Loading...
HomeMy WebLinkAboutC-2274 - West Coast Highway Sewer Main ReplacementE August 29, 1984 John T. Malloy 606 N. Larchmont Los Angeles, CA 90004 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK X7141640 -2251 Subject: Surety: Transamerica Insurance Co. Bonds No.: 5240 -80 -95 Project: : =.:-.f Wept Gefst Highway Sewer Main Replacement CBi tray Ifio' .: C -2274 The City Council on July 9, 1984 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on July 16, 1984, Reference No. 84- 291340. Please notify your surety company to release the bonds. Sincerely, Wanda E. Raggio City Clerk WER:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 84.291 40 E. pi,�forvm wp„ ase Return To,M��e�� �o City Clerk City of Newport Beach =C7PT 3300 Newport Blvd. Newport Beach, CA 92663 -3884 NOTICE OF COMPLETION 1¢.} Al' t ill�U PUBLIC ..WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -10 22 Aryl JUL 16'84 a counry ' ""'- '•'�'i/ RECORDER To All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on July 9, 1984 the Public Works project consisting of West Coast Highway Sewer Main Replacement from 62nd Street to Bitter Point Pump Station (C -2274) on which John T. Malloy, 606 N. Larchmont, Los Angeles, CA 90004 was the contr� nd Transamerica Insurance Co., P.O. Box 5899. Costa Mesa CA 92426 was the s 06" o, t�- r NO I, the , say: VERIFICATION CITY OF EWPOR BEACH �.` �2 Public 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 July 11, 1984 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK 1, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 9. 1984 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 July 11, 1984 at Newport Beach, California. City Clerk • EWpo . R�e CITY OF NEWPORT BEACH X �" `�;' OFFICE OF THE CITY CLERK (714) 640 -2251 FO Mayor Mayor Evelvn R. Hart July 11, 1984 Mayor Pro Tern Philip R. Maurer Council Members Lee A. Branch Bill Agee John C, Cox Jr. Orange County Recorder Jackie Heather P.O. Box 238 Ruthelyn Plummer Santa Ana, CA 92702 Donald A. Strauss Dear Mr. Branch: Attached for recordation are two Notices of Completion of Public Works projects consisting of: 1. Lido Isle and Via Lido Street Resurfacing Program, Phase III, Contract No. 2313 on which R. J. Noble was the Contractor and Ohio Farmers Insurance Co. was the Surety. 2. West Coast Highway Sewer Ma from 62nd Street to Bitter Point Pump Station, which John T. Malloy was the Contractor and Transamerica Insurance Co., was the Surety. Please record and return to us. Sincerely, l.�'UlGG��l2- Wanda E. Andersen City Clerk WEA:lr Attachments (2) cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 BY THE CITY COUNCIL CITY Of NEWPORT BEACH JUL 091984 APPHUVED TO: CITY COUNCIL FROM: PUBLIC Works Department July 9, 1984 CITY COUNCIL AGENDA ITEM NO. �: - 11 SUBJECT: �g� OF- •WEST, COAST ifIGHWAY SEWER MAIN REPLACEMENT.; 'i erg Point Pump Station (C'4270.- 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 replacement of the West Coast Highway sewer main from 62nd Street to the Bitter Point Pump Station has been completed to the satisfaction of the Public Works Department. The bid price was $116,141.00 Amount of unit price items constructed $113,841.00 Amount of change orders 24,705.28 Total contract cost $138,546.28 Five Change Orders were issued. The first, in the amount of $3,692.54, provided for the cost of delays to the contractor because of the existing sewer stub not being in the planned location. The second, in the amount of $1,440.47, provided for the cost of delays to the contractor due to the existing water main and telephone conduit not being in the record location resulting in a changed align- ment for the new sewer. The third, in the amount of $5,586.30, provided for replacement of an existing manhole. The fourth, in the amount of $1,543.07, provided for explor- atory excavation to locate two existing laterals the locations of which were not on the record drawings. The fifth, in the amount of $12,442.90, provided for additional paving resulting from the change in alignment and requested by CALTRANS. 0 0 July 9, 1984 SUBJECT: ACCEPTANCE OF WEST COAST HIGHWAY SEWER MAIN REPLACEMENT Page 2 Funds were budgeted in the General Fund, Account No. 02- 5583 -102. The design engineering was performed by the Public Works Department. The contractor is John T. Malloy of Los Angeles. The contract date of completion was March 1, 1984. The work was completed on February 29, 1984. Potenjamin B. Nolan Public Works Director GPD:kf 0 CITY OF NEWPORT BEACH P.U. BOX 1768, NEWPORT BEACH, CA 926633884 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: December 16, 1983 SUBJECT: Contract No. C -2274 OFFICE OF THE CITY CLERK (714) 640 -2251 (" 'u -+Lrx C& I Z/1 k2 Description of Contract West Coast Highway Sewer Main Replacement From 62nd Street to Bitter Point Pump Station Effective date of Contract December 15, 1983 Authorized by Minute Action, approved on November 28, 1983 Contract with John T. Malloy Address 606 N. Larchmont Los Aneeles. CA 90004 Amount of Contract $116.141.00 !�" e Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach r TO: CITY CLERK FROM: Public Works Department 0 December 14, 1983 SUBJECT: WEST COAST HIGHWAY SEWER MAIN REPLACEMENT FROM 62ND STREET TO BITTER POINT PUMP STATION CONTRACT NO. 2274 Attached are four copies of the subject contract documents including insurance certificates. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our de- partment. Horst Hlawaty Project Engineer II ,WOT91 Att. "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for.Workers' Compensation or to undertake self - insurance before commencing any of the work." 111p,I Date � T Signature John T. Malloy C -2274 West Coast Highway Sewer Main Replacement from 62nd Street to Bitter Point Pump Station. t 0 4 NOTICE THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS. .� . CITY CLERK — NOTICE INVITING BIDS Sealed bids may be received at the mice of the City Clerk, 3300 Newport Boulevard, Newport B _ =?CA 92663 until 11:00 A.M. on the 16th day of � m -at which time such bids read shall be opened and for' WEST COAST HIGHWAY SEWER MAIN REPLACEMENT Contract o. $91,000 Engineer's Estimate Approved by the City Council this 24th day of October , 1983 Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. F ~� ► c • • PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SEWER MAIN REPLACEMENT CONTRACT NO. 2274 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the the Instructions to Bidders, has examined the Plans and Special Provisions, proposes to furnish all materials and do all the work required to complete. in accordance with the Plans and Special Provisions, and will take in full the following unit prices for the work, complete in place, to wit: work, has read and hereby Contract No. 2274 payment therefor ITEM QUANTITY ITEM DESCRIPTION UN TAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization and clearing including removals and disposition, sawcutting; and filling and plugging of abandoned sewer and manholes as shown on plans @ Ten Thousand Dollars and No Cents $10- oo0_no $1 n, non. nn Lump Sum 324 Construct 15" PVC gravity sewer in- Linear Feet cluding bedding, backfill and paving, per CNB Std. 105 -L, 106 -L and con- struction notes @ Seypnty Dollars and No Cents $ 70.00 $22,680.00 Per Linear Foot 706 Construct 12" PVC gravity sewer in- Linear Feet cluding bedding, backfill and paving, per CNB Std. 1.05 -L, 106 -L and con, struction notes @ Sixty Fight Dollars and Fifty Cents $ FR 50 $49.361.00 Per Linear Foot � � � • PR 1.2 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 4. 6 Construct 8" VCP gravity sewer includ- Linear Feet ing bedding, backfill and paving per CNB Std. 105 -L, 106 -L and construction notes PRICE PRICE @ One Hundred Dollars and No Cents $ 100.00 $_ 600.00 Per Linear Foot 5. 4 Construct sewer manhole per CNB Each Std. 402 -L @ One Thousand Two Hundred Fifty Dollars and No Cents $ 1,250.00 $ 5,000.00 Eac 6. 6 Construct 6" house lateral and cleanout Each per CNB Std. 406 -L @ One Thousand Dollars and Nn Cents $ 7,nnn_no $ 6_nnn_nn Each 7. Lump Sum Shoring @ One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 Lump Sum 8. Lump Sum Dewatering and water control @ Fifteen Thousand Dollars and No Cents $15,000.00 $15,000.00 Lump Sum 9. Lump Sum Reconstruct sidewalk, curb and gutter Five Thousand Dollars and No Cents Lump Sum $ 5.000.00 $ 5.000.00 ;{ • • PR 1. 3 IT PRICE WRITTEN 10. Lump Sum Traffic control @ Two Thousand Five Hundred Dollars and No Cents $2,500.00 $2,500.00 Lump Sum TOTAL PRICE ITEMS 1 THROUGH 10 WRITTEN IN WORDS: One Hundred Sixteen Thousand One Hundred Forty One Dollars and No Cents DATE: 11/15/83 213 - 464 -2705 Z — s Telephone Number on ractor's License No. asst ication =no M u . i ..- S /John T. Malloy, Owner Authorized Signature /Title 606 N. Larchmont Los Angeles. CA 90004 Bidder s gar, ss Q j • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. 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. of the California Labor Code for all apprenticeable occupations. 350287 A Contr's OE'. No. & Classification 11 / 4.183 Date JOHN T. MALLOY Bidder S /John T. Malloy. Owner Authorized Signature /Title 0 4 • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. S /John T: Mallov, Owner Authorized Signature /Title F`ORIGINAL SEE CITY CLERK'S FILE PY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, JOHN T. MALLOY & JOHN T. MALLOY, INC. , as bidder, and . TRANSAMERICA INSURANCE COMPANY and firmly bound unto the City of Newport TEN PERCENT OF THE AI lawful money of the United States for the to be made, we bind ourselves, jointly an THE CONDITION OF THE FOREGOING OBLIGATION , as Surety, are held Beach, California, in the sum of 4nONT RTn IN Dollars ($Tpr ), payment of which sum well and truly i severally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of WEST COAST HIGHWAY SEWER MAIN REPLACEMENT FROM 62ND STREET TO BITTER POINT PUMP STATION C -2274 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this Isth day Of November , 1%3-. (Attach acknowledgement of Attorney -in -Fact) S /Patricia Haran Notary Public Commission expires April 19, 1986 JOHN T. MALLOY & JOHN T. MALLOY INC. Tidder S /John T. Malloy, Owner Authorized Signature /Title TRANSAMERICA INSURANCE COMPANY Surety ,, i Title Attorney -in -Fact i • Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 16 day of Nov. 1983—. My commission expires: JOHN T. MALLOY & JOHN T. MALLOY, INC. Bidder S /John T. Malloy, Owner Authorized Signature /Title S /Patricia Haran Notary Public • FOR ORIGINAL SEE CITY CLER FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk JOHN T. MALLOY Bidder S /John T. Mallov, Owner Authorized Signature /Title 0 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 1983 City of Gardena George Schultz 327 -0220 1983 City of Paramount Harry Barbitt 634 -2123 1983 City of Manhattan Beach Mort Auoert 545 -5621 JOHN T. MALLOY Bidder 40 /John T. Mallov. Owner thorized Signature /Title ,F 14 0 NOTICE • Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide_ Property - Casualty. Coverages shall be provided for a TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. F x PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That 6 Page 9 BOND rdO:S�aG.9S WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 28, 1983 has awarded to JOHN T. MALLOY hereinafter designated as the "Principal ", a contract for WEST COAST HIGHWAY SEWER MAIN R €P6AGEM €NT FROM 62ND STREET TO BITTER POINT PUMP STATION - C -2274 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: T. b1ALL0Y NOW, THEREFORE, We T,,JOR N & , s sa�ur A n. VENTITRF as Principal, and TRANSAMRRICA INCIJRAN F COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Olve A/a.celred Dollars ($ 00 ), 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 3250 of the Civil 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 Payment Bond (Continued) • Page 10 this bond, as required by the Provisions of Sections 3241 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 2 2 day of Nov , 19j -. , Approved as to folyw. City Attorney JOHN T. MALLOY & JOHN T. A A JT. D gnr.RP (Seal ) Name of Contractor Principal Authorized Signature an Title uthor4=1'd Signature and Title TRANSAMRRTCA WRTIR,ANCP COMPANY (Seal) Name of Suretv C�/_`3 ) �Z/o — V,� /D Telephone No. of Agent k � ) \ \ / q k �.� ■iG; #E ^ ■ 2 CL 2E &E n�i r \ }/ / |) � ;g- 2 ƒ \� 3(( � 2_E ■ ;7-E >f § ■�& m /} k § a a� { kf) 5 «7§ - < § ■ § �L �i }ƒ§ }()k� CL {t df K77\ 2222 j ) (} � ( / ( { /k / k tn / � § � k z a / E ` • Page 11 BOND MMIUM ON Bits btW ;l FAITHFUL PERFORMANCE BOND $ �Oy d0 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 28, 1983 has awarded to .JOHN T. MALLOY hereinafter designated as the "Principal ", a contract for WEST COAST HIGHWAY SEWER MAIN RFPIArFMFNT FROM 62ND STREET TO BITTER POINT PUMP STATION - C -2274 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; JOAN T. MAILOY & NOW, THEREFORE, We, JOHN T. nr+uov Tyr, A JT. YBNTTraF as Principal, and "LAS"MCA TC.c SiA1CfF .e"Zwr as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of 4/Ve Dollars 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 T � Faithful Performance Bond (Continued) 0 Page 12 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 2 2 day of NOV , lgirA JOHN T. MALLOY & \ JOHN T. MALLOY, INC A JT. YEHTURE _ - (Seal ) Name of Contractor Principal) 9v-&`T. s�U� Authorized Signature and 11itle TRANSAMERICA INSURANCE COMPANY (Seal} Name of Surety (")13) -�15 /o Telephone No. of Agent LJ I 21 2 ¢ O W J d U O W a N W S F H 0 Q) N O J r H Z 7 O U O w c c Z b d Z O R Z d m L ' Y G L N E N O z 0 v C N N d W d m EUL E m ° n? O y r C-1 m N E¢ d� W r G m C N G } O z V y C d ¢ } y m ° AY N }$w G L —do4Om C m 'i E E z Z CL 5 2d C S V E C_ c2 3 o p1(Oj N r G y r O W C d aU m H °d _o ° r cn cr cn oz uj v d E d C w ¢¢ 9•i� V N G c c m y J° EQ A �O u F n O. r O } N 9 lL U a LL z > 1 a`,�' `r a6 •�i. )'i�. T.