deteriorated 4 -inch cast iron water main on the Iris Avenue ramp from Ocean Boulevard to Breakers Drive, a 2 -inch galvanized steel water main in Corona del Mar Beach Parking lot, and a 4 -inch cast iron water main on Fernleaf Avenue ramp from Ocean Boulevard to Way Lane, thus increasing fire protection and providing a reliable water system. Clearance has been obtained from the Regional Water Quality Control Board. The Coastal Zone permit has been applied for, and approval is expected prior to the start of construction. The project is estimated to cost $175,000. Financing of the work will be from the Water Fund (Acct. No. 50- 9278 -001). The plans and specifications were prepared by the Public Works Department. The estimated date of completion is July 13, 1979. r Benjamin B. Nolan Public Works Director DH:jd Att. Uq� 111 `QP A4Crq E c 3-10 l � its n� k-,e D O � LEGEN D Ul5T. WATECZ MAIN ----, PROP.. WAT -R MAIN vm CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER j• �` /iii♦ f It I - I ! • � emu_ '" v •STATc B�QCfI',RD,7,C� ucar APPROVED DATE PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO..EXI-{1517- THE NEWPORT ENSIGN PROOF OF PUBLICATION J2015.5 C.C.P.) STATE OF CALIFORNIA, SS. County of Orange. I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above-entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to-wit: .......... March..15.,. ..1.9.7.9 ...................... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 15 day of Mar 19 79 ........... Signature THE NEAN -TORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This s1 . is for the County Clerk's Filing Stamp Proof of Publication of NOTICE INVITING BIDS PUBi:IC NC4E CrrY OF'NEWPOBT BEACH, C1"UFD1(NIA 7 HEALED B ID M9 E '1N1ll' bo re BID$ d at the -if office 1 the Cslq crack city flail No- part Beach, CalBoide, til 230 p. ar (as determined b,,twIehqhw too. signal) oc the 29th d y pFM 1999 at which .Y: time th y ll be qed d ad, for. i ed. ofg ork as iopa - - .. WATFJ6MgW IIEPLACEKENT' CON` NO. 054 CONTIIACr NO. ?054 -Bids m 1 be sobmitted oa the pm,, : J r postal form affected with the contract. ''I doaumems tarnished by the Publi, .. W the Deporat IMC the be retained copy of the proposed s,rm in to,be' retained by e yhe bidder — thikeco.`'ds. . Each ddied.ich be ac Bidder's m, . (I' cant, Payable chec4 or Bidder's Bond, made parable (o the City Of Newport i Beach for an cement bid, to at leant 10 i percent title the asount bid. The title of the hall be lea the words P" SEALED BID" shill clearly marked on the outside of the ' ,, u pa conI The completed, axe such! annse attar must he wad h esecmEa andretumed:a the named bid A: proposal • m B.dh ig,mo nationol Subcontractors C . B;ader:aeona' .' D. Sta f Fd i E. Statement Of Financial Besponsi bility F. Technical ANW, and Experience safe nmaa� nor. doh`umevts shall be idiand with the eignatuie. and.titles al the pmwvs sigafnq on behalf of the bidder. For car rprealamf, the s,stmee of the Preaident or Vice Pmsldent and Secretary or As. Z sfvnr Secretory are mgmred and the arparase Sceleoad be affixed wall do. osmosis requiring >ignaiwos In the cane of a Partnmabip. the signature of at least one general partner is required, No bide will be poce➢ted from n corm tractor who has adt been licensed is on no dance with the provisions or Chapter 9, Divioion ID of the Business and Proles cioni Code:, no' contractor shall state his license niesibei and cliamalkatihn In no. st alI/ is one edi fd day and contract M class. cclb ancod watt thecial pee W.na, may be obentned at the Public Wake Do- pvhf.oii City Hall, Newport B-ach. tractors. It m re cost m lieemed eo end c. It is requested that the plans end contract dacumea be reopen wahi¢ r.,o (2) weeks edict m the Sid open mTh.o n he: ffn.wei t:a Sm ^dmd p; .. .._.. 1 _.. ..,.:.v.:.c i ..iP ArPCCifi:Pd �..,...i.•a� �:..... aC:.... a. �- The City has adapted -the .Standard Specificanarre for Pub1lc :Works Con, =- ,..I etracfion (1976 Edition) as piepared.by. the Southern California Chapters of the American Publto Works Association and i lines" he Asa«iated General Contractors of America. Covias may be obtained from Building News Inc., 3055 Overland Ave., Im Angeles, California 90036, (21 3) B70 -9871. I The City has adopted,Standard Spe- real Provieerm and Standard Drawing. Copies of theme ere available at the Pub- . in Works Department at a cwt of $5 per sat. A standard "City of Newport' Beach Special Emirmerent" form has been adopted by the City of Newport Beach. This form is the only endorsement ac- ceptable to s no auccandallr wr bid. Z parpoe Z will be regaled to complete the form 1 upon award of contract. For any required bonds, the company it iesuinq bid bonds, labor and malarial bonds, and faithful pedomjeace bonds meet be an insurance company or surety company licensed by the State at Cali former . for accord.... with the provinces of Azlicle 2, Chapter 1, Part 7 cl the Cali ,.,in labor Code (Sections 1770 at seq.), the Director of Indwhial Relations has ascertained the _general prevailing rate of per diem wages in the locality in which the work is to be pedemand for each craft. classification: or type of workman a mechanic needed to .rule the or A copy of said determination u available in the office of the City Clerk. All parties to the contract shall be governed by all provieione of the California tabor Code relatirng to prevailing wage rates (Sections 1778 17B1 inclusive), 1' he contractor shall he responsible for compliance with Section 1777.5 .1 the California labor Code far all app,articaabla gccnpatiom: The contractor shall ades post a the n of job site ' r e. Copies be obtained from the Pete- Ito Works Department. The City reserves the light to reject t any or all bids and to waive any infor- i mall, to such bids. Publish: Mar. 15, 1979 in the Newport 98 Ensign. i • October 23, 1979 Gallacher Company, Ine 1127 Baker St Costa Mena Ca Subject: Surety : Aetna Casualty & Insurance Co Bonds go. : 39SM24114 , Project : Water Main Construction and Replacement in Corona dal Mar Contract No. t C 2054 The City Council on July 27, 1979 accepted the work of subject project and authorised the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notices of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on Saptanber 17, 1979, In Book No. 13313, ?age 418. Plesse notify your surety company that bonds may be released 35 -days after recording date. Doris George City Clerk rg cc: Public Works Department RFPufsreo'G PLEASE PETURN TO CITY CLERK CITY OF NEWPORT RFACH 3300 NEWPORT BOIIL.EVAP,D NEWPORT EEACIi, CALIF. 92553 EAXEf,t;PT C1 NOTICE. OF COMPLETION PUBLIC WORKS 1* 13313P6 418 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA S Min. Pat 4 PA SEP 17 ;9 ?9 Pas LEE A. IRAN .H, Ccunfy Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 27, 1979 the Public Works project consisting of Water Main construction ana Repiacement in Corona del Mar, 1978 -79 on which Gallacher Company, Inc. was the contractor, and Me Aetna Casualty & Insurance Company was the surety, was completed. VERIFICATION 1, the undersigned, say: CITY OF NEWPORT BEACH 15uhlir'Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 11, 1979 at Newport Beach, California. y FUME '— WOTKs Director 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 September 10, 1979 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 11, 1979 at Newport Beach, California. ity Clerk I<i. 11f NEyy1'ry of �9j0� CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd 640 -2251 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Ir. Carlyle Attached for recordation is Notice of Completion of Public k Works project consisting of Water Main Construction and Replacement in Corona del Mar, 1978 -79 Contract No. 2054 on which Gallacher Company, Inc. was the Contractor and The Aetna Casualty & Insurance CO-was the surety. Please record and return to us. Very trul yours, /4Dorls �George City Clerk City of Newport Beach Encl. 0 NOTICE. OF COMPLETION PUBLIC WORKS 0 'I o All Laborers and Material Men and. to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 27, 1979 the Public Works project consisting of Water Main construction and Replacement in Corona del Mar, 1978 -79 on which Gallacher Company, Inc. was the contractor, and The Aetna Casualty & Insurance Uompany was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT BEACH - 2✓�iww.� /�. � tiTL vl ublic Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 11, 1979 at Newport Beach, California. -°�bTic Aor s irec or , 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 September 10, 1979 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 11, 1979 at Newport Beach, California, ity Clerk �r LR /J ly, September 10, 1979 cFP 10 1979 COUNCIL CITY COUNCIL AGENDA Sy the CITY CITY OF NrAWPORT REACH ITEM NO. H -12 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF WATER MAIN CONSTRUCTION AND REPLACEMENT IN CORONA DEL MAR, 1978 -79 (C -2054) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction and replacement of water mains in Corona del Mar (1978 -79) has been completed to the satisfaction of the Public Works Department. The bid price was $169,368.25 Amount of unit price items constructed 170,465.45 Amount of change orders 3,020.00 Total contract cost $173,485.45 Funds were budgeted in the Water Fund (Account No. 50- 9297 -001). Three change orders were issued. The first, in the amount of $1,020, provided for the replacement of existing 6 -inch main with 12 -inch in Marguerite Avenue northerly of Coast Highway. The second, in the amount of $450, provided for the cost of delay of the contractor's crew due to a conflict in scheduling work to be done by City forces. The third, in the amount of $1,550, provided for furnishing and installing an air release assembly ($1,100) and an 8 -inch valve ($450), neither of which were included in the proposal. The design engineering was performed by the Public Works Department. The contractor is Gallacher Company, Inc. of Costa Mesa, California. The contract date of completion was August 7, 1979. All work was com- pleted on July 27, 1979. Benjamin B. an Public Works Director GPD:jd = ;ai TO: CITY COUNCIL FROM: Public Works Department • April 9, 1979 CITY COUNCIL AGENDA ITEM NO. G -2 SUBJECT: WATER MAIN CONSTRUCTION AND REPLACEMENT IN CORONA DEL MAR 1978 -79 (C -2054) RECOMMENDATIONS: Approve the request of the apparent low bidder, Monarch Construction of Orange, to withdraw his bids of $101,198.10 and $113,517.00 for Proposals Number 1 and 2 respectively because of clerical errors in bid preparation. 