Loading...
HomeMy WebLinkAboutC-2497 - Balboa Peninsula Point Sewer ReplacementCITY19OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 T0: FINANCE DIRECTOR / 0; Public Works Department / C/1 FROM: CITY CLERK DATE: October 22, 1986 SUBJECT: Contract No. C- 2497(B) Description of Contract Amendment No. 1 to Agreement for Balboa Peninsula Point Sewer Replacement Effective date of Contract September 10, 1986 Authorized by Minute Action, approved on October 13, 1986 Contract with Orange County Sanitation Districts Address P.O. Box 8127 Fountain Valley, CA 92728 -8127 Amount of Contract (See Agreement) " s , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach Amendment No. 1 to Agreement THIS AMENDMENT NO. 1 TO AGREEMENT, is made and entered into this 10th day of September, 1986, by and between: and County Sanitation District No. 5 of Orange County, California, hereinafter referred to as DISTRICT City of Newport Beach, a municipal corporation hereinafter referred to as "CITY" WHEREAS, DISTRICT and CITY have previously executed an Agreement dated October 16, 1985, for Replacement of DISTRICT and CITY sewers from "A" Street Pump Station to "G" Street with a new combined sewer; and WHEREAS, pursuant to said agreement, the preliminary estimate for the construction cost of said combined sewer was Six Hundred Forty -Seven Thousand Dollars ($647,000.00) and CITY share was to be Two Hundred Ninety -Two Thousand Dollars ($292,000.00); and WHEREAS, The parties have agreed that a final adjustment of costs was to be made upon completion of construction; and WHEREAS, CITY has now transmitted the final construction costs to DISTRICT and DISTRICT share is Three Hundred Eighty Thousand Two Hundred Eighty -Four Dollars and Twenty -Two Cents ($380,284.22), an increase of Twenty -Four Thousand Four Hundred Thirty -Four Dollars and Twenty -Two Cents ($24,434.22); and WHEREAS, DISTRICT has carefully reviewed all final quantities, change orders and a cost breakdown, and finds said costs to represent the reasonable and actual cost of construction; and -1- WHEREAS, the Board of Directors has adopted Resolution No. 86 -136 -5 authorizing an additional expenditure of Twenty -Four Thousand Four Hundred Thirty -Four Dollars and Twenty -Two Cents ($24,434.22) which represents the final construction cost of the project. NOW, THEREFORE, the parties hereto agree as follows: (1) DISTRICT agrees that the final construction cost of the project is Seven Hundred Twenty -Five Thousand Six Hundred Thirty Dollars and Eighty -Six Cents ($725,630.86) and that the DISTRICT share of the cost shall be Three Hundred Eighty Thousand Two Hundred Eighty -Four Dollars and Twenty -Two Cents ($380,284.22). (2) Section 3: Project Costs of that certain agreement dated October 6, 1985 between DISTRICT and CITY is hereby amended to provide: DISTRICT'S share shall be increased an additional sum of Twenty -Four Thousand Four Hundred Thirty -Four Dollars and Twenty -Two Cents ($24,434.22). The total DISTRICT share for construction of Replacement of DISTRICT and CITY Sewers from "A" Street Pump Station to "G" Streets with a new combined sewer shall be increased to the sum of Three Hundred Eighty Thousand Two Hundred Eighty -Four Dollars and Twenty -Two Cents ($380,284.22). (3) This modifying Amendment No. 1 is supplemental to the Agreement dated October 16, 1986 and that document is by reference made a part hereof. All the terms , conditions and provisions thereof, unless specifically modified herein, shall apply to this modifying Amendment. (4) In the event of any conflict or inconsistency between the provisions of this modified Amendment and any of the provisions of the original Agreement the provisions of this modified