�� WWW� #---, t f - ._ . 1 It • CERTIFICATE OF INSURANCE • Page 13 NG ERAGES City of Newport Beach Company 3300 Newport Boulevard Letter A CASUALTY & SURETY CD. Newport Beach, CA 92663 Company B NAME AND ADDRESS OF INSURED Letter FREMDNT IAIDFIMITY OD. Company C JOHN T. MALLOY AND JOHN T. MALLDy IW. Letter D 606 NORTH LAR(HmDNST BLVD. Company Letter Company E LOS AN(;F'.f RS- CAT.TTnWTn onnnn 1 attar This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof. the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: 0 /,tea Agency: R G V Insurance Aaen= orized Representative a Issu te e Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: ?` •�. % . e.I n UVMN D I M .,n I I •, .M. ' yDWDa Dl:,�u ��� %Y: �17J N YYY9c �• :v�' Y �:� NOTICE: h s certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. 81 Policy LIMITS OF LIABILITY H US COMPANY TYPES OF INSURANCE Policy Exp, Ag.Products, LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ A x Comprehensive Form x Premises- Operations 83 GL Property Damage $ $ x Explosion & Collapse Hazard 235121 4 -1 -84 x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500 $ 500 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine - Personal Injury 500 $ 500 Aviation AUTOMOTIVE LIABILITY ,A ❑x Comprehensive Form 83 FJ Bodily Inj $ Owned 212708 4 -1 -84 Each Person Bodily Injury $ Each Occurrence ❑x Hired ro ert ama e n '96F y �ury an ❑x Non -owned Property Damage Combined $ 500 EXCESS LIABILITY A Umbrella Form 83 xs y Injury Other than Umbrella Form 34982 4 -1 -84 Property Land age Combined $1,000 $ 1,000 WORKERS' COMPENSATION uto 2,000 dent) Accident) B and EMPLOYER'S LIABILITY 83Wp 54469 4 -1 -84 NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof. the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: 0 /,tea Agency: R G V Insurance Aaen= orized Representative a Issu te e Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: ?` •�. % . e.I n UVMN D I M .,n I I •, .M. ' yDWDa Dl:,�u ��� %Y: �17J N YYY9c �• :v�' Y �:� NOTICE: h s certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. 81 • • Page 14 � l CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed That: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded.by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit-is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds-named in paragraph 1 of this endorsement shall be the limits indicated below for - tither Multi- ple Limits or Single Limit, whichever,is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( X) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence E500,000. each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. WEST COAST HIGMAY SWM MAIN REPLACBENT FF40M 62ND SPFMT TO 5. Designated Contract: BITTER POINT PUMP STATION. Project Title an ontract 0.). This endorsement is effectiveNOVEM3M 16,1983 at 12:01 A.M. and forms a part of Policy No. 83 FJ 212708 . Named Insured JOHN T. MALLOY AND JOHN T. MALIOY, INC. Endorsement No. 1 Name of Insurance Company CITY Of NEWPORT BEACH Page 15 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City-of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy.applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if arty, pertaining to the explosion hazard, collapse hazard and underground.property hazard (commonly referred to as "XCU "hazards).are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ()o Single Limit $ each occurrence each occurrence Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: WEST OAST HIGHWNY Project t A POINT PW STATION - Contract #2274 This endorsement is effective NOVEMBER 16,1983at 12:01 A.M. and forms a part of Policy No. 83 GL 235121 Named Insured JOHN T. MALTDY AND JOHN T. MAMY, INC. Endorsement No. 1 1 Name of Insurance Company. ve F • 9 Page 16 CONTRACT THIS AGREEMENT, entered into thisj day of �,�. , 19 r3, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: WEST COAST HIGHWAY SEWER MAIN REPLACEMENT FROM 62ND STREET TO BITTER POINT PUMP STATION C -2274 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: WEST COAST HIGHWAY SEWER MAIN REPLACEMENT FROM 62ND STREET TO BITTER POINT PUMP STATION C -2274 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One Hundred Sixteen 016_141 -.,p0 ) This compensation inc u es 1 *y'1'99 or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 17 (f) Plans and Special Provisions for West Coast Highway Sewer i Replacement from 62nd Street to Bitter Point PumStation � =e Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH ATTEST: Z,/,),! �a. City Clerk CITY APPROVED AS TO FORM: ity Attorney Q Contractor By Its BY ln\LS(aT Its a� _ CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR PACIFIC COAST HIGHWAY SEWER MAIN REPLACEMENT FROM 62ND STREET TO BITTER POINT PUMP STATION CONTRACT NO. 2274 SECTION PAGE I. DESCRIPTION OF WORK . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION AND COMMENCEMENT OF WORK . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . 2 IV. LIABILITY INSURANCE . . . . . . . . . . . . . . . . 2 V. SAFETY ORDERS . . . . . . . . . . . . . . . . . . . 2 VI. WATER, ELECTRICITY, AND SANITARY FACILITIES . . . . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . 2 VIII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . 2 A. Surface Water . . . . . . . . . . . . . . . . . 2 B. Groundwater . . . . . . . . . . . . . . . . . 3 IX. CONTINUOUS SEWER SERVICE. . . . . . . . . . . . . 3 X. PERMITS . . . . . . . ... . . . . . . . . . . . . . 3 XI. SHORING FOR EXCAVATION . . . . . . . . . . . . . . . 3 XII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES. . . . . . . . . . . . . . . . . . . . . 4 XTII. ASPHALT CONCRETE . . . . . . . . . . . . . . . . . . 4 XIV. AGGREGATE BASE . . . . . . . . . . . . . . . . . . . 4 XV. NOTIFICATION TO RESIDENTS AND BUSINESSES. . . . . . 4 i SECTION PAGE XVI. ACCESS . . . . . . . . . . . . . . . . . . . . . . 4 XVII. TRAFFIC CONTROL . . . . . . . . . . . . . . 4 XVIII. PIPE MATERIALS AND INSTALLATION. . . . . . . . . . 5 CALTRANS PERMIT ASTM D- 2321 -74 ii • • SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PACIFIC COAST HIGHWAY SEWER MAIN REPLACEMENT FROM 62ND STREET TO BITTER POINT PUMP STATION CONTRACT NO. 2274 I. DESCRIPTION OF WORK The work under this contract shall consist of furnishing all labor, and materials necessary to construct approximately 1,000 linear feet of sewer and appurtenant work, all as shown on the plans. The contract requires completion of all work in accordance with (1) the attached CalTrans Encroachment Permit; (2) these Special Provisions, (3) the Plans (Draw- ing S- 5096 -5, consisting of 2 sheets), (4) the City's Standard Special Provisions and Standard Drawings, 1982 edition, and (5) the City's Standard S ecifications. The City's Stan ar Specifications are the Standard S ecif cations for Pub is Works Construction, 1982 edition hereinafter referred to as the Standard Speci- fications). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. The City's Standard S ecifications, Standard Special Provisions, and Standard Drawings are included in t e contract documents for said project by this refer- ence. In the event of a conflict in requirements, the more restrictive or higher quality requirements shall govern. Items and details not mentioned herein that are required by the Plans, Standard Sepcifications, these Special Provisions, or any addenda or clarifications shall be furnished, placed, installed or performed. II. TIME OF COMPLETION AND COMMENCEMENT OF WORK All items of work shown on the plans, described in these Special Poovisions, and listed as items in the bid proposal, shall be completed in forty -five (45) con- secutive calendar days after the City Council awards the contract. After the award of the contract and prior to the starting of any work, the Con- tractor shall submit to the City, the construction schedule he proposed to fol- low in the execution of the work. The construction schedule shall serve as an index of progress prosecution as contemplated by the Contractor. Said schedule is subject to the approval of the City and may be amended as the work progresses by mutual consent of the City and the Contractor. SP A • • It will be the Contractor's responsibility to ensure the availability of all ma- terials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time. III. PAYMENT Compensation for work shown on the plans or described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. IV. LIABILITY INSURANCE A standard Special Endorsement Form has been adopted by the City (sample attached). This form is the only certificate of insurance acceptable to the City. The suc- cessful low bidder will be required to complete this form upon award of the con- tract. V. SAFETY ORDERS The Contractor shall have, at the work site, copies or suitable extracts of Construction Safety Orders and General Industrial Safety. VI. WATER, ELECTRICITY, AND SANITARY FACILITIES The Contractor shall make provisions for obtaining water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. The Contractor shall make his own arrangements to provide electricity necessary to construct the project. The Contractor shall provide his own sanitary facilities for the use of his employees during construction of the project. VII. 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. VIII. SURFACE AND GROUNDWATER CONTROL A. Surface Water Surface runoff 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 transport of soil or construction debris by such waters. 0 • SP3of5 Prior to commencing construction, 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). Upon approval of the plan by the City and the Board, the Con- tractor shall be responsible for the implementation and maintenance of the control facilities. B. Groundwater Groundwater may be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from groundwater and has prepared his bid accordingly. Groundwater pumped from the excavations may contain raw sewage. Such water shall be tested by the City, desanded and desilted in settling basins, and then discharged into the Orange County Sanitation District's sewer at Bitter Point. Groundwater not containing raw sewage shall not be discharged into the sanitary sewer. IX. CONTINUOUS SEWER SERVICE The Contractor shall beresponsible for maintaining continuous sewer service at all times during construction of this project. PERMITS The Contractor shall perform all work within State right -of -way in strict con- formance with provisions of the CalTrans permit attached hereto. The Contractor will be required to obtain a separate CalTrans permit authorizing the Contractor to perform the work within the State highway right -of -way. Con- tractor shall remit permit and inspection fees with the Department of Transporta- tion and will be reimbursed by the City for actual cost of permit and inspection fees upon acceptance of the work Pursuant to the provisions of Section 7- 10.4.1 of the Standard Specifications, the Contractor shall obtain a permit to perform excavation or trench work from the State Division of Industrial Safety. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the various items of work, and no additional allowance will be made therefor. XI. SHORING FOR EXCAVATION The Contractor is referred to the Shoring Requirements, Section 306 -1.16 of the Standard Specifications. The lump sum price bid for the shoring for excavation shall include full compen- sation for furnished labor, materials, tools, equipment and incidentals and for all work involved in furnishing, installing and removing shoring for excavations as specified herein and as directed by the Engineer. SP4of5 XII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate its facilities. Construction of the sewer will cause work to be performed over, under and very near existing gas, electric, telephone and water lines. The Contractor shall protect in place and be responsible for, at no additional cost, any damage to utilities encountered during construction of the items shown on the plans. XIII. ASPHALT CONCRETE Asphalt concrete shall be Type III -C3 with 5.6 to 6.0 percent AR 4000 paving asphalt. XIV. AGGREGATE BASE Aggregate base shall be Class 2 aggregate base (3/4" maximum) and shall conform with current state specifications, or equal. XV. NOTIFICATION TO RESIDENTS AND BUSINESSES Between 48 and 55 hours before restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he dis- tributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. XVI. ACCESS Vehicular access shall be maintained at all times to businesses and residences by providing at least one -way access to all adjoining properties unless separate arrangements are made with the owners. The Contractor shall notify each property owner prior to restricting normal access from public streets to adjacent properties. The Contractor shall inform the adjacent property owners of the nature of the access restriction, the approxi- mate duration of the restriction. XVII. TRAFFIC CONTROL After nofification of award and at least 5 calendar days prior to start of con- struction, the Contractor shall submit to the Engineer, for approval, his pro- posed traffic plan. The Contractor shall be fully responsible for the adequacy of any traffic plan utilized, for conformance with his intended construction schedule and staging and to provide for its proper implementation. The No. 2 westbound lane may be closed for traffic between 0900 and 1500 weekdays. Construction Si ns and Barricades. All warning signs, lights and devices to be use y t e Contractor shall conform to the standards of the "Work Area Traffic Control Handbook" (WATCH) published by Building News, Inc. • 0 SP 5 of 5 XVIII. PIPE MATERIAL AND INSTALLATION Polyvinyl chloride plastic (PVC) pipe materials for gravity sewers and house connection sewers shall meet or exceed the current ASTM- D3034,SDR35 require- ments; and shall be installed in accordance with recommended practice ASTM D -2321, unless otherwise specified. c.tt`�.arul4jr �r sw�MSrows�twrr tew�s� • is cuioicws with year ewwation of Anri l ? 111 �7, RVAM saaMfl CIOVAM M I"t*MM oa Ion# boas loslaad ate ao OdWed prior to owavat of trio poinew Q No M yes :a WAIUoa to am at 'we an Fnaltde aM11 to blllad ref say fled 0" by Calbaas tortes and:. Rwiw Cl IQ ❑ via, in (=me ❑ Yes No pra)sss work Shefi-t:s 000taanoee atoll all athw aaeaaaay patslb ttae WAMo. +somas dwawaa hoo OOwt aOMitroe. ' City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 9?FF;3 -3884 LAttn: Don Webb, City En ineer i -0 mead aatnsrry astrs man" Au��ust 27, 1983 J faf�1WITTlt sw4o t is this Go" 111100 raw ad tb fcllowkgr pWMUCN1 IS HOMY OAANTM to: replace approximately 1,025 feet on 1O -inch sewer main plus .manholes with 7OO-feet and 325 feet of 12 -inch and 15 -inch sewer mains within State right of way on Pacific, Coast High- way from 62nd Street easterly to the enci of the project in the City of Newport Beach., ORh- 001 - 0.79/ ?0.99, all in ac- cordance with current State S-ppoi.fications, attached Species Provisions and permit plans dated Aumtst 24, 1983. ,�, (Continued on Page 2) ... 1ECEIVE1 `� t11L10 WI198 SEP 1919831w CITY OF. . NEMIM KAM �Ix Caw. Don Fairbanks (714) C,3� -6851 petvrasnt)7C0andt)ggc POMM40-a toil notify puait iapeator by gllhq a minima st tetrad wiring days prior to rho ioduat start of merit ad an wwWaS day prisr to dosing osr traffic lanai. . ?OruMttoa dial arraags fi p+rsoranuetlaa anasgag with VWt oonoaotors ad In posit Impairer 1W ANIM a GOVIS s Undo 4Mrrar4 of Ow work and Ow peaslt r*WraasiMS, pennittes. Iwo " at$ or Contractors &a bmaal by a" "I GOIWY wUh NI previsions of tlMS•ps"t main tM Instructions at- 00 State rsprasar "Ve wlMla pinforaisg may work UUNHard by UMS pomit. .. - . The foilowdng attaoharattS ors also Indoded as port of We" Mt. a) Utility maiatseance PrOriskm C:;"$ Q Yas a spoNal prowaroas: ONO Q Yss ", C, l) e) A Cal -Os ra powe rs4Wt d prier to bsaraing work: [] No C] Yes fl 7his.ptsmi Lia_wLQsntps the wont is eoew la platsd bos 19 "' Th +s permit is•to be MCUY Construed and no oUw work eMar Visa specinoallr mentioned to hoaby audwized. 1M7/7iC SIMLL 8@ StJOPftl�lOffD IP P81r11T j,Q� iti NOT AT ' Hti3 DD /rn (o JOB SITE. D D. 0it -1 of Newport Be* -Page 2- 3^ Newport Blvd. Nei.m -ort Beach, CA r?2663- 3`�3'`t • 07- 0RA- 00 ^ -20 .7 ?F -1 Aug+ast 27, BY ACCEPTANCE OF THIS PERMIT, THE PERMITTEE UNDERSTANDS AND AGREES TO REIMBURSE THE STATE FOR ANY AND ALL COSTS INCURRED FOR HAVING CORRECTIVE WORK PERFORMED BY STATE FORCES OR UNDER CONTRACT IN THE EVENT THAT THE PERMITTEE, HIS CONTRACTOR OR SUBCONTRACTOR FAILS TO INSTALL, REPLACE, REPAIR, RESTORE OR RE,"tOVE FACILITIES TO STATE SPECIFICATIONS FOR TIM, IMMEDIATE SAFE OPERATION OF THE HIGHWAY AND SATISFACTORY COMPLETION OF ALL PERMIT WORK. IT IS UNDERSTOOD THAT THE ABOVE CHARGES ARE IN ADDITION TO ANY PERMIT FEES AND THAT TIFE PERMITTEE WILL BE BILLED FOR SAID CHARGES AFTER SATISFACTORY COMPLETIOi OF ALL PERMIT WORK. A minimum of two days prio^ to the start of any excavation author- ized by this permit, Permitt.ee shall notify MiEIRGROUND SERVECE ALERT at 1 -gQn -422- 4133. Permittee shall adhere to construction notes on Sheet 'I of 2 of attanhed permit plans. ':fork shall not ztart on th4s project until September 6, 1983. The number 2 westb'ou-i? lane ra,, br,, closed bet *.. -e ^n the hours of 9:00 !J' _ �' P d . A CalOs',a exeay.ation pn-nit rust be submitted. to the Cal.trans in- spector at ti-e pre -job con`•erence. All excavation within 5 fr?t r it the ed.^e of tiu' traveled way shall be either backfill.ed or steel plated before leaving the jobsite )t tea nn -'. of each .•ror..inC da r. The project shall be perfo-rmed in two phases: P?.ase I - Station 4 +00 to Stat:ior 4x30. .tease II - Station 4 +'" to. Station '10 +37. The work on each phase incli.iriinr; hackfi.11, comnacti.on and temporar- pavin.- requirements shall .>r completed before the start of work on the next pease. Access to adjoining, prcper';,,' shall. be maintained at all times. Install.at: ion of ther.r ;er ,:r::'.F,i the e «isti.rg storm drain shall he performed by hand tunnel.inm methods and. the voids shall be filled v,ith a '3z sack sand - cement s'_urry. The Permitter° and /or Pe °mitton's contractor shall hold a pre -job con"erence with State YeT^it Inspector a Tnin'imum of one week prior to the start of any" construction -,;ork authorized by this permit. (Continued 7 City of Ne %To ^t Beach Page "/ 1i00 iJe *p ort ill J`'.. 7f:3— TL -6�o9 Nr�wport Beach, CA August 27, 19P3 If the work authorized by this per-' it is to be Yerfor-e!? by contracto.°r; forces, the Permitte.e's co ^tract:or . shall furnish the Star: with a signe.. application requesting; a separate Caltrans permit authorizing the con- tractor to perform the work within the State highway right of way for Permittee. The Permittee's contractor will be required to reimburse th-, State for the cost incurred for engineering inspection of the work wit hi:-.. the State right of way and all other permit related field work performer' by Caltrans Maintenance Forces. ' CFP.`NMEM "TN`INOI :k11pP' GA: ❑L': S, GENERAL? LOVISIONS TO rISC IDAENT PERMIT oM.M.P oo v,W:v5 oil 1..actliottty: lhs permit s tssuee In accord-not: with Chapter 3 of Divi- sion I.commrnc!nayftF Eecuon 660. of the Streets and Htahwk%a Crde. 2. Roeoesdon: £zxpt as otherwise pmAd.d for public ccrporationa franchise ho:dera and utilmrs. encroachment per'nits are 2NM'alme on Me days notice ihesc general Provisions. Uttll y Mainienatice Provisturs and thin i;rcroat fhment Permit sued hereunder are revo- ta11e or subject to modllcrticn or abrogation at any [!trip- without prey udice. however. to prior !l.ghu m- ciuding chore evidenced by joint use agreements franchise riy.ta or re- served right for operating pu:Foses In a grant of highway easement 3. Permits for Record Ozj: if occu. pation of highway right ofway s under Joint use agrr_ment or :under prior easement encroachment . p:,r -.AS will be Issued to the permutes for the purpose of prrvlding Caluans with notice and a record of work. and for the terms and conditions relating to public safety. No new or different rights or obligations are Intended to be created by the perms t L1 such u7 and all such prior n;itn shall be fully protected. Encroachment Permits Issued In such mum shall have designated across the face thereof -Notice and Record Purposes Only.'' [District Office of Right of 'Nay must give apprvia: for tho dratgsadord 4. Reaponeible Fartyt No party other than the named pertniu_-e or contractor of the perM!Ltee is authorized to work under Lhis pet. tit 5. Acceptance of Peovfedoar, is s under. stood and agreed Icy the wrinittee that the doing of arty work under this permit culi constitute an acceo- tance of the proitsions of ens permit and ali attachment . 6. No Preeedect F.cta 'iabeti• 77:s per- mit is issued with the u,:de ztanding that any particular action is not to be censtdered .s eseabltshing any precedent (1) on the question of the expedlrncy of permitting any rrrtaln kind of encroachment to be erected veittun rL4hc of way of scat: hiahwa N, or 12) as to any utllay, of the accept- ability of any such pennies as to any other or future s,tuatton 7. Notice Prior to Starting Wortt Before starting work un.:cr the Ennxuch- ment Permit the prrnnte small 11uuf7 the District Director o: other dolg- nated empiL,vee th^ c wor :anyr dais Prior to Initial 24_u" of work `Ahen wrrk has been uueruc :ttd an ad- diVorul 24-hour notification is re. quied before resiaruig wnric Unless otherwise speculed au .work shall be 9 performed on weekdays and during normal working hours of the Grantors inspector. 8 Keep Permit on the Work: The En- croachment Pemslt or a ropy thereof shall be kept at the she of the work and main be sh(.wo to any reprtsen- tallve of Cullitim fir any law enforce ment officer or demand WORK SHALL BE SUSPEI'tDED IF PERM? IS NCJr AT JOB SriE 15 PROVIDED. 9. ConLkrning Permlta: If a prior en- croachment conflicts with the proposed work the new permittee must arm is for any necessary rs moval or rcioratfon with the prior permlttes. Any such removal o: re- location w'i be at no expense, to the State 10. Pesmlis From Other Agenclm, The party or parties to whom a permit is Issued shall whenever the same is required by law, secure the written order or consent to any work under a permit from the Public Utilities Commission of the State of California Cal -OSHA or any other public agency having Jurisdiction and any permit shall not be valid until such order or consent is obtained 11. Protection of TYs>bc Adequate pro' visions shall be made lot the protee Lion of the traveling public The warn - Ing sign% lights and other safety de. vices and other measures required for the public safety, shall conform to the requirements of the Manual of Traffic Controls or any sign manual sued or to be Issued by Caltrans and/or the purism Calti-ans Standard Spec - Udcations, Traffic control for day or nighttime lane closures will be In con- formance with Caltrans standard plans for-Traffic Control System Noth- ing to the permit is intended as to third parties, to Impose on permittee any duty, or standard of care, greater than or different than the duty or standard of care imposed by law. 12 Mldmom Interferenco With Trafac: All work shall be planned and carried out so that there .wed op- Lhe least possible inconvenience to the travel- mg public. Permittee is authorized to place property attired flaGmen to stop and wain conventional highway traffic for necessary protection to public safety. brit traffic shall not be un- reasonably delayed. Flagging prose. dures shall be in conformance with the Instructions to Flap,gers pamphlet and /or Manual of Ttafflc Controls Issued by CaLuans. 13. Stoeage of Materials: No construction material shall be stored. nor equip ment parked within ten 1101 feet from the edge of pavement or traveled way. Utilities are subject to the provisions • of Section 22512 of the Vehicle Code. 14. Clean Up Right of War. Upon com- pletion of the work au t -vsh timber. scraps. material. eta- stall be entirely removed and the rigt : of way shall be Icft In as presentable a condition as acl•hed before work start ed lb Bttadatds of Coastitictlom All work performed within the highway shall conform to recognised standards of construction and the curtnt Caltrans Standard Specifications& and any special provisions relating. u:ereo, 16. faspectlonandAppiovalbyC�hiram All work shall be subject io Inspection and approval by Caltram The per - mittee shall notify Calt arts when the work has been completed 17. Actual Cost Billing: When the per - mittce is to be billed actual costs (as indicated on the face of the permits. such casts will mclode salanc i travel- ingexpenscs Incidental expenses. and Overhead I& Future uovt4 of InataUation: a) hismlfattors Requested by Per. mlttee. if the Encroachment Permit was Issued at request of the permitteft it is understood that whenever con - struetton recnnstruetion or MAint- temance work on the highway may requires the Installation aha1L upon request of the.DeparunerlL be Imme- diately moved by and at the sole ex- pense of the permittep- except a, otherwise provided by law. or by any applicable permit provisions. b) Utility Motes Ordered by CoI- tracts if the lnstalladon made under a penal is being relocated in accor- dance with Caltrans 'Notice to Rc locate Utility Faculty; the permittee shall have the same and no greater Tights as relocated as It enjoyed prior to moving at Caltrans' order. c) Utility in Freeway. This section and the other sect Ions of these General Provisions are subject to Article 25 of Chapter 3 of Division I of the Streets and Highways Code and other applicable law. and In thr twin of :rev Inconnmenty, the said 1rilcle 2.5 or other applicable law slaw control the removal from or relocation of utility facultle'l In IrmvayA. dl Future Mnutng o/ !rutaliuttr[n. it is understood by the perrilare that whenever cooSITULtion retrn- struction or maintenance work on the highway may require. the Installation provided for herein shili. upon request of Caltrans be moved by the Permit LM the cost of the move to be bon !e by the pawl legally respnnsibie therefor. 