2. Adopt a resolution awarding Contract Number 2054 (Proposal Number 2) to Gallacher Company, Inc. for $169,368.25 and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: Seven bids were received and opened in the office of the City Clerk at 2:30 p.m. on March 29, 1979, listed as follows: Bidder Monarch Construction, Orange Gallacher Company, Inc., Costa Mesa Zapata Construction, Inc., Paramount Brkich Bros. Corp., E1 Monte Frost Constructors, Los Alamitos Doty Bros. Equipment Co., Long Beach Peter C. David Co.. Garden Grove Amount Proposal #1 Proposal #2 $101,198.10 165,065.20 173,124.00 173,212.00 185,121.00 190,006.25 242,342.00 $113,517.00 169,368.25* 180,486.75 180,838.00 188,808.00 204,175.50 251,874.50 *Corrected total, based on extension of unit prices; the proposal total was $170,368.25. This project provides for the installation of approximately 4620 feet of water main in various streets in Corona del Mar (see attached exhibit). Proposal No. 1 was for the installation of asbestos cement pipe. Alternate Proposal No. 2 was for the construction of ductile iron pipe. The work is part of the continuing program to replace existing deteriorated water mains in the City. Award is recommended for the ductile iron pipe alternate (Proposal #2). Ductile iron is 'considered an improved material with greater strength and prob- able longer service life than asbestos cement pipe. The lowest responsible April 9, 1979 Subject: Water Main Construction and Replacement in Corona del Mar 1978 -79 (C -2054) Page 2 bidder is 5.5% lower than the revised engineer's estimate of $179,272.00 for Proposal No. 2. Funds for this project have been provided in the water main replacement program, Account No. 50- 9278 -001. The apparent low bid contains clerical errors in both proposals. The contractor failed to include the materials' cost for the pipe in his estimates. Because of the errors, the low bidder has requested that he be allowed to with- draw his bid (copy of letter attached). The second low bidder, Gallacher Company, is well qualified, and has satisfactorily performed similar work for the City in the past. The plans were prepared by the Public Works Department. The specifi- cations require that all work in the Corona del Mar beach parking lot and ramp be completed no later than June 1, 1979. The estimated date of completion for the total project is July 13, 1979. J�/ Benjamin B. Nolan Public Works Director RH:jd Att. �-ir ♦ \ sCkpOL � �'o� /'^1�'�io,yo��.e j7 u L \v♦ J ':•atr�,�e op �jl�L � � G � lj '� �a' � •93 9 C r xll 5 97 I Q ce 62 �2 / . C -J fr Cro O� RP .LEGEND — — -- EXIST. WATER MAIN ` 9 --r PROP, WATER MAIN '. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WAT6A 1A g1N_..AEPLAC£MEN_L__,._ 4TH BF..4CN'Ftl.2K LlGNT DRAWN S• -3• DATE APPROVED PUBLIC WORX3 DIRECTOR RE.,NO. DRAWING NO. G+r f{�B�T /'rl 0 CALIF. STATE LICENSE NO 300621 P. 0. BOX 630 March 30,1979 ANAHEIM, CALIFORNIA 92805 (714) 635 -6181 To The Honorable City Council City Of Newport Beach 3300 Newport Boulevard Newport, California 92663 Gentlemen: Re: Water main Construction Contract 2054 ._� . . The undersign declares that subject bid that was submitted on March 29, 1979 was submitted in error. I hope that the council will excuse and release the undersigned because of the following reasons listed below: The notes and breakdown were taken from a project that was never bid. the pipe prices were never included because of the competitive bidding of the pipe companies. The notes and break down was found werein it was learned ghis morning that subject bidding had been made mistakenly from the wrong notes. The correct notes reveal that the 12" should have been $40.00, 8" $ 34.75 6" 26.25, 4" 30.00 Proposal (2) $42.00, $37.00, $26.00, $ 30.00. This contractor will submit a copy of subject breakdown if need be. I'm sure the City of Newport or any public body would not wish to take adva- antage of a contractor who made an honest mistake. Yours Truly Monarch Construction of Orange by ele co- partner By fir; :,•,,.,,•,;;:���y 0 RESOLUTION NO. 21 53 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO GALLACHER COMPANY, INC., IN CONNECTION WITH THE WATER MAIN CONSTRUCTION AND REPLACEMENT IN CORONA DEL MAR (C -2054) WHEREAS, pursuant to the notice inviting bids for work in connection with the water main construction and replacement in Corona del Mar, in connection with the plans and specifications heretofore adopted, bids were received on the 29th day of March, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is GALLACHER COMPANY, INC., NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of GALLACHER COMPANY, INC., in the amount of $169,368.25 in connection with the water main construction and replacement in Corona del Mar be accepted, and that the contract for the described work be awarded to said bidder; and 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 9th day of ATTEST: City Clerk , 1979. DDO /kb 4/3/79 0 0 CITY OrNEWPORT BEACH DateApril 17, 1979 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2054 Project Corona Del Mar Water Main Construction and Replacement Attached is signed copy of subject contract for transmittal to the contractor Contractor: Gallacher Co., Inc. Address: 1127 Baker St. Costa Mesa. Ca Amount: $ 169,368.25 Effective Date: AP,11 17- 1079 Resolution No. 9533 Az Doris Geo e Att. cc: Finance Department [] City Ball 3300 Newport Boule%,ard, Newport Beach, California 92663..:.: "`` '' GALLACHER COMPANY,. California Lic. No. 26626 1127 Baker Street COSTA MESA, CALIFORNIA 92626 (714) 549.1,551 TO �` 7 C)1C /VeLJ T ff /�,) RCL O dIEUTO of MRASAUUM DATE /6 JOB NO, ATTENTIO RE: ❑ Resubmit copies for approval • For your use ❑ Approved as noted GENTLEMEN: WE ARE SENDING YOU ❑ Attached ❑ Under separate cover • Shop drawings ❑ Prints ❑ Plans • Copy of letter ❑ Change order ❑ the following items: ❑ Samples ❑ Specifications COPIES DATE NO. DESCRIPTION it Ga I�rai �3 :.0/J' fi �tca hrS THESE ARE TRANSMITTED as checked below • For approval ❑ Approved as submitted ❑ Resubmit copies for approval • For your use ❑ Approved as noted ❑ Submit — copies for distribution • As requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 Cl PRINTS RETURNED AFTER LOAN TO US COPY TO / R SIGNED: �' /..i c FORM 1�trP- AmYede ka,n �TOa,eeM, Maoa Ott it enclosures are not as noted kindly notify once. • . CITY CLERK CONTRACT NO. 2054 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1978 -79 Approved by the City Council on this 12th day of March, 1979. Do iY "s Georg- e City Clerl J SUBMITTED BY: GALLACHER COMPANY, INC. Contractor 1127 Baker Street Address Costa Mesa, CA 92626 549 -1551 Telephone 165 065 20 Total Bid Price Proposal No. 1 169,368.25 Total Bid Price Proposal No. 2 STATE COMPENSATION INSURANCE FUND P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 1 ] ] 7 o l CERTIFICATE OF WORKERS' COMPENSATION INSURANCE 7- y*w-orz Boac.h __11 G7 2'Q -Tfiis is to certify That we have issued a valid Workers `Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. . This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. 5138 82 -79 2 -02- 7912 -01 -8C , 01 —` EMPL,OVER rte— PRESIDENT G _vaa e_ Ccr a Ira. x.127 .r>c^.?{c.• $�= T --=u= 92629 SCIF FORM 262A (REV. 8.78) DUPLICATE a e-]s csr ui+ G115 This endorsement fors a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The followint information is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective 4-11-79 Policy No GL 42701 Endorsement No. 4 Named Insured GALLACHER CO., INC. Countersigned by ? JAY (Tt prjg¢d.l bes tative) This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) It Is agreed that: 1. The "Persons Insured" provision is amended to include as an insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below. Name of Person or Organization (Additional Insured) CITY OF NEWPORT BEACH 3300 NEWPORT BLVD. NEWPORT BEACH, CALIF. 92663 G115 (Ed. 1-73) NAME AND ADDRESS OF AGENCY JAY & RENFRO P.O. BOX 1607 333 NORTH NEWPORT BOULEVARD NEWPORT BEACH. CALIFORNIA 92663 (714) 645 -9000 ) rvrmc rlvo �wrccan �� GALLACHER CO., INC. 1127 BAKER ST. COSTA MESA, CALIF. 