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