19. Responsibility for Damage•. The State of California and all officers and em- ployees thereof, Including but not limited to the Director of TTanspor- ration and the Chief Engineer. shall not be answerable or accountable in any manner for Injury to or death of any person Including but not limited to the permitter persons employed by the permitter persons acting in behalfof the permute.. or fordamage to property from any cause which might have been prevented by the permittee. those persons employed by the permitter. or persons acting In behalf of the permitter The permatee shall be responsible for any liability Imposed by taw and for Injuries to or death of any person. Including but not limited to the permitter persons employed by the permitter persons acting In behalf , of the permitter or damage to property arising out of work permitted and done by the pertntttee under a permit or arising out of the failure on the permit - tees pan to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obsuuc- dons or from any cause whatsoever during the progress of the work or at any subsequent time work is being performed under the obligations pro- vided by and contemplated by the permit The permitter shall indemnify and save harmless the State of CaWor- ma and all officers and employees thereof including but not limited to the Director of Tlansportauca and the Chit Engineer. from all ciahns suss or actions of every name kind and description brought for or on account of injuries to or death of any person including but not limited to the permitter persons employed by the permutes persons acting in behalf of the per - mlttee and the public or damage to property resulting from the per. formance of work under the permit or arising out of the failure on the permatee's part to perform his obligations under any permit in respect to maintenance or any ether obligations or resulting from de. fects or obstructions or from any cause whatsoever during the prog. ress of the worn or at any subse- quent time work s being performed under the obligations provided by and contemplated by the permit except as provided by statute The duty of the permittee to indemnuv and save harmless in- dudes the duties to defend as set forth m Section 2778 of the Civtl Cod, The permutes waives any and all rights to arty type of express or ti ;lied Indemnity against the State. Its officers or employees W3 It s the Intent of the parties that the permitter will Indemnify and hold harmless the State. Its officers and employees from arty and all cialnts suits or actions as set forth above regardless of the existence or degree of fault or negllgence whether active or passtve. primary or secondary, on the part of the State the permitter persons employed by the permittee or per - sons acting in behalf of the permitter 20. Hondbso this permit shall not be effective for arty purpose unless and until the permittee files with the Grantor. a surety bond in the forth and amount required by said Granter A bond is not ordinarily required of any public corporation or publicly or privately owned uUtl- ty, but will be required of any uttliry that falls to meet any obligation arising out of the .vork permitted or done under an Encroachment Permit or falls to maintain is plant work or facilities - 21. Making Repairs In every case the permittee shall be responsible for restoring to Is former condition as nearly as may be possible any por- tion of the highway which has been excavated or otherwise disturbed by permitter except where Calttans elects to malts repairs to paving and except where provision to the con- trary is made in the written portion of any permit the permitter shall maintain the surface over facilities placed under any permit for a period of one (1) year after completion of work under the permit If the high- way is not restored as herein provided for. or if Caltrans elects to make repairs permittee agrees by acceptance of permit to bear the cost thereof. 22. Cate of Dialoage: U the work con- templated in any Encroachment Permit shall interfere with the established drainage, ample provl- sion shall be made by the permittee to provide for it as may be directed by Caltrans. 23. Submit Play For installation of all underground facilities and all sur- face work or consequence. the permittee shall furnish a plan stjow- Ing location and construction details with Its application. Upon completion of the wont asbuilt plans of sufficient accuracy shall be submitted to the District to deter- mine location of the facility. 24. 161 -1 •m- ..,..- The permittee agrees by acceptance of a permit to main - tarn property any encroachment Placed by it In the highway and in inspecting for and preventing any Injury to any portion of the highway . from the encroachment 25. Coat of Work Unless otherwise stated on the permit or separate .v71t. ten agreement. ail costs Incurred for work within the State right of way pursuant to this Encroachment Per- mit shall be borne by the permitter and permittee herebywalvesan cl:Jms for Indemnification or contribution from the State for such work 26 Federal Cava RION Regaitemmta For PWAW Aeeommodatlos W The permitter for himself. his personal representatives, successors in inter - est and assigns. as part of the consideration hereof. does hereby covenant and agree that (1) no person on the ground of ram color, or national origin shall be excluded from participation In. be denied the benefits oL or be otherwise sub- jected to discrimination in the use of said facWtles (2) that In connec- lion with the construction of any tmpmvernens on said lands and the furnishing of services thereon no discrunustion shall be prac- uced in the selection of employees and contractors by contractors in the selection and retention of first - tier subcontractors in the selection of second -der subcontractors (3) that such dscnmktaWn shall not be practiced against the public In their arms to and use of the fa- cilittes and Vivim provided for public accommodations fsuch as taung, sleeping, rest, teaicatlon and vehlde setvteingl constructed or operated on over. or under the space of the right of way. and (41 that the permitter shall use the premises in compliance with all other re. quiremens Imposed pursuant to Title 15. Code of Federal Regula- tions Commerce and Foreign trade. subtitle A. Office of the Secretary of Commerce. Pan 8 f 15 CFR Pan 81. and as said Regulations may be amended 1131 That in the event of breach of any of the above nondiscrimination covenants. the State shall have the nWit to terminate Lite ,permit and to reenter and repossess said land and the facilities thereon. and hold the same as If said permit had never been made or Issued 27. Archaeological: The permutes shell cease work in the vicinity of any archaeological resources that are reveuled. The Permit Engineer shall be nocillM Immedtateiv. A quallllrtl arch4enlrp4w. rrlulned Ity tint. primlltm. will evulu:rle the slnt.nlun and snake msan nendatintts to the Permit Engineer concerning the continuation of the work • DF.FART41.NT OF TRAXSPueti,trinN (Caltrana:, UTILITY MAINTENANCE PROVISIONS TO SHC30AC1OMPT PERMIT WM-P -228 (Rev. 12/80) Any public utility or public corporation who lawfully maintains a utility encroachment may. perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated •t some future time, thence the future provisions shall govern): A. Rseluelons: These provisions do not authorize tree trtmming or routine maintenance work on freeways (expressways), for which a special permit In required. 8. Zaeroaebtent Permit For Maintenance: The maintenance work must be in conformance with an encroachment permit (individual or annual blanket). The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of Caltrans or any law enforcement officer on demand. YORK SHALL BE SUSPENDED 1F PERMI'[ IS NOT AT JOB SITE AS PROVIDED. C. Notice Required: (1) Routine maintenance and inspection -- Before proceeding, the Permit-tee shall notify the highway maintenance superintendent in whose territory the work is to be dons. (2) Emergencies — The superintendent shall be notified as soon as Possible. In addition, and except as otherwise provided herein. the Permittee shall immediately address a confirming letter to the District Permit Engineer. A permit shall be issued for the emergency work on a freeway or if not covered by a maintenance permit. D. Standard of 1lorkr All work performed within the highway shall conform to recognized standards of utility construction and Caltrans ::rent Standard Specifications. L.` Ltmrganey Rapalrar The Permittee may make emergency repairs by excavating through improved surfaces, only ulten breaks in the eoncuit, cable, or pipeline under the pavement present a definite hazard to traffic. or serious interruption of essential service. In such cases the highway maintenance superintendent shall be notified Immediately. Backfill and pavement replacement, shall be performed in accordance with the'applicable General Provisions (i.e., 'Making Repairs,' "Fuckfilling'). 6 F. OPaa FXcAlvstlons: No excavation shall be left open after daylight houru, unless specifically authorized and adequate protection for traffic is provided in accordance with the General Provision Protection of Traffic.' C. Service Connections: These provisions do not authorize installation of conduit, cable, gas, or water service connections within Mate higl.way right of way, regardless of the location of cite main, existing conduit or cable. All new underground or pipe serviceu, condLIA, cable or main extensions, or excavations to aa.u4oned nurvices oust be covered by individual permits. See Section H(4) regarding cekyAce coanec N nna for wires. 10 R. Routine Inspection and Maintenance: (1) Routine maintenance and inspection on the roadbed shall be conducted between 9:00 a.m. and 3:00 p.m. or as otherwise authorized in writing by the Caltrans representative. (2) Manholes — The Peraittee may open existing manholes . to repair 'underground cables. Where the manhole lies within the improved surface of the highway, the Permittee will prnvide adequate Protection for traffic In accordance with the General Provisions Protection of Traffic.- (3) 8xcavations for routine inspection and repair of pipeline and cables shall: a) not be made in improved surfaces, landscaped areas or closer than 10' to the edge of the pavement without a special permit; and b) not uncover more than fifty (50) feet of line at any one time. (4) Pole Lines — Peraittee is authorized to: a) Stub, or r^ tt existing pole, provided no change In location of pole or an-nor is made. Stubs and anchors must not be placed between existing pole and traveled way. b) Replace poles, guy poles, and crossarms in exact location limited to two consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. C) Replace broken pins and insulators, repair broken wires, pull slack wires, and replace or pull broken or slack guys. d) Repair and complete transfer work on existing aerial cables. e) Install new and replace existing transformers on existing poles. f) String aerial wire and place additional crossarms on existing poles except where wire crosses the highway. Unless otherwise specifically required by Caltrans, protected cable, tree wire or, plastic tree wire guard used for telephone lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section (f) does not apply to adopted scenic highways. g) String service drop wires from facilities existing within the highway right of way except where wire crosses the highway. Service wires over highways are subject to Public Utilities Commission regulations and must cross as near right angles as practicable. h) Note - A separate permit shall be obtained for each installa- tion or replacement of wire, drop wire, cable, or other encroachment which crosses the highway or which encroaches upon the highway right of way whether or not attached to or in contact with existing facilities within the right of way. 1) Clear grass from around base of poles and excavate around poles for Inspection, including tamping and straightening. :DOpar -.went of Sranapercatlon ltransi • SSECIAL PROVISION "A" (Attached to all ?emits - 2 ) 1. Pemi:tee shall notify :ht ?emit Inspector between 0700 and 0900 two (2) working days prior to starting any work authorized by this permit. Sae the face of the permit for inspector's telephone number. 2. Permitter shall arrange for a pre - construction meeting at the job site with the Permit Inspect- or and all other interested persons two (2) working days prior to starting work, to discuss the permit requirements. 