92626 COMPANIES AFFORDING COVERAGES COMPANY A AETNA C & S LETTER COMPANY O LETTER v COMPANY ■ LETTER V COMPANY L ER D E COMPANY C LETTER L IThis is to certify that policies of insurance listed below have been issued to th � insured named above and are In force at this time. DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES Notwithstanding any requirement, term, or condition of any contract or other documents with respect to which this certifi- AS RESPECTS CONTRACT NO. 2054 cate of insurance may be concerned or may pertain, the in- CITY OF NEWPORT BEACH surance afforded by this portion described herein; it is subject Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 3_ days written notice to the below named certrflcate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. ADDIT NAME AND ADDRESS OF CERI IFICAT E Hot DER: CITY OF NEWPORT BEACH c/o CITY CLERK 3300 NEWPORT BLVD. NEWPORT BEACH, CALIF. 92663 ACORD 25 (Ed. 11 77) _,. RATE ISSUED'— 4- 13 -79 /bs JAY VRENFRO r Limits of Liability in Thousands (000) COMPANY Pf)LCY EACH AGGREGATE LE1tEP TYPE OF NSURANCE POLICY N11MRIdP EdPIRAtGJN DATE OCCHRRENCE GENERAL LIABILITY 1 BODILY INJURY s5001 $500, ® CoMPReRENSVE FORM GL 42701 3 -1 -80 PREM15F5— OFEHmiONS PROPERTY JAM.AG[ $100, b100, A EXPLOSION AND COLLAPSE HAZA r'rp ONDE- GPOUNO HAZARD I PRODUCTS CUMP" FTED OPERATIONS HAZARD A HOOF_ Y INJURY AND CONTRACTUAL :NSURANCC I PROPFRIY DAMAGE 8 $ v BROAD FORM PROPERTI I', COMBINED DAMAGE INDEPENDENT CONTRAr "0PS i �I PERSONA;. INJUR, I YI Nb FINAL INJUFv AUTOMOBILE LIABILITY ' !Ear 1TFRS:.N .urnPREnEN:,rq +oRM FJ 33381 CCA � 3 -1 -80 Bow LY INOUEv $_ (EACH ACCIDENT: VNEC u A PROPCR L M 1 _ - aoDl rINL N.- N'h PROPFR RAM E $500,- OMB NEO.......1 EXCESS LIABILITY —...._ ..__.. E :carL Y wr;ur nr:r, A UMBRE:_LA FORM 59XS 1588 WCA s 3 -1 -80 c ERTVnACACt s s 1 ,000 1 ,000, , OTHER THANVMBPELL A I ('7M[11NFp FOR%` ? grAT U; oRr �1WORKERS' COMPENSATION, and I EMPLOYERS' LIABILITY I $ OTHER 1 I I DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES Notwithstanding any requirement, term, or condition of any contract or other documents with respect to which this certifi- AS RESPECTS CONTRACT NO. 2054 cate of insurance may be concerned or may pertain, the in- CITY OF NEWPORT BEACH surance afforded by this portion described herein; it is subject Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 3_ days written notice to the below named certrflcate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. ADDIT NAME AND ADDRESS OF CERI IFICAT E Hot DER: CITY OF NEWPORT BEACH c/o CITY CLERK 3300 NEWPORT BLVD. NEWPORT BEACH, CALIF. 92663 ACORD 25 (Ed. 11 77) _,. RATE ISSUED'— 4- 13 -79 /bs JAY VRENFRO I CITY OF NEWPORT BEACH Contract No. 2054 Special Endorsement No. • In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY GENERAL LIABILITY 4 -11 -79 GL42701 3 -1- 79/3 -1 -80 500/500,000 AETNA C & S GALLACHER CO. 100 /100,000 This endorsement is effective g_11_ 19�_, when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER JAY 9 PGNFPl1 TN(lIID8nirE Address 333 N. NEWPORT BLVD. 0 NEWPORT BF4H,.CALIF. 92663 ve IMPORTANT: This is the only evidence of insurance acceptable to t$e City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 CITY OF NEWPORT BEACH Contract No. 2054 Special Endorsement No. 0 In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part.;thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. _ 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport.Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY EXCESS INDEMNITY 4 -11 -79 GALLACHER CO., INC. This endorsement is Authorized Representative shall be valid and form a 59XS 158841CA 3 -1 -79 11000,000 AETNA C & S 3 -1 -80 EACH OCCURRENCE EACH AGGREGATE —tiv -- ... .. ......... 79— 9 Y effective q_�1, 19 when signed b an of the companies affording coverages and when issued to City part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER JAY & RENFRO INSURANCE Address 333 N. NEWPORT BLVD. NEWPORT BEACH, CALIF. 92663 BY (Al,thoriz�d Rey'r'e,_4a tlev�e IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 CITY OF NEWPORT BEACH Contract No. 2054 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part.'thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, o.r underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport.Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on thepart of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY BUSINESS AUTO POLICY 4 -11 -79 FJ 33331 CCA 3 -1 -79 BI /PD 500,000 AETNA C & S GALLACHER CO., INC. 3 -1 -80 MED. 2,000 UM 30,000 _,__... __- COMP ACV/.COLL $100 DED. This endorsement is effective 4 -11- , 197 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER JAY & RENFRO INSURANCE Address 333 N. NEWPORT BLVD. NEWPORT BEASII, CALIF. 92663 By C"thori ve) IMPORTANT: This is the only evidence of insurance acceptable to the C 4. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 Page 1 r CITY OF NEWPORT BEACH, CAW.'1�Ii'l1: NOTICE INVITAG '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 29th day of. March 1979, at which time they will be opened and read, for performing work as o o1rT1 ws: WATER MAIN REPLACEMENT IN CORONA DEL MAR CONTRACT NO. 2054 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.l0 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 i-w1he 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 shah be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the Presideni or Vice President and Secretary or Assistant Secretary are required annT tt _Corporate Seal sha l�f�ed to aTl documents re— qut`�ng signatures. In the case of a' aril 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 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.) the City has adopted the Standard Specifications for Public Works Construction (1976 tdition) as prepared by t e ou ern a ornJa Chapters OT 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 seta A standard "City of Newport Beach. Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of 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. 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 17707981 in- clusive). 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 3 -13 -79 _�_ .. ._ ,: <v,..,�, .� -.,�� &ss. =iE ..lm:2�iN'felst�'�aa- ms'-'xn "�- � �z�}.. ,,.a...- .b._.... - �&`�� .,_.__.. _.__ ._ , .:.. 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 BOND " (Cash, Certified ec k, Cashier's Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' 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 one u er 3/29/79 [Fate GALLACHER COMPANY. INC. Bidder's Name (SEAL) S /James B. Gallacher uthorized Signature ut orize Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: James B. Gallacher President a � -..�, 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 1. NONE . 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Address S /James B. 6altacher. Pres. ut or ze �gnature Type of Organization (Individual, Co- partnership or Corp.) ss �. . �' �, : ,,_. �>:::, I r �. _� '... .. j :: ,t _.=s { �. . �' } R ORIGINAL SEE CITY CLERK'S f COPY" 1 ._ - Page 4 i I I C.�.. �..n$ "^A atT� rst. 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 afftants 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 27th day of March , 19 79 My commission expires: 10/29/82 S /James B. Gallacher; President S /Cheryl C. Zweber Notary Public I Y I J I. I I "FOR ORIGI SEE CITY CLERK'S FILE COPY" page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. ON FILE WITH CITY CLERK t. 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. 1979 City of Santa Monica 1978 City of Newport Beach 1977 IRWD n: � • • LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 RompaXo$RAXNXJPI&K axil0 & &. BOND 69SBO14114 BCA PREM. INCL. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 9, 1979 has awarded to GALLACHER COMPANY INC hereinafter designated as the "Principal ", a contract for WATER MAIN CONSTRUCTION & REPLACEMENT CORONA DEL MAR - CONTRACT NO, 2054 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any. materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GALLACHER COMPANY, INC. as Principal, THE AETNA CASUALTY & SURETY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED SEVENTY THOUSAND, THREE HUNDRED TWENTY -ONE AMbllars ($ 170,321.25 ), 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 I t 0 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 onto the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16TH day of APRIL, 19 79 Approv d as to f Tot Cit t n Gallacher 'Seal)'' Name of Contractor Principal ; THE AETNA CASUALTY & SURFTY cn_ {Seal) me of Su Narety 500 S. MAIN. ORANGE, CALIF. 92.68 Address of Surety _ �'NeZ�E LT�tt 0 act 333 333 N. NEWPORT BLVD. NEWPORT Address of gent 714- 645 -9000 Telephone No. of Agent 0 SIAIL'.� 1. v; county of ORANGE ti On this 16TH day of APRIL in the year one thousand nine hundred and SEVENTY -NINE before me, PATRICIA L. HILL , a Notary Public in and for the County of of ORANGE State of California. residing th MARINEy c ZIisGLER and sworn, personally appeared 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 tometo be the person who executed it on behalf of said corporation therein named, and —he —acknowledged tome 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 County of the day and year in this certificate f' t ve wripen. Notary Public in and for the County State of California. PPINTrn na I I c n PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 10 RRURXiEMMRRWRX"A X BOND59SB 014114 BCA $2,044 1. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 9, 1979 has awarded to GALLACHER COMPANY, INC. hereinafter designated as the "Principal ", a contract for WATER MAIN CONSTRUCTION & REPLACEMENT CORONA DEL MAR - CONTRACT NO. 2054 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GALLACHER COMPANY, INC. as Principal, and THE AETNA CASUALTY & SURETY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED SEVENTY THOUSAND, THREE HUNDRED TWENTY -ONE AND Dollars ($ 170,321.25 }, TWENTY -FIVE CENTS 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 _�.. cis :x -si" -�7.M c°"u��"- — - °= yq''z °, .. • (Performance Bond - Continued) 0 Page 11 of any such change, extension of time, alterations or additions.to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument }"t W duly executed by the Principal and Surety above named, on the 16TH "d8Wbf APRIL 19 79 , ,`' .�I` I � � ,�S1T ' � Y GALLACHER CO., INC. -(Seal) Name of Contractor Principa ) Aut zed Signature and Title THE AETNA CASUALTY & SURETY CO. (Seal) Name of Surety 500 S. MAIN, ORANGE, CALIF. 92668. - --;._ Address of Surety at nature ana iitie Autn ;ea -A ent NA INENA ZIEGLER ATTO EY,I# FACT 333 N..NEWPORT BLVD., NEWPORT BEACH;'EA -r1�663 Address of Agent 714 - 645 -9000 Telephone No. of Agent ,TATE OF CAt it OkN1A ftl( SS. County of ORANGE / On this 16TH day of APRIL in the year C rah_. 'f_ rj , -�✓ ... �.- 2.c522'SSc:'xu -:��� �' .IS- 1292 -DI 5 -5- ]1 1 �- one thousand nine hundred and SEVENTY -NINE before me, PATRICIA L. HILL , 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 -TN -FACT 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—acknowledged tome 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 County of , the day and year in this certificat iy�tvgbove written.._ j Notary Public in and for the County State of California. PRINTED IN U.S.A. • Page 12 CONT #:RA.CT THIS AGREEMENT, made and entered into this /%Z day of lg2�p 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 WATER MAIN CONSTRUCTION AND REPLACEMENT - CORONA DEL MAR - CONTRACT NO, 2054 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. 11 • 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 &Mayor NEWPORRTT BEACH, CALIFORNIA By: ATTEST: City Cler GALLACHER COMPANY, INCA. Contractor By:` JAMES B. GALLACHER'-'^ /01) PRPSTDIENT ti ✓ -- \Ti tl e By: 1 .cd-av 4 Za S' ' Tit e mom, q ► '. 0 i., 4 CITY -- -4EMMf BEACH PUBLIC WORKS DOARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR, 1978 -79 CONTRACT NO. 2054 PROPOSAL #1 PRIof3 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 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 Contract No. 2054 in accordance with City of Newport Beach Drawing W- 5142 -S, the City's Standard Specifications, Standard Special Provisions and Drawings, and these Special Provisions; and that he will take in full payment therefor the following unit prices for each item, complete in place,,to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 715 Install 12" A.C.P. - -Class 150 water Linear Feet main. @ thirty nine Dollars and ftv Cents $ 39.50 $ 29- 242.5n 'linear Foot 2. 472 Install 8" A.C.P. - -Class 150 water Linear Feet main.. @ thirty five Dollars and fifty Cents $ 35,50 $.16,756:00: Per Linear Foot 3. 2,626 Install 6" A.C.P. - -Class 150 water Linear Feet main. @ twenty six Dollars J and rgent Cents $ 26.70 $ 70,114.20 Per inear Foot fwl j L.] i .: '. �.Y'. �:... NO 4. 5 L 7. Q a • • PR2of3 i QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 789 Install 4" D.I.P.- -Class 52 water Linear Feet main. @ thirty one Dollars and no; Cents $ 31.00 $ 24,459.00 Per Linear Foot I Install 6" hot tap to existing Each 12" A.C.P., including 6" gate valve assembly. two thousand two @ hundred thirty Dollars and no Cents $2„230.00 $ .230.0 0 Per Each 1 Install 12" butterfly valve. Each @ seven hundred sixty Dollars and nn Cents $ 76n An $ 7Fn nn Per Each _ 6 Install 6" butterfly valve. Each @ three hundred twenty Dollars and no Cents $320.00 $ 1.920.00 Per Each 2 Install 4" butterfly.valve. Each @ three hundred Dollars and Cents $,10 f), nn $ 6nn_nn er Eac h 5 Install fire hydrant assembly per Each Std. 500 -L one thousand @ six hundred forty Dollars and no Cents $1.640,00 $ 8.200.00 Per Each �...++s �, l � �. �.ar� --i _.._...L- .-_.�- �..�'sya..:�.: .:��;a�. .- �Frai�u;...xs_.:_sY °�'�a' -"'�" ......:..� ::.:.� .:.....- ._ »._.. .. .......�. v. .., ., .e,- �:.e: -_ Imo--- - NO. 10 11 12. 13., 14. TITY . UNI UNIT UNIT PRICE WRITTEN IN WORDS PRT 95 Linear Feet 315 Linear Feet 11 Each 4 Each 1,600 Linear Feet 2" copper tubing for reconnection of 1 112" and 2" meters FIR 3of3 i TOTALV PRICE @ twenty one Dollars and PWI{{tt Cents $ 21.50 $ 2.042.50 LRear Foot 1" copper tubing for reconnection of 3/4" and 1" meters. @ nine Dollars and Pe Cents $ 9.40 $ 2,961.00 Per LTn ar foot Reconnect existing 3/4" and 1" meter service to new main. @ two hundred twenty Dollars and Cents Per ac Reconnect existing 1 112" and 2" meter service to new main. . @ three hundred seventy Dollars and no Cents er tac Construct 2" thick asphaltic concrete temporary resurfacing. $ 220.00 $ 2,420.00 $ 370.00 $ 1,480.00 @ one Dollars and eighty Cents $ 1.80 $ 2,880.00 Per Linear Foot TOTAL PRICE WRITTEN IN WORDS one- hundred sixty five thousand sixty five Dollars and twenty Cents TOTAL $ 165,065.20 CONTRACTOR'S LICENSE NO. 266267 LA HER COMPANY INC. DATE 3I9gJ7q Bidder's Name) TELEPHONE N0. 549 -1551 S /dames B. Gallacher, President ut or ze S gnature • PR of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR, 1978 -79 CONTRACT NO. 2054 PROPOSAL #2 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 he the Plans and, Special Provisions, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 2054 in accoce with City of Newport Beach Drawing W- 5142 -S, the City's Standard Specifications, Standard Special Provisions and Drawings, and these Special Provisions; and that he will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 715 Install 12" D.I.P. - -Class 50 water Linear Feet main. @ forty two Dollars and Per twLinen ey r Foot Cents $ 42.20 $ 30,173.00 a 2. 472 Install 8" D.I.P.- -Class 50 water Linear Feet main. @ thirty seven Dollars` and fo1^ty Cents $_37. 4Q $ 13,652.80 Per — Linear Foot 3. 2,626 Install 6" D.I.P. - -Class 50 water Linear Feet main: @ twenty seven Dollars and twenty Cents $ 27.20 0 1 Per Lin Foot .F... ��:I`y��'. �; $. �_,.�„ . • PR of I ITEM QUANTITY EM DESCRIPTICH UNIT TOTAL- N0. AND UNIT UNIT PRICE _WRITTEN IN WORDS PRICE PRICE 4. 789 Install 4" D.I.P. - -Class 52 water Linear Feet main. @ thirty Dollars and seventy five Cents $ 30.75 $ 24,621.75 Per Linear Foot 5. 1 Install 6" hot tap to existing Each 12" A.C.P., including 6" gate valve assembly. two thousand two @ hundred.thirty Dollars and no Cents $ 2,230.00 $ 2,230.00 Per Each 6. 1 Install 12" butterfly valve. Each @ seven hundred sixty Dollars and no Cents $ 760.00 $ 760.00 Per Each 7. 6 Install 6" butterfly valve. Each @ three hundred twenty Dollars and no Cents $ 320.00 $ 1,920.00 Per Each 8. 2 Install 4" butterfly valve. Each @ three hundred Dollars and Cents $ 300.00 $ 600.00 Per ach 9. 5 Install fire hydrant assembly per Each Std. 500 -L. one thousand @ six hundred forty Dollars and no Cents $ 1,640.00 $ 8,200.00 Per Each 0 = i # PR3of 3 ITEM QUANTITY TEM DESCSRIPTION UNIT TOTAL NO. AND UNIT UNIT.PRICE WRITTEN IN WORDS PRICE PRICE 10. 95 2" copper tubing for.reconnection Linear Feet of 1 1/2" and 2" meters. @ twenty one Dollars and fifty Cents $ 21.50 $2,042.50 Per Linear Foot 11. 315 1" copper tubing for reconnection Linear Feet of 3/4" and 1" meters. @ nine Dollars and forty Cents $ 9.40 $ 2,961.00 Per Linear Foot 12. 11 Reconnect existing 3/4" and 1" Each meter service to new main. @ two hundred twenty Dollars and nn Cents $ 220.00 $ 2.420.00 Per Each 13. 4 Reconnect existing 1 112" and 2" Each meter service to new main. @ three hundred seventy Dollars and Cents $ 370.00 $ 1.480.00 Per ach 14. 1,600 Construct 2" thick asphaltic con - Linear Feet crete temporary resurfacing. @ one Dollars and eighty Cents $ 1.80 $ 2,880.00 Per inear Foot TOTAL PRICE WRITTEN IN WORDS one hundred sixty nine thousand three hundred sixty eight Dollars and twenty five Cents TOTAL $ 169.368.25 CONTRACTOR'S LICENSE NO. 266267 DATE 3129179 TELEPHONE NO. 549 =1551 Bidder's rN__aCmDejPanY_ Inc. S/James B. Gallacher, President (Authorized Signature CONTRACTOR'S ADDRESS 1127 Baker Street, Costa Mesa,, CA 92626 0 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1978 -79 CONTRACT NO. 2054 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK AND CONTRACT AWARD. . . . . • . • • • • • • • • • • . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 B. Corona del Mar State Beach . . . . . . . . . . . . . . . . . . . . 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 -i - z • • CONTRACT NO. 2054 INDEX TO SPECIAL PROVISIONS (Cont'd) SECTION PAGE XIV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 6 A. Asbestos Cement Pipe (A.C.P.) . . . . . . . . . . . . . . . . . . . 6 B. Ductile Iron Pipe . . . . . . . . . . . . . . . . . . . . . . . . 7 C. Polyethylene Encasement . . . . . . . . . . . . . . . . . . . . . 8 D. Fittings . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 E. Flanges . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 F. Gaskets . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 G. Bolts and Nuts . . . . . . . . . . . . . . . . . . . . . . . . . . 9 H. 1 & 2 -Inch Copper Service Laterals . . . . . . . . . . . . . . . . 9 I. Pipe Installation . . . . . . . . . . . . . . . . . . . . . . . . 