Amendment No. 1 shall in all respects govern and control. -2- IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. County Sanitation District No. 5 of Orange County, California APPROVED A�SyTOFORM Cfiairman9eoard of Directors BY THOMAS WOODRUFF � GE'JERAL COUNSEL Secretary, boarg of Directors ATTEST: City Clerk APROVE AS TO FORM: 1. City Attorney CITY OF NEWPORT BEACH, a Municipal Corporation By Mayor Pro Tem -3- �OUNTY SANITATION DISTRICTS fft '' /IN OF ORANGE COUNTY, CALIFORNIA P.O. BOX 8127, FOUNTAIN VALLEY, CALIFORNIA 92728 -8127 -% <+ 10844 ELLIS, FOUNTAIN VALLEY, CALIFORNIA 92708 -7018 (774) 962 -2471 October 20, 1986 City of Newport Beach P. 0. Box 1768 Newport Beach, CA 92658 -8915 Attention: Lloyd Dalton Project Engineer Subject: Amendment No. 1 to Agreement for Replacement of District and City Sewers from "A" Street Pump Station to "G" Street We are transmitting herewith one fully- executed copy of subject amendment for your records. Rita J. Brown Board Secretary rjb Enclosures cc: LX&nda E. Raggio, City Clerk (w /enc.) Thomas L. Woodruff (w /enc.) Thomas M. Dawes (w /enc.) October 13, 1986 • BY THE CITY COUNCIL CITY COUNCIL AGENDA CITY Or NE441PORT R €AC4TEM NO. F -3(c) OCT 13 1996 TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: BALBOA PENINSULA POINT SEWER REPLACEMENT (C -2497) RECOMMENDATION: Authorize the Mayor and the City Clerk to execute an agreement amend- ment with County Sanitation District No. 5 of Orange County, California. DISCUSSION: • On August 11, 1986, the City Council accepted the construction contract work and authorized the filing of a Notice of Completion. The project was funded through a cost - sharing agreement between the City and Sanitation District 5. In accordance with the previously agreed method of sharing project costs between the City and the District, the District's final contract cost is $24,434.22 more than the preliminary cost based upon the award amount. The District's Board of Directors has authorized the increased expen- diture and transmitted "Amendment No. 1 to Agreement" for execution by the City. The final project costs to the City and to the District were $ 45,346.63, and $380,284.22, respectively. J. ) wtv-24 Benjamin B. Nolan Public Works Director LD:jd • POUNTY SANITATI N DISTRICTS ''� OF ORANGE COUNTY, CALIFORNIA 1�3� P.O. BOX 8127, FOUNTAIN VALLEY, CALIFORNIA 92728 -8127 c9 ^ +cr co�"� 10844 ELLIS, FOUNTAIN VALLEY, CALIFORNIA 92708 -7018 (714) 962 -2411 / 1 C September 11, 1986 City of Newport Beach P. O. Box 1768 Newport Beach, CA 92658 -8915 Attention: Ben Nolan Director of Public Works Subject: Amendment No. 1 to Agreement for Replacement of District and City Sewers from "A" Street Pump Station to "G" Street The Board of Directors of County Sanitation District No. 5 at its regular meeting on September 10, 1986, approved subject Amendment which provides for payment to the City of the District's share of subject project based on the actual final cost rather than the cost originally estimated. We are transmitting herewith four copies of said amendment. Please have all four copies executed on behalf of the City and return to me. Upon final execution by the District, one copy will be returned for your records. Rita J.