3. In the event that all or a portion if this work is within the working area of a State highway construction project, no work shall be started until all arrangements have been made with the State Contractor and Rssidrnt Engineer to avoid any and all conflict or delay to the State Contractor. 4. Unless otherwise authorized by the Permit Inspector, all work within State right of way shall be in accordance with the current Caltran■ standards specifications and standard plans. The Uniform Building Code, may be used as the minimum specifications unless a more stringent specification is required by the local agency, permit or Permit Inspector. Improvements shall be constructed at the location shown on the Permittee's approved plans if they do not conflict with State requirements. S. Should there be any discrepancy between the terms of this permit and the plans attached hereto, the terms of the permit will prevail. 6. All inspection coats incurred incidental to this work shall be barns by the Permittes. 7. All work shall be performed during the working hours regularly assigned to Department of Transportation employees unless otherwise authorized in writing. 8. All costs incurred for work within State right of way pursuant to this encroachment permit shall be borne by the Permitter, and permittas hereby waives all claims for indemnification or contribution from the State for such work. 9. Upon completion of work, Pemittee shall clean Lit highway. am the work area shall be left in A neat and presentable condition and to the satisfaction of the Permit Inspector. l0. A minimum walkway and /or bike path width of 30 inches must be maintained at all times for safe I passage through the work area. 11. Any work authorized by this permit which requires traffic diversion and /or traffic interruption, including sidewalks and bike paths, shall be approved by the Permit Inspector. See the face of the permit for inspector's telephone number. 12. Unless *thsrw13* authorized by the Permit Inspector, cbe normal traffic control shall be limited to the hours of 0900 - 1500 and open for use by public traffic on Saturday*, Sunday$, designated legal holidays and after 3:00 P.M. on Fridays and the day preceding designated legal holiday*, and when construction operations are not actively in progress on working days. 13. Designated legal holidays art: January lac, and third Monday in February, the last Monday in May, July 4th, this first Monday in September, November 11th, Thanksgiving Day, and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be * designated legal holiday. When 9ovember 11th falls an a Saturday, the preceding Friday shall be a designated legal holiday. 14. T%* ?emitter shall provide adequate protection of traffic :n accordance with the current traffic -.antral requirements of the Department of Transportation (Caltrans)I the Standard Specifications Section 7 -1.08 (Public Convenience), Section 7 -1.C9 (Public Safety) and Secttor. 12, (Construction Area iraf` -ic Control Devices) , and special provisions of the pewit. I'he condition and location of other traffic control devices shalt be approved by CYs ?emmit Inspector and installed and maintained by tie ?ernittes in accordance with the permit. A:l cores shall be 28 lath ninuum :ieiehc. Portable delineators used in :ieu of cones shall be piactd at one ha'_` the spacing for cones. Al: advance warning signs shall be oquipped with '!ago far aaptimt, closures. Al' advance warning signs shall be 4 Inch z :+3 inch minimum for approach speeds of +S MPH or nor* on two lane highways with raversible control and for Apprcach speed$ over 30 MPH on multiple '.one directional ha:f roadway and :ant closures. At all ocher speeds all warning 'Z signs shall be 36 roc's by 36 inch minimum except that "Road work Ahead" (23) shall be 30 Inch by 30 inch minimum. Department of Transportation (Caltrana) SPECIAL P107ISION "A" (Attach to all Permits - 242) Page 2 14. continued During the hours of darkness all necessary cones used for lane delineation shall be illuminated or reflectorized for approach spoeds through 50 NPH. Ali flagpersons shall be trained and their sots duty will be to control traffic. They shall wear white hard hats, orange vests or jackets, and have an approved slow/atop paddle. They shall be intervisible or be in communication via 2 -way radio. During the hours of darkness the vest or jacket shall be reflectorized, flagman stations shall be illuminated such that the flagman will be clearly visible to approaching traffic and all necessary cones used for Lane delineation shall be illamiaated or reflectorized for approach speeds through 50 MPR. 15. The signs used for traffic control shall either be covered, removed from the right of way, or turned to face away from traffic when not actually in use. 16. All lane closures on multilane highways sbaL1 be made wing an approved flashing array sign, if available. After January 1, 1982 the State Inspector shall close down any project found to have such a lane closure without" the required flashing arrw, signs. 17. The Permittee shall notify the Division of Highways Signal Laboratory at 213 -620 -2030, at least 72 hours in advance of any excavation within 500' of the signalized intersection or in the vicinity of State lighting facilities. The Pormittee and/or his contractor assume the responsibility for the payment of all costs incurred by the State in repairing facilities damaged during construction. Requests for reiotatlon of facilities for the contractor's convenience must be made is wri ag with the contractor assuming costs. 18. Existing utilities shall be protected from rage by the Permittae. 19. Existing highway facilities damaged by reason of the Pesmittee's operations shall be repaired by the Permittes at his expense. 20. P.ermittse shall be responsible for notifying his contractor and all sub - contractors of the provisions of this permit. No work will be started until a copy of this permit is given to the contractor and each of his sub - contractors. 21. The Permittee and /or the contractor shall submit a copy of all required C&10$ha permits to the Permit Inspector prior to starting work. 22. This permit shall be kept at the site of the work and must be sham to any representative of the grantor or law enforcement officer on demand. Failure to comply may require stoppage of all work within State right of way for a minim= of the remainder of the working day. 23. All lane and pavement markings shall be removed by sandblasting or air blasting. 24. Placement of pavement and lane markings shall be done by the Permittee under the direct superviston of the State representative in the field. 25. A survey "at no cost to the State" of the Parmittae'e property may be required to verify compliance to approved plans. 26.. Should work take place between October 15 and April 15, Permittee shall obtain a long - range clear weather forecast before breaking into a main line storm drain. Construction Of facilities connecting to the main line will be permitted only during a clear weather forcast that is acceptable to the Caltrana representative. Once operations under this Permit are initiated, the work shall be conducted in a continuous manner until completed. 27. Abandoned connector pipes shall he sealed at both ends with 3 -inch brick and mortar or six inches of concrete. When facilities are allowed to be abandoned in place, backiilling with sand, or other measures, may be required to protect the highway. This is mandatory for metal Pipes 12" in diameter or larger and all other pipes 24" is diameter or Larger. 28. All inlet openings shall be provided vita protection bars spaced to provide an opening that does not exceed six inches. 29, Peraittae shall not use Caltrana property for the temporsn, or permanent storage of excavated materials, roc's, sand, cement or other material or any equipment, except as Specifically noted, 14q B�Vtmsnt of ap^rtatioc (Caltrans) • 0! SPxC1 PROVISIO /S. "C• - MWAVATIO) AND HdCUILL) 1-82 I mis Special Provision sheet •C- and its attachments are to be sand am s minimum specification for excavating and backfilling within Nsta right of way. II 3 =&ation Crossing Roadway: L" Pipes shall normally be jacked or otherwise forced onderseath pavement without disturbing same. Pavement or roadway shall not be out unless specifically allowed by the permit. Service pip" will sit tie permitted inside of culverts used as. drainage- streavores. 2. fteept for minimum dimension cut at tie -in to main, so open b!��v�aLLou shall be made within 5' of the improved shoulder -W ee the curb lines. . S. Contractor shall comply with all State and local 'sAfclj codes ,relative to safety measures for protection . of wortman In trashes s'�d'ezeavetiogi , `(;Jtate O California' idmizi ie fttivs Cod/v :!ills All excavation shall be shored, and /or tight sheeted is aeeordesoe with CAL OSHA requirements. �. Mork ihall•.not be permitted in confined spaces until all possible hasasdous gases and vapors have been purged. Workmen shall be sgaip- psd with adequate blowers, safety harnesses, hard hats ropes, ladders am d'aatt�I other equipment necessary. When working in confined spaces, CAL 0811A requirements shall be adheied to. is 8e&Loes amnections mast be installed at sm angle of 90 degrees from Me Center line of the State.hlghwy vhLoh. the Baia traverses. 1. Whoa the permit authorises installation by the open -sat seem not more than one lane of the highay payment Shall be oyes -eat st,.emtiy „m:a time. Ay .exceptioms shall be !a writing by the Nate representative. After the pipe is placed in the ooppen sectione the tromoh in to be backfillsd in accordance with.speeificationsg tes- ra� reysIra ade.to..the surfacing and tact yorLtan opened to $aaftin before the pavement is out for the neat Notion, d. lksardoue yipeline potholing olaass (petroleon distilatesg gang electricity, ahlcrime, eto.): the Parmittee shall furnish Caltrans with the results of this aWar- ation, having the location and grade shown. to the assrut cue -tenth foot tied to State's datum, and certified by a liesused sweeper or professional engineer (civil). 9. P.C.C. pavement shall be scored to a minim depth of It Sashes by comes. of.a concrete saw to provide a meat and straLSM pavement break along both sides of %reach; also, provide sm watYaot9red VMS- iont joint and rigid bonding of pavement replacement patch. 10. A. C. pavement shall be scored as required above for p.0.0 pavement except .where in the opinion of the State Inspector tae ppememt has been cut meat and straight along both sides of trench exexist�ing�pavymenntt and replacement patch. pattcchv�wst joint for bemire, U. Where the edge of the trench is within 2 feet of existing emrb end getter, the asphalt concrete pavement between the trench and tb eprb ehall.be removed and replaced. 12. A. minimum sidewalk and bikepath of 30 igahes opt be maintained at all times fah safe passage thrm the work area. 13. k minim laterai-cleerence of 51 shall be provided beb- the edge of excavation and adjacent traffic lames. k miafmom lateral. clearance of 2' shall be provided between thy edge of surface ob- strastion and the adjacent traffic lone. Where 5' of clmaremcs L 15 not provided, the excavation shall be shored and tight sheeted. la no as” shall the Ilea --ease be less them 21. i r • -2- • yip t /! sP Ir =11OtEion •8 0(C• altran.) - (Z"Tans ADD EAC3rm) 1-82 11 Renovation Crossing Roadway (Gentian") U. Banks of open -oat trenches @hall be kept as nearly vartioal as possible. Trenches @ball not be more than 240 wider than the out- @149 diameter of the pipe to be laid tbor•iat plus the a oessary width to m000modate @heating. 15. All open trenches within the traveled way a_ball be baokfllled, the sitteidat t oa of �aworking � going before loawla8 16. 21ght shooting mad .Mar placed and maintained steel yyfates INW be titatM for baokfilliog as sathorised by the penaiS 17. It no spoil beak is placed between the open excavation and the trave204 way9 all open trench Wall be baokfilled and compacted pr1or to leaving the job site at the tad of the working day. 38. The trench shall not be ezoanted acre than 300' In advance of ��l!ppee lay�fn and shall not be left open more than 200' in the soar thsreot. Leartaciag of any `tIvan portion of the trench shall be d 000100 within one week following lying of pipe In that section. 19. All vegetation shall be removed from the area of the trench before announcing with the excavation operations. 20. Re tree root• over 20 In diameter shall be ant. The roots aver 2' Is diarter shall be carefully tunneled under and wrapped la burlap and kept moist until the trench has been backfilled. en �s machines not�la used ed under the tress if the track 21. If the trees involved are close together or of each @i@e that It is lmpraetical to protect all roots over 2 inch•s in di•m•ter por fforrthar that cutting of roots under 2 !aches In diameter aa" =the Btaroit oo tothe •the tree toparrangements iinnuo der to� lie root less. This work 1 D• performed under the close sap•rvIalon of the state Tree Malatemanoo supervisor. 22. so &=hole shall bi constructed within 200 of any parkway hw. 23. ave&eat$patohes shall be placed and maintained In a msooth r�d10� plane Tram of humps or depressions. 