9 J. Trench Restoration . . . . . . . . . . . . . . . . . . . . . . .10 K. Water Main Abandonment . . . . . . . . . . . . . . . . . . . . . .11 -ii - • • SP 1 of 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1978 -79 CONTRACT NO. 2054 SCOPE OF WORK AND CONTRACT AWARD The work to be done under this contract consists of constructing approxi- mately 4,620 linear feet of water main (4 -, 6 -, 8 -, and 12 -inch) and related appurtenances in various paved streets and beach parking lot in Corona del Mar. Two proposals are to be bid in this contract. Proposal No. 1 will con- struct primarily asbestos cement pipe and Proposal No. 2 will construct ductile iron pipe, The City reserves the right to delete all or a portion of Items 1 and 6 on Proposals No. 1 and 2. The City Council shall have the right to award the contract to the low bidder of either proposal. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. W- 5142 -S), the City's Standard Provisions and Standard Drawings, and the City's Standard Specifications (Standard S ecifications for Public Works Construction 1976 Edition), inc u ing supp ements 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. II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor shall complete all work on this contract within 120 consecu- tive calendar days after award of the contract by the City, and as speci- fied in Section 6 of the Standard Specifications. The Contractor 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 Corona del Mar State Beach construction (including the ramp) shall be scheduled to be completed by June 1, 1979. All construction in the State beach shall be done during normal workdays. No construction shall be done in the State beach on weekend or holidays unless approved by the engineer. The Contractor's schedule shall consider the phasing of pipeline construc- tion, testing, disinfection, and connection to the existing system. The Contractor shall use the following guidelines in establishing this schedule: • • SP 2 of 11 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 and do not require bypass. Operations requiring a longer shutdown period will require a temporary bypass, to be provided by the Contractor. 4. The new water main shall be tested at 150 psi in lieu of the Standard Special Provisions Section 306 - 1.4.7. 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 accor- dance with Section 7 -10 of the Standard Specification (except as modified herein), and with the Standards contained in the Work Area Traffic Control Handbook, also published by Building News, Inc. 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 5 p.m., Monday through Friday, excluding holidays, fora 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. • . SP 3 of 11 Where any restrictions herein mentioned necessitate the tempo- rary prohibition of parking on affected streets during constuction, 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. 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. Corona del Mar State Beach Vehicular and pedestrian access shall be maintained at all times to the State beach. 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 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). • • SP 4 of 11 Permit: California Coastal Zone Conservation Commission, South Coast Regional Commission. The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these regulatory agencies. All costs involved in complying with these requirements shall be absorbed by the Contractor in his bid, and no additonal compensation will be made therefor. 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 residence, the Contractor shall distribute a separate written notice to each affected residence stating the date and time the water will shut off and the approximate time water service will be restored. The above written notices will be prepared by the City, and the Con- tractor shall insert the applicable dates and times when he distributes the notices. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification by the Contractor using an explanatory letter prepared by the City. VIII IX EXISTING UTILITIES AND STRUCTURES SP 5 of 11 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 exist- ing 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. 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 City water is available to the Contractor free of charge for the per- formance of his work under this contract. XI. GUARANTEE The Contractor shall guarantee for a period of one year, after accep- tance 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 en- countered at various times and locations during the work herein con- templated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. 0 • Sp6of 11 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 facilties. The Contrac- tor's attention is called to Subsection 7 -8.1 and 7 -8.6 of the Standard Specifications as regards project site maintenance. XIII. STORAGE AREA The Contractor shall make his own arrangements for a storage area. The City storage area at the corner of fifth Avenue and Marguerite Avenue is presently in use and unavailable to the Contractor. XIV. CONSTRUCTION DETAILS 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 C296 Type 1I. 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 7 of 11 Ductile Iron Pipe (D.I.P.) Ductile iron pressure pipe shall conform to Section 207 -9 of the Standard Specifications and AWWA C150 -76, AWWA C151 -76, ANSI A21.50 -76, and ANSI A21.51 -76 and these special provisions. The pipe shall be Tyton Joint (push -on joint) as manufactured by United States Pipe and Foundry Company or approved equal. Ductile Iron Pipe shall be manufactured in nominal 18'0" laying lengths. Ductile Iron Pipe shall have a mortar lining not less than 1/16" for 4 " -12" pipe, in accordance with AWWA C104 -74 and ANSI A21.4 -74 except Type 5 cement. Unless otherwise specified, the pipe and cement lining shall be given a seal coat of bituminous material. The weight, class, or nominal thickness and sampling period shall be shown on each pipe. The manufacturer's mark, the year in which the pipe was produced and the letters "DI" or DUCTILE" shall be cast or stamped on the pipe. All required markings shall be clear and legible and all cast marks shall be on or near the bell. shall be sub.iected to a ball impression test as spigot end of the pipe. The two pipes cast immediately before and after each pipe found to be non - ductile at the spigot end shall be checked for ductility at the bell end using an ultrasonic test instrument. Modifications to the requirements of ANSI A21.51 shall be as follows: A tensile test shall be performed for each casting period with each casting machine represented during an eight hour shift. Charpy tests (700F and -400F) shall be performed for each casting machine operated per hour with samples selected to represent each half -hour of annealing. The Contractor at no cost to the City shall furnish to the Engineer prior to the time of delivery of the pipe, certification or a sworn statement that the inspection and all specified tests have been made and the results thereof comply with the requirements of this standard. Any pipe not conforming to the above requirements will not be acceptable for the project. • • SP 8 of 11 C. Polyethylene Encasement All Ductile Iron Pipe shall be encased in Polyethylene to conform to Section 207 -9.2.6 of the standard specifications. The Polyethylene installation shall be Method A per ANSI A21.5, section 5- 4.2.1. D. Fittings Cast -Iron Fittings for A.C.P. 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. 2. Ductile -Iron Fittings for D.I.P. Ductile -Iron fittings shall conform the grade shall be 70 -50 -05 and the Subsection 209 -9.2.3 and 207 - 9.2.4, Class 250. Fittings shall be lined standard specifications Subsection cement. E. Flanges 1, Flanges for A.C.P. to ASTM A536 -70 except standard specifications sizes 4 " -12" to be in accordance with the ?07- 9.2.4. except Type 5 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. 2. Flanges for D.I.P. Ductile Iron Flanges for water line shall conform to ANSI A21.15. All flanges shall be furnished with flat faces. The flanges shall have a bolt pattern per ANSI B16.1, Class 125. The flange shall be attached to the pipe in conformance with the applicable provisions of ANSI A21.15. F. Gaskets 1. Gaskets for A.C.P. 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. 0 SP9of11 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. Gaskets for D.I.P. Except as otherwise provided, gaskets for flange joints shall be Flange -Tyte Gaskets or equal. Gaskets shall be 1/8" thick in either SBR or Neoprene meeting all material requirements of ANSI A21.11 mechanical joint gaskets. The gasket shall be cemented to the surface of the blind flange with Crown Aerosol Heavy Duty Adhesive No. 8091 or equivalent. 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. 1 and 2 -inch Copper Service Laterals One and two -inch copper including installation, compaction, and testing service lateral. PiDe Installation A.C.P. Installation service laterals shall be furnished complete fittings and appurtenances, backfilling, and sterilization required to install 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. 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. .; • • SP 10 of 11 Support: A.C.P. 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. Nipples: Asbestos - cement nipples shall be at least 19 inches long. D.I.P. Installation D.I.P. laying shall be performed in accordance with the recom- mendations of the manufacturer and as described in the most recent publication of AWWA C600 Installation Guide. 