-Brown Board Secretary rjb Enclosures cc: &,W!Knda E. Raggio, City Clerk Thomas M. Dawes 0 i CITE' OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 September 5, 1986 (714) 644 -3005 Edmond J. Vadnais, General Contractor 505 Lomas Santa Fe Drive, 11270 Solana Beach, CA 92075 Subject: Surety: Insurance Company of The West Bonds No.: 13 28 56 Contract No.: C -2497 Project: Balboa Peninsula Point Sewer Replacement The City Council on August 11, 1986 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 in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on August 18, 1986, Reference No. 86- 367234. Sincerely, �47at° Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach REOUESrFr. qv PLEASE RETUU N TO: City r Clerk B � City of NewlYort ach EXEMPT R :r 0.DRDINC-1 p ..QUEST PEN 3300 Newport Blvd. GtOV� :NMYNT Cd;'';`- t 1lQ Newport Beach, CA 92663 -3884 NO'I'ICF. OF COMPLETION 0 JONSIDERP.TIOUid PUBLIC WORKS B6c367234 EXEMPT C11 Io All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on- August 11, 1986 the Public Works project consisting of Balboa Peninsula Point Sewer Replacement (C -2497) on which Edmond J. Vadnais, General Contractor, 505 Lomas Santa Fe Drive, 11270, Solana Beach, was the contract.or, and Insurance Company of The West, 3570 Camino Del CA 92075 was the surety, was completed. Rio No., San Diego, CA 92108 CIT F NPO FACH l F'pA*Public Works Director VERIFICATION I, the undersigned, say: 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 August 13, 1986 at Newport Beach, California. Ac;n+lv fba.Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 11. 1986 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 August 13, 1986 at Newport Beach, California. City Clerk RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA .114n Am AUG 18'86 ,,%I y ti- .j,.o. neceFU'q CITY Of �\ C.:; 1.111 r CITIMOF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 August 14, 1986 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 Enclosed is the following document for recordation and return to the above-named office. Balboa Peninsula Point Sewer Replacement (C- 2497). Sincerely, Wanda E. Raggio City Clerk cc: Public Works Department i i 3300 Newport Boulevard, Newport Beach 0 TO: CITY COUNCIL FROM: Public Works Department 0 August 11, 1986 BY THE CITY COUNCIL CITY COUNCIL AGENDA CITY OF NEWPORT BEACHTEM NO. F -15 AUG 111986 APMONTO SUBJECT: ACCEPTANCE OF BALBOA PENINSULA SEWER REPLACEMENT (C -2497) 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 Balboa Peninsula sewer from A Street to G Street has been completed to the satisfaction of the Public Works Department. • The bid price was $647,437.57 Amount of unit price items constructed 671,582.81 Amount of change orders 54,048.05 Total contract cost $725,630.86 Funds were budgeted in the General Fund, Account No. 02 -5597 -362, Account No. 02- 3397 -183, and Account No. 02- 3397 -366. The major causes of the increase in the amount of the unit price items constructed were the replacement of a greater number of house laterals, and extensive replacement of sidewalk and drive approaches damaged by tree roots and settlement. Seven change Orders were issued. The first, in the amount of $21,439.12, provided for construction and removal of temporary ramps over the dewatering header pipe for access to the garages. The second, in the amount of $10,655.93, provided for removal and disposal of an abandoned sewer pumping station in the A Street intersection. The third, in the amount of $10,638.87, provided for removal of interfering portions of abandoned utili- ties and concete structures encountered during construction of the laterals. The fourth, in the amount of $1,146.05, provided for modifications to two • manholes to clear obstructions. The fifth, in the amount of $4,722.42, pro- vided for repairs to the existing manholes to correct groundwater leaks. The sixth, in the amount of $4,940.08, provided for the additional cost of remo- val for some of the drive approaches which were either steel reinforced or of extra thickness. The seventh, in the amount of $505.58, provided for repair of existing corroded water services which were found to be leaking but were not damaged by the