6"7'1'_1 1. 8tractaral bantfill within the existing or proposed roadbed arts shall a fompaos•d In horizontal layers not exceeding 80 In thiok- o fief=p r Ted hendq pneumatic or mechanical type tempers to elative ocmpaction• of 95 paaaent using California Test itsthod 2161P. structural backfill outside of elope lines and not legsath the roadbed @hall be compacted to a relative compaction of 0a 9. hokfill material •ball have a "Send Equivalent" value of act Tema than 20 as determined by the California Test Method 23.779 it the exoavatiom falls within the OxIstial or proposed roadbed. C- sulidation by pending and jest wwill o on permitted whose as deter- SIR" i Insp:� rr� backf111 material is of such obaractw win lag when compacted, and the foundation materials will not be softened or be otherwise damaged by the appli« water and no damage from hydrostatio pressure will result. ZRRAW ba.kfill shill bi placed and sompooted in layers not exceeding 4' In thickness. reading and jetting methods shall be sapple&ent•d by the 1100 of vibratory o; other cospaetion equipment when aeoeeeary to obtala the required 0, 1 Ries. I(& -3- DDsey�aotttment of Tranepi Cation (Caltrans) gR�fD4RD LMIAL PWVISICRS 'C" - (RZCAMICg AND RACOILL) 1-82 2. ft&Xj l material may consist of sand - Ceram slurry using 2 rooks of cement per cubio yard of sand and Water with 3f of calcium chloride as determined and authorised by the Permit Inspector. 3. Whore it is necessary to tumel miss existing curb ad Egaattew sidewalk, or anderground faollitiss► the ►oil small be IMOU 12" ed1t 2 sack samb- oearmt slurry. pay 4orato scentsksin connneecctttiontWithth t�a4oteis�oen�tg�eiasats r61oh may be required the mud equivalent vase Department bacckfitLn materialeOrr tthM trench lam bsokfill compaction. It is further understood that the frpueno; of such taste shall be a minimum of out toot per saximam of 1500 of continuous trench at elevations of act less than every 2' of bastfili depth. 5. Prior to starting the trench beckfill, the Permittee shall sake the neossaaa arraogeamnts with materials tooting laboratory to conduct Use tests with certification from a professional engineer (Civil). A Pavement Repairs 1. Repairs to P.M. pavement shall be ode within 5 working days of eoaplotion of backfill and oba11 be made of Portland Cement Comereie containing a minims of 7 sacks of cement per cubic yard. Replacement of P.C.C. pavement shall equal existing pavement thick- ness. The concrete shall be satisfactorily oared and protected trom disturbance for act less than 48 boars. High early cement may be required at the discretion. of the Permit Inspector. 2. Concrete sidewalks or ourbs shall be out to the nearest sours marts and replaced equal in dimensions to that removed with soots marks matching existing adjacent sidewalk or curb. 3. Repairs to A.C. pavassate shall uw made within 5 working days of completion of backfill and still be made - -th asphaltic concrete meeting State specifications, with every effort made to match the existing pavement as to color and surface texture. 4. Replacement of the roadway structural section (pavement bow, su bbase, etc.) shall be equal or better in all respects to 6; thickness end materials in the best portions of the existing struot- ural section. Minimum thicknesses shall be 4e asphaltio concrete on 8" class II aggregate base. Mwept as hereinafter provided in paragraph 3 of this enboocti_e all underground installations of pipes, cables, and conduits in a higkway right of way shall be marked and desigamted an followt I. All gas Installations of Underground Crossovers, ksoept Surname Laterals: A timber or other suitable aafter :ball be installed and maintained D� Permittee outside the ditch line at locations suitable to the District Director where no curbs exist, which marker shall extaad 30 inches above the roadway surface and have stenciled thwom the nature of the underground obstruction and the name or identifrimg gabol of the Permittee. Where ourbs exist, the crossover shall be identified by description and name of owner's stenciled an oath in black letters on white bactgromad in a compact and legible mmmasr• 17 De it of Iranportatia (Caltrans) St SPRCIAL P:EVISIOIS •C• - (=AVATICS AND R►CIFILL) 1-82 ; V REpUIRim MMARKUS 2 2. All Now Longitudinal Installations of Underground Pipes, Cause or Conduits: Where no curbs exist, timber or other suitable markers shall be placed adfaeent to the conduit or offset to each distance as my be specified and at intervals not In excess of 1,000 feet, at each angle point or where nonconcentric with the highly improvement, at least every 'vv feet. where the encroachment is located In the traveled way timber or other suitable markers shall be placed at as offset outside the ditch line at locations suitable to the District Director with mm offset distance given. Where curbs exist, the information shall be stenciled on the curb near each intersection. 3. Markers should be placed so as not to interfere with vehicle recovery areas. 4. Exceptions: In counties and incorporated cities where the Pernittee has filed a may or maps with the County Surveyor, City Engineer, District Director of Caltrans showing the ownership and description of the under- ground facilities mentioned in subsections (1) and (2) above In accord- ance with ordinances, other regulations or established preafteeg it will not be necessary to mark or designate said facilities as reQmired above. VI CAT80DIO PROTEOTIOE Thu Permittee shall perform stray current interference tests on under - ggr�oouunnd utilities under cathodic protection. The Permittee shall notify oaltrans prior to the tests and perform any necessary corrective meanies recommended by Caltraas. VII `SIUVAT STRUCTURES The Permittes will pay for any damage to highway structures ceased by gas slam or other yips lines carrying flammmbles. This includes, but is not limited to, explosion or fire resulting from such Installations regard- less of causation. If repairs are not feasible, complete replacement of Structure may be necessary. The Permittee will identify end hold the State harmless from any and all claims for injury to person or damage to property resulting from each installation. VIII LIMIT OF EtC4VLTI0R ■o excavation to to be made closer than 10 feet from the edge of the pavement except as may be specifically set forth by the permit. 11 2MMSLU30 Rtsept in effecting emergency repairs on utilities no tunnelling will be pelmlttee: permit on major insteliationa as may be specifically let forth ty t = ORWROM PtCILITIZS SM11 be in accordance with Caltranle "Policy on hinh and low risk �mdergraund facilities within highway rights of wy.• alese otherwise authorised, pipes and conduits Shall be installed in a manner to provide a minimum clearance of 42 inches between the top of pipe and Surface. the attached Pori h Rev. 4-81 is part of this permit. E 4 I �w nP11- p t � ° s r 1z. z $I of j e' w i � 32" A -------- 12" I � 24" IL ILL 04 IL a I 1 u .. N �! yy 1._ r i r Z ~ •�■ r f �� .� u f r1 f °: !y DEPARTMENT OF TRANSPORTA* (CALTRANS) STANDARD SPECIAL P•ISION ^Q" (Lane Rev. 3 -82 This Special Provision sheet "Q" and its attachments are to be used as a minimum speci /I u - tion for the lane closures with Caltrans right of way on conventional highways and freeways. r u It I I I ( I I i I ,alb I t l t •___#� s � I � I � � I I; I• j li F�I� tit, !1- A sgg e s J it I 1 11if6 III IN 21;1 + �i Jim ss� 1S Rx�s Hit t f�$;Rat .j CiA } 4bkI6 !2 w j!!1 s Ila d . _ y�y11 a LL it I 1 11if6 III IN 21;1 + �i Jim ss� 1S Rx�s Hit t f�$;Rat t — at PgGE Z t� +a a i E I' I . yl I •. i I lla i I } L � T � d I i I t't �I �I (I r._ 6 j;tl .. s i I '� �� �� 1• I mss -pe LLJ � "gam i C S ;i I ..I f, 3 S� Al A>6 } t Z } Ep9 i•f +� °je . °� e n �-� n cgn II3g n p TD 3)p4p{pp �,�SyC for �6�xY Rt� b �i ■■�N( ��g�B�3RV ass �E �91S� �p�Ye 3J'e SriE 4�5 �e PAGE 3 • 00?4 a E E t1 I <b>- 4-";' 1 sa 'h h r I i 1 �I t �r_ 0 I i c, 1 J jl F ar. !' 'h h r I i 1 �I t �r_ 0 3�g4i� kill jr �a3,, i_F yy : a9 -3 a i ga 6 a1ifaji i� €1�¢` �i��yt�a� {E��iFesa� §y; $;I flit a I F 41 Ill ���ta�iF�i�� r FFik saea2ss a aF %i�aat ^ia�! "a� � flits py F€ 8�1a6n EP i �Rd Sp a4 c, J N F !' a r r i 7 1 to � � W 3�g4i� kill jr �a3,, i_F yy : a9 -3 a i ga 6 a1ifaji i� €1�¢` �i��yt�a� {E��iFesa� §y; $;I flit a I F 41 Ill ���ta�iF�i�� r FFik saea2ss a aF %i�aat ^ia�! "a� � flits py F€ 8�1a6n EP i �Rd Sp a4 -23 i'A�iE 4 0 0 :•! ;tl � � � gg � J T I ! It• 8 � � ,� N III ItI .11 Lr W g I +I O! l i l Ili < �� 1 I I I aiaa6�Eli 8 > kE y 8jS ?� rlrlr, �t � iR� K4e ° I•�s f y FY I -f1 1 jF3 ". a•aa Rik! I, g i Ig l i ig I I I a 8 #. �jHBig�Y {£ jai as H a a r III• I I I 1 zi � g�arEte �,� S et gjjaj E i f III f I 'I.. k i'g 11H13 % 1.1 t i " g sa jFB j¢a Sj I • �s 5 a t III }= I I sit; r1rlrlr rlr�r�t au` _ � x t, c:;?q ANfR1t/W NA710NAL ANSI /ASTM D 2321 - 74' ,YII STANDARD Standard Recommended Practice for UNDERGROUND INSTALLATION OF FLEXIBLE THERMOPLASTIC SEWER PIPE' This Standard is insect under the fixed designation D 2721; the number immediately following the designation indicates the year of original adopti" or, in the use of revision, the year of Ian revision. A number in parentheses indicate the P., of Ian respprovaL • Hon 1- Editorial eomttiuro were made throughout in November 1976. Nets 2- Section 2 as printed was added and subsequent sections were renumbered in October 1977. Non 3 -Note X1 war added editorially in Dezember 1977. None 4 -A rote in section 9.1.1.1 vas added editorially in September 1978. 1. Scope 1.1 This recommended practice describes procedures for installing single -wall thermo. plastic sewer pipe in excavattd trenches. These installation procedures are predicated on'the assumption that the pipe will perform in accordance with "flexible conduit" theories. Consideration should be given to allowable deflection so as not to impede jointing, cleaning operations in sewers, future tapping, nor create excessive side -fill soil pressures or vertical and horizontal deflection of the pipe nor impair flow capacity. 2. Applicable Dommeib 2.1 ASTM Standards. D2412 Test for External Loading Prop- erties of Plastic Pipe by Parallel -Plate Loadings D2487 Classification of Soils for Engi- veering Purposes' D2488 Recommended Practice for Dc- saiption of Soils (Visual - Manual Proce- durop 3. Gestural Reelalremetah 3.1 The pipe should be bedded true to line and grade with uniform and continuous sup. port from a firm base. Blocking shall not be used to bring the pipe to grade. 3.2 Backftll material properly placed and compacted will provide lateral support against deflection in the pipe diameter. 4. Significant Factors In Pipe -Soil Interac- tions 4.1 The nature and particle size distribu- tion of the material used in bedding, hauncb- ing, and initial back - filling, as well as the manner and care with which it is installed, are important factors in achieving satisfactory installation of flexible conduit. The amount of diametric deflection that can be anticipated during installation is related to the nature and gradation of the embedment material and pipe stiffness as well as the care with which it is placed under, around, and over the pipe. Thus, careful consideration should be given in choosing these materials and the method of placement and compaction. S. Terminology 5.1 Because sewer installation terminology used varies throughout the country, Fig. I has been prepared to illustrate the meaning and limits of the terms "foundation;' ••bedding;' "haunching;' and "initial backftll" as usgdd in this document. • This recommended practice is ender the jurisdiction or ASTM Committee F -17 on Plank Pips` Systems sod is direct the responsibility of Subcommiuec F rw oar Sewer Pipe. Current edition approved Nov. 4, 1974. Published Jan. rrary 1975. Originally ppuublished as D 2321 - 64. tan pre: noses edition D 2121 - 72. •Annual Book o /ASTM Standards. Pan 34. • Annud Book of ASTM SmndmW. Pan 19. • Data wpponina the referencing of these standards cry be obulned from ASTM Headquarters, 1916 Race St., Philadelphia, Pa. 19101, by requesting RR: F - 17 - 1002. PEW 0 9 49tl D 2321 6. Embedment Materials 6.1 Embedment materials listed herein include a number of processed materials plus the soil classifications listed under the Unified Soil Classification System (USCS) (Method D 2487 and Practice D 2488)! 1hex mate- rials are grouped into five broad categories according to Their suitability for this applica- tion. 6.1.1 Class /— Angular, 6 to 40 -mm (Vs to 1 ti -in.), graded stone, including a number of fill materials that have regional significance such as coral, slag, cinders, crushed stone, and crushed shells. 6.1.2 Class I /-- Coarse sands and gravels with maximum particle size of 40 mm (I % in.), including variously graded sands and gravels containing small percentages of fines, gener- ally granular and non -cohesive, either wet or dry. Soil Types GW, GP, SW, and SP are included in this class. 6.1.3 Class III—Fine sand and clayey gravels, including fine sands, sand -clay mix- tures, and gravel -clay mixtures. Soil Types GM, GC, SM. and SC are included in this class. 