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. Handling & Storage: D.I.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. D.I.P. shall be placed on sleepers not less than 4- inches in width. Pipe unloaded by hand, shall be snubbed all the way down skids, and if the pipe is unloaded on paved streets, it shall be rolled on wooden planking to the place of storage. Pipe that has been dropped or severely bumped shall be hydrostatically tested at the Contractor's expense before being installed. The test pressure shall be not less than 500 pounds per square inch, and held for a period of not less than 30 second. Pipe that leaks or shows any other defects shall be rejected. Pipe shall be handled only by means of end hooks, manila rope, wire rope covered with fire hose or equivalent padding, fabric slings or rubber -lined clamps. Slings shall be fabricated of fabric belting having a minimum width of 3- inches for loads less than 1,000 pounds and an additional width of 1 -inch for each additional 1,000 pounds in weight. Clamps shall have a 1/4 -inch thick rubber lining with a contact area of not less than 20 square inches per inch diameter of pipe. Support: The pipe shall be supported as specified in AWWA C600 Section B. Valves and fittings shall be firmly blocked with poured -in -place concrete thrust blocks which shall remain in place. Trench Restoration 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- SP 11 of 11 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 concrete resurfacing. Permanent Trench Restoration: 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 C18) 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. 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 conforming to the requirements of Subsection 400 -4.3 of the Standard Specifications. Water Main Abandonment Water Main abandonment shall include valves. The Contractor shall remove valve boxes and risers, backfill and patch with A.C. or P.C.C. to match existing pavement. z 1 0 0 CITY OF NEWPORT BEACH Contract No. Special Endorsement No. __ In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. this hold harmless assumption on thepart of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 t e CONTRACT N©. 2054 CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1978 -79 Approved by the City Council on this 12th day of March, 1979. 1 / --, Doffs George, City Cler SUBMITTED BY: 1'& V-- l._eiA. _j-a... Contractor !/17 rjcLk er 7Ye� Address Co Ffir- M e J ct g I G)- b City Telephone / Total Bid/Price Proposal No. 1 Total Bid�,Price Proposal No. 2 Page 1 CITY OF NEWPORT' '. NOTICE INV SEALED BIDS will be. received at the of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as d "ined by tel phone time signal) on the 29th day of. March 1979, at which time they ai,ll.be. opened and read, for performing work as o oil ws: WATER MAIN REPLACEMENT IN CORONA DEL MAR CONTRACT NO. 2054 Bids must be.submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy.of the proposal form is to be retained by the. bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A,. Proposal B. Designation.of Subcontractors C. Bidder's Bond D.. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and _Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder.. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and time CCoor orate Seal shall be of fixed 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 classifica.tion.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.) K �. Page 1a ltic (A ty has adopted the Standard Specifications for Public Works Construction (1976 Idition) as prepared by the Sou- Wern ca(lforn a 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 "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award.of 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. 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 -7981 in- clusive). 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 3 -13 -79 T _ i Page.2 411 bids are to. be computed on the basis of the given- :e€timated quantities of work, as indicated in this Proposal, times the unit price as subm#d 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 _vftared on the basis of the corrected totals. The estimated quantities of work in in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Classification Accompanying this proposal is (Cash, Certified Check, Cashier's Check or BonRj 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 workers' compens -ation or to undertake self- insurance in accordance with the provisions of that code, sinI.agrees -to comply with such provisions before commencing the performance of the work --of tbW- contract. /a.cite Co SA, mac. R-5-neTu er Bidder's Name / /_ 7 „ (SEAL) U— T t on ze signature Authorized Signature CO V �2o Ya-4( /a 1,,, Type of Otganization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: T-6t4 e- r CT ita_I la- e -� r !" l'e J' Id ,e w % T� r C _ f �L sr .. .;. "y: r C _ f y Page 3 The undersigned certifies. that he t:ased the sub -bids of the following listed contractors in making up his Vd 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 1. AlaNIL 3. 4. Address 9. 10. 11. 12. TA C Bidders a 4 41� 1 Pre Ir AUthorlZed Signature f,Tpe of Organization (Individual, Co- partnership or Corp.) /127 (la - )(er Q- C_es�� f`9e.r�, C� � i � 9L�Z6 . Adare� ss? ..... ;�: i �J , BID BOND • LIFE & CASUALTY XNOW ALL MEN BY THESE PRESENTS, That we, GALLACHER COMPANY, INC. THE 9TNAASUALTY AND SURETY COMPANY H rd, Connecticut 06115 Bond No. 59 SB 012938 BCA as Principal, hereinafter called the Principal, and THE )ETNA 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 OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of 10% OF THE AMOUNT OF THE BID-------------------------------------------- - - - - -- Dollars ($ ------ ------ ----), 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 WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1978 -79 C -2054 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 Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may to 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 27th day of MARCH ,14 79 . GALLACHER COMPANY, INC. (Principal) (Seal) (Witness) ' q pule) THE IETNA CASUALTY AND SURETY COMPANY (Witness) _ C _ By - eZ 1 J(Y. L, /LL. C AIA DOCUMENT A310 BID BOND FEBRUARY 1970 ED. oj, THE AMERICAN INSTITUTE OF ARCHITECTS CAT. 227641 .:jU•reee -cl 1040 PRINTED lµ U.S.. STATE OF CALIFORNIA ss. County of ORANGE On this 27th day of MARCH in the year one thousand nine hundred and before me, PATRICIA L, HILL a Notary Public in and for the County of ^� Q ORANGE State of California, residing therein. duly ° CATFIEKINE n�,'g RRe,Igppally appeared known to me to be the ATTORNEY-IN-FACT of THE ,ETNA CASUALTY AND SURETY COMPANY, the corporation that executed the within instrument, and also known tome to be the person —who executed it on behalf of said corporation therein named, and S he_ acknowledged tome that such corporation ex ecuted the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed m official seal at my _ NEWPORT BEACH ORANG Y� „ office in the county of , v'V ...w: the day and year in this cer ' C e rst abpve vy , �.�tt </-t� 2 "i757S'.i7.T25d25 ?t.�?x.:S:�s .7s:d_c;�T.,525ZSF2- i,,52' Notary Public in and for the County of ORANGE State of California. .(S- 1292 -0) 5 -71 PRINTED IN U.S.A. i r , BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, 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 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 daffy of 19 Corporate Seal.(If Corporation) Principal I (Attach acknowledgement of Attorney- in4act) i Surety 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 depos.itory; 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. e" Subscribed and sworn to before me thisa7y4day of _M64-Gk , 19%9. My commission expires: �• /I. . I OFFICIAL SEAL CHERYL C. ZWEBER I@ NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY My Commission Expires Oct 29, 1982 0 0 11 % r `r � • 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. w Page 6 GALLACHER COMPANY, I.. California Lic. No. 266267 1127 Baker Street COSTA MESA, CALIFORNIA 92626 (714) 549.1551 To r, 1`� n� /moo a�7` /i'o� GENTLEMEN: WE ARE SENDING YOU • Shop drawings • Copy of letter ILIEUME MIF UaRASEU L DATE J ` JON NO. ATTENTIO �(GA O �STd '—r `mil , RE:JJ 10 C3, K Z 't ❑ Attached ❑ Under separate cover via the following items: • Prints ❑ Plans ❑ Samples ❑ Specifications • Change order ❑ COPIES DATE NO. DESCRIPTION C3, K Z 't THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval Qe FOr your use ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US REMARKS COPY TO SIGNED: FOPo0 2WE- A� M1OS ®Twnw�LL base. albs It eDelasures are not as noted, kindly noti s at once. tit assets j Cash Retention Costs and estimated earnings in excess of billings Miscellaneous receivables iPrepaid I expenses i Total current assets Posperty and equipment (Notes 1.& 5). Autos and trucks Furniture and equipment Machinery and equipment Less accumulated depreciation ftber assets LIABILITIES AND EQUITY ' r S:Al.ii' $ 44 376 1 410 74 614 --QO 400 43 757 •�Wrent liabilities Accounts payable Payroll taxes payable Notes payable (Note 4) Contracts payable (Note 5) Total current liabilities .ong term liabilities .: Deferred income taxes Contracts payable Total long term liabilities Total liabilities stockholders' equity Common stock, $50 par value, 250 shares authorized and outstanding 12 500 Preferred stock, $50 par value, 750 shares authorized and oustanding 37 500 Retained earnings 78 094 Total stockholders' equity Prepared without aud;t. The accompanying notes are an integral part of these fiiancial statements. 