contractor's operations. • 0 August 11, 1986 Subject: Acceptance of Balboa Peninsula Sewer Replacement (C -2497) Page 2 • Approximately 55% of the project was paid for by the County Sanitation Districts, pursuant to the cooperative agreement between the City and Sanitation District No. 5. The contractor is E. J. Vadnais of Solana Beach, California. The contract date of completion was February 12, 1986. The contractor was delayed 11 days due to rain. Extra work required 23 days. Upon completion of the sewer construction, but prior to the street resur- facing, the Gas Company requested and was granted time to replace their main. This work took approximately three weeks. Balboa Boulevard was then resur- f ced, the work being completed on April 4, 1986. Benjamin B. Nolan Public Works Director GPD:jd INTRACATAL DREDGING SERVIR Private Piers • Marinas • Lakes P.O. Box 498 • Balboa Island, California 92662 Phone: 714/675 -1071 June 23, 1986 City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 Dear sirs: CITY OF \ NEWPORT BEACH, r'ALIF. JUN 251986 RECEIVED ' CITY "A J C -2� 7 On June 13, 1986, a Stop Notice was filed with your office against funds owed Edmond J. Vadnais. Full payment ($1,125.) was received on 6/21/86, therefore, please cancel my hold on those funds. Thank you. Sincerely, Mark Sites Owner 86 SENT agar r.; Y;cunc:ilmen 2nager e Dir. Dir. 0 & R Dir. pDir�, C i JUN 2 41996 i �- CITY OF VIEWFORT FsEA1:N / CAUE i STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS TO: Public Works Department, City of Newport Beach (Name of owner, construction tender or public officer) 3300 Newport Blvd., Newport Beach, CA HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, Mark Sites dba'Intracoastal Dredging Service' Box 498 Balhna _Island. (Name and address) has furnished or has agreed to furnish Labor and Equipment (labor, services, equipment, materials) of the following kind Dredging (general description of labor, services, equipment or materials) to or for Edmond J. Vadna is , for the work improvement, located at, or known as: (name of person to or for whom furnished) 'B' Street end at Newport Bay. Newport Beach, CA (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 1500 00 The amount in value of that already done or furnished by claimant is $ 9 500 00 Claimant has been paid the sum of $ 375 .00 , and there remains due and unpaid the sum of $_1125 •00 plus interest thereon at the rate of Q-0 per cent per annum from NA , 19 —. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated: June 13, 1986 STATE OF CALIFORNIA ,ry COUNTY OF (Li�: } /UGC ss. N me of Claimant / Address of Claimant ~ C tr =2 ru Ewa. x, LA Tjt71G°0 C. v c; ti o01100000 s U coi:Z A�k k i TES _ , being duly sworn, deposes and says: That —he is the persons) who signed the foregoing Stop Notice; that —he has read the same and knows the contents thereof to be true of h— own knowledge, except as to any matters or things that may therein be stated on h15_ information and belief and as to those matters and things _he believes them to be true. Subscribed and sworn to before me this C ni day of 19 c ° owICIAML ' � U - BARBARA A. MOORE 1'e-04'0 //.f NO1AN'1 PUBLIC CALIFORNIA Notary Public and in and for said State PRINCIPAL OFFICE IN LOS ARGE LES COUNTY Mf Commission lip. March 11, 149 1Lb MandArd form oo mm, mat meal problems to the field lodImn,& Before, z r1jGt rsd n. a➢ In all blanks, Rol NOTICE and make champs, props W your trAVnctlW. Ccnndt •lawyer if you doubt the forma steear for your smuna s. WOLCOTTV FORM CV�RRv. 2-72 lMceclanal STANG HYDRONICS INCP 767 No. Main Street, P.O. Box 5767 Orange, California 92667 -0767 (714) 6399531 TELEX 67$371 Calif. Contractor's License #394815 April 18, 1986 City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92669 Attention: City Clerk 0 Reference: City Contract #2497 Balboa Peninsula Sewer Replacement Gentlemen: This is to serve as notice that we would like to Stop Notice on the above referenced job in full. of this Stop Notice has been reduced to $44,541. 