6.1.4 Clan IV —Silt, silty clays, and clays, including inorganic clays and silts of medium to high plasticity and liquid limits. Soil Types MH, ML, CH and CL arc included in this class. These materials are not recommended for bedding, haunching, or initial backfill. 6.1.5 Class V —This class includes the or- ganic soils OL, OH, and PT as well as soils containing frozen earth, debris, rocks larger than 40 mm (1% in.) in diameter, and other foreign materials. These materials arc not recommended for bedding, haunching, or ini- tial backfill. 1. Trench Coast. 9c: 7.1 During preparation of the trench, cer- tin conditions may be encountered requiring .,yccial treatment in order to provide adequate bedding and foundation or to stabilize trench walls or bottom. Conditions that may be an- ticipated are described in this section. 7.1.1 Stable Trench Walls —The width of the trench at any point below the top of the pipe should not be greater than that necessary to provide adequate room for joining the pipe and compacting the haunching and initial backfull. Note that the trench width at the t5- top of the pipe directly affects the soil load imposed upon the pipe. In narrow trenches compaction of foundation, bedding, haunch- ing, and initial backfill should extend to the trench wall. 7.1.2 Unstable Trench Walls —Wbcm an unstable or r6ttning soil condition is encoun- tered in the trench wall, such as may be found by excavation below ground water, stabilize this condition before laying the pipe. De- pending upon the severity of the condition, the engineer may elect to use tight sheeting, stay bracing, or a trench box to control such trench conditions during the course of pipe - laying operations. If the condition is too severe, it may be necessary to leave the sheeting in place or utilize chemical or cement grouting of the soil adjacent to the excavation to pre- vent lateral migration of both the material used beneath and around the pipe and trench wall material. Well points or under -drain may also be used to control excessive ground water conditions. Take care to prevent displacement of the running soil or removal of sand or sill during dewatering. To obtain the desired lateral support for pipe laid, under unstable trench wall conditions where sheeting or other similar means arc not left in place, the trench width should be a minimum of Mvc pipe diam- etcrs. 7.1.3 Unstable Trench Bortorrr —Where an unstable trench bottom condition is encoun- terod, it must be stabilized before laying pipe or alternative foundation methods utilized. The engineer may elect, depending upon the severity of the unstable soil, to require special foundations such as wood pile or sheeting capped by a concrete mat upon which bedding shall be provided, wood sheeting with. keyed - in plank foundation, or stabilization of the bottom material. In the latter case the engi- neer may require that a sufficient depth of the unstable soil material be removed and re- placed with a foundation and bedding or prof: essed stone or processed gravel, suitably graded, and acting as an impervious mat into which the unstable soil will not penetrate. The depth of this processed material used for foundation and bedding shall depend upon the severity of the trench bottom soil condition. Install such special foundation and bedding material in I50-mm (6 -in.) layers and suitably puddle or compact to a minimum of 90 per. Gh D 2921 cent Standard Proctor Density. If the founda- tion contains sufficient large particles to create a hazard to the pipe, provide a cushion of acceptable bedding material between the foundation and the pipe. 7.1.4 Over- excavation— During the course of construction, should the trench be inadvert- ently over -excavated below a point ISO mm (6-in.) bclgw the bottom of the pipe, but not beyond a point 300 met (12 in.) below the bottom of the pipe, fill that area of over -es- avaliOn with an acceptable class of embed. ment material and compact to a minimum of 90 percent Standard Proctor Density, regard - less of soil type. Fill any area of over- excava. tion beyond a point of 300 mm (12 in.) below she bottom of the pipe with processed stone or processed. gravel in the same manner as re- quired under 7.13. 7.1.5 Running Water —Under certain con- ditions, the engineer may be faced with an unusual amount of water running in the trench which he may find necessary to remove in order to properly lay the pipe. The engineer may elect to simply remove the water with ireochside pumps through the use of Class 1 material for bedding. The depth or Class 1 material will depend upon the amount of wa- ter, but take care to ensure that the trench wall soil material is such that h-will not be removed from the area adjacent to the bed- ding as a result of the running water. The en- gineer may also elect to utilize well points of under -drain to control excessive ground water. If Class 1 material is used as bedding and under -drain, it must be utilized at least up to the spring line of the pipe to avoid loss of side support through migration of Class 11 or III haunching material into the bedding. 7.1.6 Rock Excavation —When the pipe is to be laid in a rock-cut. provide 100 to 150 men (4 to 6 in.) or bedding. Class 1, Class 11. or Class III material may be utilized. If run- ning water is encountered in the rock -cut, use the procedures described in 7.1.5. Pipe under - drain may be necessary. depending upon the amount of water present. 7.1.7 Wide Trench —Take care during ex- cavation to provide as narrow a trench as practical at a point level with the top of the pipe (see 7.1.1). If the trench width is greater than 6 pipe diameters. haunching and initial backfill should be compacted to a point at e�� least 2.5 pipe diameters from either side of the pipe. Depending upon the severity of trench conditions, bedding, and foundation should be compacted at least to the same point or wider and, if necessary, to the trench wall. Where an unstable trench bottom is encountered, the entire trench bottom should be stabilized. 7.11 It is recommended that a soils explora- tion progiam be conducted prior to excavation to determine, in advance, soil conditions that relate to trench construction. IL Bedding 8.1 Prior to pipe installation, carefully bring the bedding material to grade along the entire length of pipe to be installed. To ensure that adequate and uniform support is pro- vided under the pipe and to avoid differential settlement of the pipe, certain procedures should be adhered to and precautions taken as outlined herein. 8.1.1 Class I Marerial —When Class 1 ma- terial is used for bedding, little or no compac- tion is necessary due to the nature of the an- gular panicles. A depth of from 100 to 150 mm (4 to 6 in.) of Class 1 material is gcner- alfy sufficient to provide uniform bedding. Depending upon the trench conditions en- countered, the engineer may elect to use a lesser depth of bedding with this material, such as in the case or unstable trench bottom, 7.1.3. or a greater depth such as in the case of running water, 7.1.5. A flat shovel is fre- quently used successfully to work the surface of Class 1 material to provide a level and uni- form bedding. If Class 1 material is. used for bedding, it must also be utilized for haunching at least up to the spring line of the pipe to avoid loss of side support through migration of Class 11 or III haunching material into she bedding. 8.1.2 Class II Material —Take care with Class 11 material to provide ■ uniformly compacted bedding. Excavate the bedding material or place to a point above she pipe bottom, determining such point by the depth of loose material resulting in preparation of the bedding and the amount of compaction that will be required to bring the material to grade. Use hand or mechanical tamping to compact the bedding material to a minimum 85 percent Standard Proctor Density. Slightly A$ -3 r 49h damp material will generally result in max. imum compaction with a minimum of effort. If water is added to improve compaction or if water exists in the trench, take care to avoid saturation of Class 11 material, which could result in additional stability problems of the bedding. Carefully bring the surface of the bedding to grade after compacting it. 8.f.3 Class 111 Morrrial— Provide uniform pipe bcddirig for Class III material in the same manner at outlined in 8.1.2 except use hand or mechanical tamping to compact the bedding material to a minimum of 90 percent Standard Proctor Density. Take care to avoid excessive moisture in Class III material when used for bedding. 8.1.4 Class IV Material— Because of the nature of Class IV material, compaction of this material with normal methods poses un- usual problems in providing a uniform bed- ding for the pipe. Therefore, when excavating a trench in this type of soil, take extreme care to provide a uniform undisturbed trench bottom immediately following excavation. 9. HouoehIag and Laltiall Baeldfll 9.1 To ensure conformance with the scope of this recommended practice, minimal instal- lation procedures relating to haunching and initial backfill are outlined herein. 9.1.1 Clans 1 Material.• 9.1.1.1 Wet Conditions —In any area where the pipe will be installed below existing or future ground water levels or where the trench could be subject to inundation Class I material when used shall be placed to the top of the pipe. A minimum of effort is needed to compact the material. However, in the initial stage of placing this type of material, take care to ensure that sufficient Class 1 material has been worked under the haunch of the pipe to provide adequate side support Take precau- tions to prevent movement of the pipe during placing of the material under the pipe haunch. Except for the protection of the pipe from large panicles of backfdl material, little Care need be taken and no compaction is necessary in plac- ing backfill material in the balance of the initial backfdl aria above the pipe. Where unstable trench walls exist because of migratory mate- vials such as water - bearing silts or fine sand, take cue to prevent the loss of side support �7 late D 2321 through the migratory action. Kurt —Due to the angular nature of the panicles. Can 1 materials may have a high percentage of voids. If such material is used as bedding and if sand or other Class 11 materials are used as haunch- ing or initial backfill, or loth, ground water move- ment can cause the finer material, to migrate into the voids of the Class I material. It has been demonstrated that this results in loss of side sup- port which increases the pipe deflection. 9.1.1.2 Dry Conditions —In any area where ground water will not t experienced at any time above the level of the foundation ma- terial or where the trench will not be sub- ject to inundation place Class f material to the spring line of the pipe. Follow the procedure described in 9.1.1.1 for placing Class I material. If Class Il or III material is used above the spring line, achieve compaction consistent with 9.1.2 and 9.1.3 depending upon the material used. 9.11 Class 11 Material —Place Class 11 material to the spring line of the pipe and compact by hand . or mechanical tamping. However, in the initial stage of placing this material, take care to ensure that sufficient Class 11 material has been worked under the haunch of the pipe to provide adequate side support. Take precautions to prevent move - ment of the pipe during placing of the mate- rial under the pipe haunch. Place initial backfill material in two stages; one to the top of the pipe and the other to a point at least ISO mm (6 in.) over the top of the pipe. Compact each stage of haunching and initial backfill by hand or mechanical tamping to a minimum of 85 percent Standard Proctor Density. If the remaining backfill material contains large particles which could damage the pipe from impact during placement, in- crease the second stage of initial backfill to a point at least 300 mm (12 in.) over the lop of the pipe. If the trench width is less than twice the diameter of the pipe where the moisture content at the pipeline grade is negligible and not subject to seasonal or local variations. Class 11 material can be installed for pipe haunching in a dry state by hand placement with no compaction. With similar trench moisture conditions, puddle or flood backfdl materials to achieve consolidation except during freezing weather. Place the haunching to the spring line of the pipe, then puddle or flood. Place the initial backfill to provide a AB -4 . .4 r 0 225 -mm (9 -in.) cover over the top of the pipe, then puddle or flood. Allow time for the pud- died or flooded mass in each layer to solidify until it will support the weight of a man. Apply only enough water to give complete saturation of the baunching and backfsll ma- tcrial. Drain off excess water or it will retard the drying and consolidation of the haunching and backfsll material. 