76 643 5 453 286 694 90 736 4 506 39 866 9 935 145 043 4 595 8 962 _13 557 158 600 128 094 286 694 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. �:ffi� �:f� ,. <. �� �,� � . _� � -° ` .' 0 ! PR 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR, 1978 -79 CONTRACT NO. 2054 PROPOSAL #1 To the Honorable City Council City of Newport Beach 3300 Newport.Boulevard Newport Beach, California 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 Contract No: 2054 in accordance with City of Newport Beach Drawing W- 5142 -S, the City's Standard Specifications, Standard Special Provisions and Drawings, and these Special Provisions;.and that he will take in full payment therefor the following unit prices for each item, complete in place,.to wit: ITEM, QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 715 Install 12" A.C.P.- -Class 150 water Linear Feet main. @ _Dollars and Cents $ a Per tUnOrWoot 2. 472 Install 8" A.C.P. - -Class 150 water Linear Feet main... @ Dollars and Cents Per LjAejVr Fobt ' 3. 2,626 Install 6" A.C.P._ -Class 150 water Linear Feet main. @ Dollars and Cents Per Linear $2 &Z $_7O, / /y�,,o r I If a PR 2 of 3 ITEM. QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 789 Install 4" D.I.P. - -Class 52 water Linear Feet main. ki 6. 7 P 0 @__-� V �1.�� Dollars 1.� a Cents $ *311- - $ Per Linear Foot 1 Install 6" hot tap to existing Each 12" A.C.P., including 6" gate valve assembly. @ Dollars e� and oo ee Cents $7130—s 2: 0" Per Each 1 Install 12" butterfly valve. Each @ pQ Dollars and v Li Cents Per Each 6 Install 6" butterfl valve. Each,.., Dollars Cents ° 2.0 Per Each 2 Install 4" butterfly.valve. Each aa @ Dollars r and Cents $300 $ Per Each 5 Install fire hydrant assembly per Each Std. 500 -L @ rs and Cents 0 $ I�, 6 yo — $ Z0c)- Per f ach .. 1 '� �= ;- �� , �... -- sr �^ - rv�.,.._ i.�'ie�ax �Y+aEasz' mss,,,., aa.„.'?zi3¢4�.ti 'i4.:... .^ �s PR3of3 ITEM UANTI TY . ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 95 2" copper tubing for reconnection Linear Feet of 1 1/2" and 2" meters @ Dollars and S Cents $� p $'ZOL/Z s Per n r aot 11. 315 1" copper tubing for reconnection Linear Feet of 3/4" and 1" meters. @ /tart Dollars.. and Cents $ 9 y° $ Per inealrFoot 12. 11 Reconnect existing 3/4" and 1" Each meter service to new main. �. @. ,..% Z,eruac4 Dollars Vlor and a° o° > Cents $ Z -0, $ 2 Ll 26 Per Each r. 13•. 4 Reconnect existing 1 112" and 2" Each meter service to new main. ,¢_ @E-c1R /,u. �,.ai/�„ a of Lars 6b and 6 Lt Cents $ Per Each 14. 1,600. Construct 2" thick asphaltic Linear Feet concrete temporary resurfacing. @ Dollars b a and $ o pG ✓ Cents $ �) 6 —v 6. Per ear of TOTAL PRICE WRITTEN IN WORDS o tars / and Cl r� Cents TOTAL CONTRACTOR'S LICENS"O ,2,6jQ_ DATE 3 X 19 / 9 TELEPHONE NO. CONTRACTOR'S (3-0- //a el,i e 6i., TA) C, Bidder's Name t orized Signature)/I T 'ta. �j/ /1t 0 0 PR 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR, 1978 -79 CONTRACT NO. 2054 PROPOSAL #2 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 Contract No. 2054 in accordance with City of Newport Beach Drawing W- 5142 -5, the City's Standard Specifications, Standard Special Provisions and Drawings, and these Special Provisions; and that he will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 715 Install 12" D.I.P. - -Class 50 water Linear Feet main. @ a' Dollars ✓ and "LC) D Cents $ '12 , $ 3 0 "0 Per FooV 2. 472 Install 8" D.I.P. -- Class 50 water Linear Feet main. @ Pie.,. _Dollars ✓ and Cents $ y o $ 17, er ne oot 3. 2,626 Install 6" D.I.P. - -Class 50 water Linear Feet main. @ 44"�_ Dollars and Cents $ Per Linear t E k PR2of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE.WRITTEN IN WORDS PRICE PRICE 4. 789 Install 4" D.I.P. - -Class 52 water Linear Feet main. @ Dollars ✓' and 7S Cents $ O— � 7S $ 2� Per Linear F t 5. 1 Install 6" hot tap to existing Each_ 12" A.C.P., including 6" gate valve assembly. Cents $ �yZ�Q��$ -2J�-3CY� Per Each 6. 1 Install 12" butterfly valve: Each @ Dollars and G 0 0 %�i 0 °— Cents $ g Per Each i 7. 6 Install 6" butterfly valve. Each @ ":— lars Cents Per Each 8. 2 Install 4" butterfly valve. Each ���""� @ Tz<"u Dollars ' ✓ and Cents Per Each 9. 5 Install fire hydrant assembly per Each Std. 500 -L. Dollars and a" Cents $ 17 yb p6 Per Each 0 PR3of 3 - ITEM QUANTITY ITEM DES SRIPTI N UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 95 2" copper tubing for reconnection Linear Feet of 1 1/2" and 2" meters. @ Dollars and Cents S�0 $ w,/ — $ �2 Per L!MaV FVt 11. 315 1" copper tubing for reconnection Linear Feet of 3/4" and 1" meters. 12 13 @A Dollars ✓ Cents $ y $ Per L' ar of 11 Reconnect existing 3/4" and 1" Each meter service to new main. @fin r� Gu.�d�w,P P ars and ao Cents $ 220' Per Eac 4 Reconnect existing 1 112" and 2" 'Each meter service to new main. @ Dol s and (�,� Cents Per Each 14. 1,600 Linear Feet TOTAL PRICE WRITTEN IN Construct 2" thick asphaltic con- crete temporary resurfacing. $ z,V1000 $ DO $ III a @sue Dollars and 00 Cents $ Per Linffir CONTRACT'OR'S LICENSE N07 %6V 2 & '7 DATE— 7 / W7 TELEPHONE NO. !r Z19 1–� Dollars 1101) 13(oie TOTAL $ l7 y,i 3 (Bidder's Name 9 ZS' CONTRACTOR'S ADDRESS C Z�. __ .. tee::, , _ .. �._ � . ,;_. ._. CITY OF NEWPORT BEACH i PUBLIC WORKS DEPARTMENT WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1978 -79 CONTRACT NO. 2054 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK AND CONTRACT AWARD. . . . . . • . . • • • . • • • • • • . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 B. Corona del Mar State Beach . . . . . . . . . . . . . . . . . . . . 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 -i - CONTRACT NO. 2054 INDEX TO SPECIAL PROVISIONS (Cont'd) SECTION PAGE XIV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . . 6 A. Asbestos Cement Pipe (A.C.P.) . . . . . . . . . . . . . . . . . . . 6 B. Ductile Iron Pipe . . . . . . . . . . . . . . . . . . . . . . . . 7 C. Polyethylene Encasement . . . . . . . . . . . . . . . . . . . . . 8 D. Fittings . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 E. Flanges . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 F. Gaskets . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 G. Bolts and Nuts . . . . . . . . . . . . . . . . ... . . . . . . . . 9 H. 1 & 2 -Inch Copper Service Laterals . . . . . . . . . . . . . . . . 9 I. Pipe Installation . . . . . . . . . . . . . . . . . . . . . . . . 9 J. Trench Restoration . . . . . . . . . . . . . . . . . . . . . . . .10 K. Water Main Abandonment . . . . . . . . . . . . . . . . . . .11 - ii - • S SP 1 of 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR WATER MAIN CONSTRUCTION AND REPLACEMENT CORONA DEL MAR 1978 -79 CONTRACT NO. 2054 I. SCOPE OF WORK AND CONTRACT AWARD The work to be done under this contract consists of constructing approxi- mately 4,620 linear feet of water main (4 -, 6 -, 8 -, and 12 -inch) and related appurtenances in various paved streets and beach parking lot in Corona del Mar. Two proposals are to be bid in this contract. Proposal No. 1 will con- struct primarily asbestos cement pipe and Proposal No. 2 will construct ductile iron pipe. The City reserves the right to delete all or a portion of Items 1 and 6 on Proposals No. 1 and 2. The City Council shall have the right to award the contract to the low bidder of either proposal. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. W- 5142 -S), the City's Standard Provisions and Standard Drawings, and the City's Standard Specifications (Standard S ecifications for Public Works Construction 1976 Edition), inclu ing.supp ements 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. II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor shall complete all work on this contract within 120 consecu- tive calendar days after award of the contract by the City, and as speci- fied in Section 6 of the Standard Specifications. The Contractor 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 Corona del Mar State Beach construction (including the ramp) shall be scheduled to be completed by June 1,1979. All construction in the State beach shall be done during normal workdays. No construction shall be done in the State beach on weekend or holidays unless approved by the engineer. The Contractor's schedule shall consider the phasing of pipeline construc- tion, testing, disinfection, and connection to the existing system. The Contractor shall use the following guidelines in establishing this schedule: • ` SP 2 of 11 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 and do not require bypass. Operations requiring a longer shutdown period will require a temporary bypass, to be provided by the Contractor. 4. The new water main shall be tested at 150 psi in lieu of the Standard Special Provisions Section 306 - 1.4.7. 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 accor- dance with Section 7 -10 of the Standard Specification (except as modified herein), and with the Standards contained in the Work Area Traffic Control Handbook, also published by Building News, Inc. 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 5 p.m., Monday through Friday, excluding holidays, fora 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. • • SP 3 of 11 Where any restrictions herein mentioned necessitate the tempo- rary prohibition of parking on affected streets during constuction, 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. 