1986, and has now been paid and settled. Sincerely, Carol Brazda Office Manager CB /db SENT TO: ❑ 6,^.a)ur. L3 L nci ?merr .�f ager ::orney • Bldg, Dir. • GenSery Dir, 0 F•:, $ R Dir. D Planning Dir. ❑ P.W. Chief M- a Du� m�Other Z4 // sTANG i release the The amount 63, April 10, Y fe'l 0 0 Release of Stop Notice CITY OF NEWPORT BEACH a � qpR ��F C /rl8 ycF /�i �986� Construction Lender (or party with whom Stop Notice was filed) 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CALIFORNIA 92663 You are hereby notified that the undersigned claimant releases that certain Stop Notice dated APRIL 1, 1986 in.the amount of $ 3,877.35 against CITY OF NEWPORT BEACH as owner or public body and EDMOND J. VADNAIS C/O ?TIKE NIROVITCH as prime contractor in connection with the work of improvement known as • BALBOA BOULEVARD fi A -F STREET in the City of NEWPORT BEACH County of ORANGE , State of California. Date APRIL 18, 1986 Name of Claimant U. S. $NTALS, INC. ASSISTANT SECRETARY /Official Capacltyl Verification for Partnership or Sole Ownership SPATE OF CALIFORNIA COUNTY OF SS. (Claimant or Representative) being first duiy sworn deposes and says that—he is (Owner, Partner or Agent) of (Firm Name) Verification for Corporation STATE OF CALIFORNIA COUNTY OF SS. ORANGE C. L. ALBERS (Claimant or Representative) being first duly sworn deposes and says that —he U ASSISTANT SECRETARY (Offkial Capacity) of U. S. RENTALS, INC. (Exact Corporate Name) named as claimant in the foregoing claim; that ,he -has read said claim and knows the contents thereof, and that the the corporation that executed the foregoig claim; that,he mak s this verification on behalf of said corporation; that be has d im kne t thaeot, the [acts therein stated are true. r said c and s contents and that Cads h rein X X \ (Signature ofAfflant) - (Slgtat ofAffiont) Subscribed and sworn to before me this Subscribed ¢nd,egplm to before me thb 18TH day of ,19_ $ 6 day of Hk't(1 L ,19 (Strmture of Notary Public) (Slgram 2 it N Par de) Notary �y /,' 7n Stamp Notary Stamp r • ` OFMAL SEAL Date 4y_ '""' M , CD i'1FS SEiY7T0 ° LEONA KING .+ �i} NOTARY PUBLIC- CALOVIINN G May10 � - - "��i PRINCIPAL OFFICE et 0 1ciimen ORAROE COUM ager I car ga nsisen EViras law n, I orney O B Sg. Dlr. n Gen.Sery Dir. Gf' &RMr. n Filannina Dir. G Po'• lef Dir SMOCA FORMS (t9 STANG HYDRONICSOC. 767 No. Main Street, P.O. Box 5767 Orange, California 92667 (714) 639 -9531 TELEX 67$371 Calif. Contractor's License #394815 April 10, 1986 City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92669 Attention: City Clerk 0 Y Nf *JJgtY arX�0\ 1 AbR cq,�FBfq�6, � y Reference: City Contract #2497 Balboa Peninsula Sewer Replacement Gentlemen: eD In our letter of March 20, 1986, we reduced the amount of our Stop Notice on the above referenced job from the original amount of $96,247.00 to $50,892.78. We would like to further reduce this amount as follows: Amount as of 3/20/86 Payment from Vadnais Amount due U.S. Rentals by Stang Hydronics Inc. (Stop Notice filed) Corrected Amount of our Stop Notice This amount is now due and payable to this matter. Sincerely, n__i t J, Carol Brazda Office Manager CB /db $50,892.78 2,473.90 3,877.25 $44,541.63 Thank you for your attention m Q Dift. Dit. O wSery Du. ❑ i''i b P. Dir. 13 73C.; nNDh Not ir n� T 6/ 41,111 Stop Notice 0 NOTICETO CITY OF NEWPORT REACH Name lam: 01MUNIN FRIENDS (Public Body or