9.1.3 Class III Material —Place Class 111 material with care under the lower haunch area of the pipe, compact, and then place ad- ditional material to the spring line of the pipe. If care has been taken to shape the bedding material to the curvature of the pipe, only one stage of placement will be required to bring the haunching material to the spring line of the pipe. In either event, thoroughly compact the haunching material to a minimum of 90 Percent Standard Proctor Density. Take pre- cautions to prevent movement of the pipe during placing of material under the pipe haunch. Perform initial backfilling in the same manner as outlined under 9.1.2, using band or mechanical tamping, but achieve a minimum of 90 percent Standard Proctor Density. 10. Pipe Sdffness Requirements 10.1 For pipe stiffness requirements, am Appendix. 11. Special Problems 11.1 Bell Holes for Elastomeric Seat Joints —When the pipe being installed is provided with elastomeric seal joints, bell holes shall be D 2321 - excavated in the bedding material to allow for unobstructed assembly of the joint. Care should be taken that the bell hole is no larger than necessary to accomplish proper joint as- sembly. When the joint has been made, the bell hole should be carefully filled with bed- ding or haunching material to provide for adequate support of the pipe throughout its entire length. 11.2 Minimum Cover for Load Application - Provide at least 900 mm (36 in.) of cover over the top of the pipe before the trench is wheel- loaded, and 1200 mm (48 in.) of cover before utilization of a hydrohammcr during compaction. 11.3 Use of Compaction Equipment —Takt care to avoid contact between the pipe and compaction equipment. Compaction or haunching, initial backfsll, and backfsll matc- rial should generally be done in such a way so that compaction equipment is not used di- rectly above the pipe until sufficient backfsll has been placed to ensure that such compac- tion equipment will not have a damaging ef- fect on the pipe. IIA Removal of Tmnch Protection —If sheeting or other trench protection is re- moved, take care so as not to disturb pre- viously constructed foundation bedding. haunching- and initial backfsll. If it has been necessary to place or drive shceting'or-othcr trench protection below the top of the pipe. consideration should be given to leaving in place this portion of the sheeting or trench protection, since its removal could jeopardize the side support necessary for "nexible con- duits." APPENDIX XI. PIPE STIFFNESS REQUIREMENTS XI.I Pipe having a'pipe stiffness" when meas- ured at S 4, dc0ectioo of 17 N /acts (25 psi) or greater when toted in accordance with Method D 2412 has been found to perform satisfactorily when installed in accordance with the procedure outlined in this specification. Pipe stiffness is defined as follows: PS. F /Oy where: PS - pipe stillness, N /cans (or psi). F - recorded load. N /hnear an (or Ib /finer in.) of pipe, and Ay - recorded deflection, cm (or in.) Nost XI -The 5 % deflection criterion. which was arbitrarily selected for testing convenience. should not be considered as a limitation with rr spec to in-ute deflection. The engineer is respons, blc for establishing the acceptable deflection. AB-5 I , I I aq 4Th D 2921 INJJIAL AYAnLL 'VaNY5 uAtr L EM6EOM[MT 0� Pipe ( A07WJAL ruuNU2vc ' E1MAY. 61N. 6 /N. 150 MM FR.re017'rOAS (MAY NOT BE \ F— CQLnF'El,) F7G 1 Ttoas! Cs Se41aa skw T""6.Aoa Idado-o F. TM Aw Arq Sorlrryfar Tin /wda>d Marrsiak/a,, b pwrinow srsperd.s/v rdidiry Oaw7ps,su righ+s ass,nrl Y raMrtliow r4A awJ kra mtwriowrdY this ssaatWd. Usm oflMS ssadar art esprrssly adrisrd IAas dllr,wsirolfoa ed'dr validity o/aq srrA psews righn, aw/ rAr soh o /i�..drwuN eJrarA rldMs, it ewnxl7 s41r o.w rrrpowribify. Thk aowdard 1. snbjm to rrnslaa a any s~ by she nspowsibk serhdrd eonu w and nn.a be re Wwd ^'^7 fm Juan ad #I as mind. film eropprosed ar "Ad,a Yosr rew:mewn are Areisd ,Ober /o, "4.. of A. ssando d M fa addnional no.da,ds ad should br ddnurd so ASTM N,.dq.aners. Yosa raaa.ewss .itl rerria rosrfd ronsidnakn a a menial of sAe reyoiwbk nrhNrd eomwusin..Aid w. w y asewd if )w f d shat wsa tommewu ho. rot nrri.d a fak ka g )or should sake snsa tyres Aao.a to dr ASTM Cowswsinn oa Ssanda b.'1916 Aar, Ss., fAildrlyfrs, I'm 19103. *irk .01 mArdale a firshn Amrinl mlardseg )o.r tammew x failing wdrfaniass shm. )va wsar appeal to the ASTM Coard of Dlr , 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SEWER MAIN REPLACEMENT CONTRACT NO. 2274 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete. Contract No. 2274 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRLPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and clearing including removals and disposition, sawcutting; and filling and plugging of abandoned sewer and manholes as shown on plans @ r Dollars and D d tee Cents $1d $ b d 0b' Lump Sum ' 2. 324 Construct 15" PVC gravity sewer in- Linear Feet cluding bedding, backfill and paving, per CNB Std. 105 -L, 106 -L and con - struction notes @ Dollars r and Cents $ Per Linear Foot 706 Construct 12" PVC gravity sewer in- Linear Feet cluding bedding, backfill and paving, per CNB Std. 1,05 -L, 106 -L and con- struction notes Dollars / n p `ni and W t— L�� Cents $ IOb $ 6 36'. OV Per Linear Foot �` • • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 6 Construct 8" VCP gravity sewer includ- Linear Feet ing bedding, backfill and paving per CNB Std. 105 -L, 106 -L and construction notes @ Dollars and Cents $%a. 00 Per Linear Foot 4 Construct sewer manhole per CNB Each Std. 402 -L @ — 7CU9 --- Dol 1 ars and E� A Cents $ -Q00 $X66D,00 Eac 6 Construct 6" house lateral and cleanout Each per CNB Std. 406 -L @ (�� Dollars and Cents Each 7. Lump Sum Shoring @ V �� Dollars and Cents Lump Sum 8. Lump Sum Dew�aate�ring and water control q @.4� Dollars and Cents Lump Sum Reconstruct sidewalk, curb and gutter Dollars and Cents Lump Sum v $)000,00$ 600d do v $1006,00 $fflM" J`S� poa,ao � /Sa 06.00 v $ $5660.00 $swab • . PR 1.3 ITEM QUANTITY EM CRIPTION NIT AL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. Lump Sum Traffic control @�_C l�— I z� � aA k= Dol l ars and Cents $�i� DO $ a2 -Z. DO Lump Sum TOTAL PRICE ITEMS THROUGH 10 WRITTEN IN WORDS; &A,U,14Z� /IAJ Rw, 4 DATE: // LG 0'��3- 46y -�7oS Bidder s Telephone Number 35(5 �;Le-7 Contractor's License No. Classification Dollars and Cents —00 �T6HA)T.MAL>!6 y Bidder 9ta-r Authorized Signature Ti le ./rAy g60()I/ Bidders Address • INSTRUCTIONS TO BIDDERS • Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL.form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. 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. 3saa8__7 R 1-13-0 ffA) T= Al 04u 01 Contr's Lic. No. & Classification Bidder Date Authoriz d Signature /Title C4 _Q y cc 2 O C a J Q d U J W O W LL f. O W ~ W j 2 � U r. 'w Evr E v Q v v u° d u d a G? M o y LY W �L o Ez W E m o e o W zj ao o > W 3 y Y Y o v t L « C W Y Q >N W G W d > p « � C W W y O m C a o. O av p C Q aV d O O L Go L Go -o •� m o z U L E « _ v Q v v u° LC w G C w C L m W p _ r m LY W �L o Ez m 7 W Q So d °z zj ao o m m o v t L « O 1 C w H z w f L ' Y J i (q w G C LY W > 'C $ Ev aZa d r L.. .o r D o U 1 C w H z w f L ' Y J i C 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 0 Page 4 JOHN T. MALLOY & That we, JOHN T. MALLOY, INC, A JT. YESTTiRF, as bidder, and TRANSAMERICA INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of PERCENT (10 %) OF THE AMOUNT BID IN Dol lars ($ Io% ) , 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 for the construction of lnneX01 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 16 day of NIS i on (Attach acknowledgement of Attorney -in -Fact) Notary Public PATRICIA HARAN ion e)i:&ire&8LIC ptl L'!LIPA� OFFICE IN L00 ANGELES COUNTY My Commission Expires April 19, 1988 Z. Title JOHN T. MAUOY & , JOHN T. 4LA1.L11Y. INC. A JT. VENTURE Bidder l' Authorized Signature /Title TRANSAMERICA TNSURANCP. COMPANY Surety f 1101SURRUN, ATIORKEY4RAE1 • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 3M:] 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. !offk T M4 LLo y Bidder SSft- Authorized Signat e Title NON- COLLUSION AFFIDAVIT Page 5 The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this day of NOV > 191983 My j1 ....Q4JJ� ajQn..expi res .:.............: PATRICIA HARAN 1' NOTAxt PU OLIC o 1..bo 1:;NA WT ICE IN LES COUNTY •i „ay My Commission Expires April 19, 1986 TIV . rr- Authorized Signature /Title Notary Public • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. 6f A) T MALLOff' Bidder qj�� -F m4gj" - -6-um� Authorized Signature itle 0 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 )9933 S6 �ti T MA-L.L. 0 y Bidder 9�K TM #�q Authorized Signatur /Title 9 THE CRY COUNCIL CITY Of NEWPORT PrAGH NOV 2 81983 TO: CITY COUNCIL (� JL) FROM: Public Works DepartmenL ll`F7Y1O�� SUBJECT: RECOMMENDATION: • C -aa7? k_f November 28, 1983 CITY COUNCIL AGENDA ITEM NO.A- 3 rQ I Award Contract No. 2274 to John T. Malloy for the total price bid of $116,141, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on November 16, 1983, the City Clerk opened and read the following bids for this project: Bidder Amount 1. John T. Malloy & John T. Malloy Inc. $116,141 2. Peter C. David Co. $129,991 3. Matt J. Zaich & Sons, Inc. $136,238 The low bid is 28% above the Engineer's estimate of $91,000. The disparity between the Engineer's estimate and the low bid appears to be due to the estimate for dewatering and construction of main sewer having been too low. Staff recommends award so that the project will correct the present sewage capacity problem and reduce maintenance. John T. Malloy, the low bidder, is a well - qualified contractor who has successfully completed previous contract work for the City. This project provides for the replacement of approximately 1,000 feet of defective gravity sewer with a larger facility. The new sewer main will adequately convey the current and future discharge demands. Funding for award of the project will come from the Sewer Main Replacement Program (Budget No. 02- 5583 -102). The plans and specifications were prepared by the Public Works D part . The estimated date of completion is March 1, 1984. Benjamin B. Nolan Public Works Director HH:do Att. 01PAV e CCUNTy 0 0 �jylfnF C'P� �/ «w J 8 PROJECT. LOCATION S / . uOFFl1F�. Et .r ftij ` BOA COVE5)" 0\ D9 � Y ADO SCALE'. I °= 1600' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY SEWER MAIN REPLACEMENT I UUU " ^1� NEWP06 s 9 { EXHIBIT- A DRAWN MBR DATE IC APPROVED DRAWING No. EXHIBIT- "A L_ Authorized.to Publish Advertisements of all kinds including public notices by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September, 1961, and A- 24631, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange Public Notice Advertising covered by this allldevil Is set In ] point with 10 PIC& Column wIdlh 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Inviting bids CITY OF NEWPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one Mfn1C&MX0'aYJi &7S W YyK issue(sf of October 27 198__ 198 198_ 198- 198 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on OCtbber2277 1988 _ 3 at Costa M�, C /'/ /f ' Signature M PROOF OF PUBLICATION C - <3a -2 IL% 03 /) 911 BY THE CITY COUNCIL CITY OF NEWPORT BEACH OCT 24 1983 • (� October 24, 1983 CITY COUNCIL AGENDA ITEM NO. TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WEST COAST HIGHWAY SEWER MAIN REPLACEMENT FROM 62ND STREET TO BITTER POINT PUMP STATIO RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on November 16, 1983. DISCUSSION: This project provides for the replacement of approximately 1,000 feet of 10" diameter trunk sewer in Coast Highway with 12" and 15" sewer line. The project limits extend from 62nd Street to the Orange County Sanitation District regional sewer at Bitter Point pump station. The existing sewer, constructed in 1936/1937 is defective and is not adequate to convey the current discharge demands. Construction of the larger facility will correct the sewage capacity problem and reduce annual maintenance costs. The project includes the removal of the existing 10" gravity sewer, and the construction of 12" and 15" gravity sewers, manholes and house laterals The Engineer's estimate for the project is $91,000. Adequate funds are available in the current appropriations for Sewer Main Replacement Program. An Environmental Impact Report /Negative Declaration for the project was approved by the Environmental Affairs Committee and filed with the County of Orange on July 22, 1982. A Coastal Development Permit was issued by the California Coastal Commission on October 13, 1982. Plans and specifications for the project were prepared by the Public Works Department. If acceptable bids are received, the project should be completed by March 1, 1984. Benjamin B. Nolan Public Works Director HH:jd Att. F nyry � m W AUNTY 1 �xTir � � E7re 1 • !i, m ✓ SNpgfT Vii, i; "" d �9` .3 .B � � v � ra.rr y.�n.. � S•0'YDS o� golf b N o PROJECT LOCATION SCALE: I °= 1600° CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY SEWER MAIN REPLACEMENT A +p� �v .w a� S' u�N /NC B4SiN trop J �s 9 ��ZyF J EXHIBIT- A DRAWN M6f3__ DATE APPROVED DRAWING No. EXHIBIT- "A I ncm N �g4'YCE �/NTy N aL ,,. LJ -xr v� vmsaaa BALBOA COVE PROJECT LOCATION SCALE: 1'l= 1600 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY SEWER MAIN REPLACEMENT f, )h APPROVED EXHIBIT- A M DATE DRAWING No. EXHIBIT- "A , o C" Gil Zti . .. . vz ee NEWPOA EXHIBIT- A M DATE DRAWING No. EXHIBIT- "A