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. Corona del Mar State Beach Vehicular and pedestrian access shall be maintained at all times to the State beach. 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 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). '' ' • SP 4 of 11 Permit: California Coastal Zone Conservation Commission, South Coast Regional Commission. The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these regulatory agencies. All costs involved in complying with these requirements shall be absorbed by the Contractor in his bid, and no additonal compensation will be made therefor. 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 N and 48 hours before shutting off water service to any residence, the Contractor shall distribute a separate written notice to each affected residence stating the date and time the water will shut off and the approximate time water service will be restored. The above written notices will be prepared by the City, and the Con- tractor shall insert the applicable dates and times when he distributes the notices. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification by the Contractor using an explanatory letter prepared by the City. s • • SP 5 of 11 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 exist- ing 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 XI 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. WATER City water is available to the Contractor free of charge for the per- formance of his work under this contract. GUARANTEE The Contractor shall guarantee for a period of one year, after accep- tance 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 en- countered at various times and locations during the work herein con- templated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. ° • • Sp6of 11 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 facilties. The Contrac- tor's attention is called to Subsection 7 -8.1 and 7 -8.6 of the Standard Specifications as regards project site maintenance. XIII. STORAGE AREA The Contractor shall make his own arrangements for a storage area. The City storage area at the corner of Fifth Avenue and Marguerite Avenue is presently in use and unavailable to the Contractor. 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 C296 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 7 of 11 B. Ductile Iron Pipe (D.I.P.) Ductile iron pressure pipe shall conform to Section 207 -9 of the Standard Specifications and AWWA C150 -76, AWWA C151 -76, ANSI A21.50 -76, and ANSI A21.51 -76 and these special provisions. The pipe shall be Tyton Joint (push -on joint) as manufactured by United States Pipe and Foundry Company or approved equal. Ductile Iron Pipe shall be manufactured in nominal 18'0" laying lengths. Ductile Iron Pipe shall have a mortar lining not less than 1/16" for 4 " -12" pipe, in accordance with AWWA C104 -74 and ANSI A21.4 -74 except Type 5 cement. Unless otherwise specified, the pipe and cement lining shall be given a seal coat of bituminous material. The weight, class, or nominal thickness and sampling period shall be shown on each pipe. The manufacturer's mark, the year in which the pipe was produced and the letters "DI" or DUCTILE" shall be cast or stamped on the pipe. All required markings shall be clear and legible and all cast marks shall be on or near the bell. Every pipe shall be subjected to a ball impression test as commonl' performed in the industry. The test shall be performed at the spigot end of the pipe. The two pipes cast immediately before and after each pipe found to be non - ductile at the spigot end shall be checked for ductility at the bell end using an ultrasonic test instrument. Modifications to the requirements of ANSI A21.51 shall be as follows: 1. A tensile test shall be performed for each casting period with each casting machine represented during an eight hour shift. 2. Charpy tests (700F and -40 OF) shall be performed for each casting machine operated per hour with samples selected to represent each half -hour of annealing. The Contractor at no cost to the City shall furnish to the Engineer prior to the time of delivery of the pipe, certification or a sworn statement that the inspection and all specified tests have been made and the results thereof comply with the requirements of this standard. Any pipe not conforming to the above requirements will not be acceptable for the project. . s • • SP 8 of 11 C. Polyethylene Encasement All Ductile Iron Pipe shall be encased in Polyethylene to conform to Section 207 -9.2.6 of the standard specifications. The Polyethylene installation shall be Method A per ANSI A21.5, section 5- 4.2.1. D. Fittings 1. Cast -Iron Fittings for A.C.P. 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. 2. Ductile -Iron Fittings for D.I.P. Ductile -Iron fittings shall conform to ASTM A536 -70 except the grade shall be 70 -50 -05 and the standard specifications Subsection 209 -9.2.3 and 207 - 9.2.4, sizes 4 " -12" to be Class 250. Fittings shall be lined in accordance with the standard specifications Subsection 207 - 9.2.4. except Type 5 cement. E. Flanges 1, Flanges for A.C.P. 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. 2. Flanges for D.I.P. Ductile Iron Flanges for water line shall conform to ANSI A21.15. All flanges shall be furnished with flat faces. The flanges shall have a bolt pattern per ANSI 816.1, Class 125. The flange shall be attached to the pipe in conformance with the applicable provisions of ANSI A21.15. F. Gaskets Gaskets for A.C.P. 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 gasket which covers the entire The gasket shall be cemented to Gaskets for D.I.P. • SP 9 of 11 1/16- inch -thick reinforced rubber inside surface of the blind flange. the surface of the blind flange. Except as otherwise provided, gaskets for flange joints shall be Flange -Tyte Gaskets or equal. Gaskets shall be 1/8" thick in either SBR or Neoprene meeting all material requirements of ANSI A21.11 mechanical joint gaskets. The gasket shall be cemented to the surface of the blind flange with Crown Aerosol Heavy Duty Adhesive No. 8091 or equivalent. 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. 1 and 2 -inch Copper Service Laterals One and two -inch copper including installation, compaction, and testing service lateral. Pipe Installation A.C.P. Installation service laterals shall be furnished complete fittings and appurtenances, backfilling, and sterilization required to install 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. 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. S • • SP 10 of 11 Support: A.C.P. 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. c. Nipples: Asbestos - cement nipples shall be at least 19 inches long. 2. D.I.P. Installation D.I.P. laying shall be performed in accordance with the recom- mendations of the manufacturer and as described in the most recent publication of AWWA C600 Installation Guide. Care shall be used to prevent damage in handling, moving, and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks, or chips. a. Handling & Storage: D.I.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. D.I.P. shall be placed on sleepers not less than 4- inches in width. Pipe unloaded by hand, shall be snubbed all the way down skids, and if the pipe is unloaded on paved streets, it shall be rolled on wooden planking to the place of storage. Pipe that has been dropped or severely bumped shall be hydrostatically tested at the Contractor's expense before being installed. The test pressure shall be not less than 500 pounds per square inch, and held for a period of not less than 30 second. Pipe that leaks or shows any other defects shall be rejected. Pipe shall be handled only by means of end hooks, manila rope, wire rope covered with fire hose or equivalent padding, fabric slings or rubber -lined clamps. Slings shall be fabricated of fabric belting having a minimum width of 3- inches for loads less than 1,000 pounds and an additional width of 1 -inch for each additional 1,000 pounds in weight. Clamps shall have a 1/4 -inch thick rubber lining with a contact area of not less than 20 square inches per inch diameter of pipe. Support: The pipe shall be supported as specified in AWWA C600 Section B. Valves and fittings shall be firmly blocked with poured -in -place concrete thrust blocks which shall remain in place. Trench Restoration 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- 0 • SP 11 of 11 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 concrete resurfacing. Permanent Trench Restoration: 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 C78) 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. 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 conforming to the requirements of Subsection 400 -4.3 of the Standard Specifications. (dater Main Abandonment. .dater Main abandonment shall include valves. The Contractor shall remove valve boxes and risers, backfill and patch with A.C. or P.C.C. to match existing pavement. CITY OF NEWPORT BEACH Contract No. 2054 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 \ � � � % ƒ \ Q { \ 7 k % ƒ ; - t � �:D ~ . \/ | ►| N7a | 7 � ( | .� |� \ \ . | % \ N & \k�. Ile ~ An | .�.�, I I / •. � \ / \6 \ � \ % � } / & I 2 9 \/ G % ƒJ® / \\ !� — { ze� \ [� \�- & 011 5 \ 7 \ \ | x \\ \ \ \{ \ \ \! \ \ \ \ \ \§ I » ®xx ® ) \» \\ | }\\\ , ) �.jc, �ysa ;� � ���_� • , �