Lender) Of Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract.) (If Private Job — file with responsible officer or person at office or branch of construction lender administering the construction funds.) Prime Contractor: EDMOND J VADNAIS C/O MIKE NIROVITCH Sub Contractor (if Any) STANG HYDRONICS Owner or Public Body: CITY OF NEWPORT REACH Improvement known as BALBOA RT.VO_ & A —F STREET R NF.TQPORT BRACH f CA_ (name and address of project or wwrk of lmprovementJ In the City of NEWPORT REACH , County of ORAW;F. State of California. U.S. RENTALS INC. claimant, a (Claimant) (Corporation Partnership Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is STANG HYDRONICS (Name of SubmntmciorJContmetor Owner- BuitderJ The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was 580 E CASE BACKHOE , 185 CFM COMPRESSOR W/ATR HOSE , 480 LL CASE SKIPT,OATIF.R- (Describe In detail) Total value of labor, service, equipment or materials agreed to be furnished .. ........ $ 3,877.35 Total value of labor, service, equipment or materials actually furnished is ........... $ 3,877.35 Credit for materials returned, if any ......................... . ... $ 0 Amount paid on account. if any ... .......... ................. S 0 Amount due after deducting all just credits and offsets .................... $ 3,877.35 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 3 •877 .35 , as provided in Sections 3156 thru 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as �'' provided by law. Date Y -a = A bond IS NOT attached. (Bond required on private jobs — not on public jobs.) COESSENTT& (isJirnot] 13 Mayor Date 4/1/86 U 2ouncllmen Name of Claimant 0 fylanager (Ftrt t Nan eJ A.,Orney B O &!g.Oir. y ASSIS SECRETARY O 6i n ,ery Dir. (official CapacltyJ 0 Fu b B Dif. ❑ Ingg L]Ir. YeNneatbn for Partnership or Vertnestion for Corporation O IJee Chiet Sole Ownership �S�P�A�TE OF CALIFORNIA STATE OF CALIFORNIA Oth �I� �CCOUNTY OF SS. COUNTY OF 39. ORANGE C-T., AT.RF.RS (Claimant or Representative] (CTalmmnt or Representative) being first duly sworn deposes and says that he Is (Owner. Arriner or Agent) Of (Firm Name) named as claimant in the foregoing claim; that he has mad aid claim and knows the contents thereof, and that the facts therein stated are We. 0 Subscribed and day of E1 S NEV�R4 �F . (SIB �ol4�i . ,t ; Notarr 1, Stamp�aE j. Original of above notice received this _ BMOCA FORM 4 (REV. 874? . ;v4 e} 176 ",—.- A C ,` -1 C being first duly tworn deposes and rays that _he it ASSISTANT SECRETARY (Official Capacity) of U.S. RENTALS INC. (B=art Corporate Name) the corporation that executed the foregoing claim; that—he makes this ♦erifiation on behalf of ald corporation; that he has r ! d aid claim and knows the contents thereof, and that the facie t e .in etete'9 we true. x �oXG C'. atureo AfflentJ Subscribed and sworn to before fe this day of 19 T(. a ru'IieofNotaryPubffcJ Notery, we�� Stamp OFFICIAL SEAL LISA MARIE JEFFERSON NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE •N ORANGE COUNTY yy CNRMG d� Ext. May it 1986 y of 19_ STANG HYDRONICAC. 767 No. Main Street, P.O. Box 5767 Orange, California 92667 (714) 639.9531 TELEX 67 -8371 Calif. Contractor's License #394815 March 20, 1986 City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92660 Attention: City Clerk P Ref: City Contract #2497 Balboa Peninsula Sewer Replacement Gentlemen: STANG We recently sent you a Stop Notice on the above referenced pro- ject in the amount of $96,247.00, which had not been paid to us by the general contractor, Edmund J. Vadnais. The actual amount now due is as follows: Invoice per subcontract $61,220.90 Plus backcharges (copy attached) 27,405.24 88,626.14 Less partial payment from Vadnais 37,733.36 Leaving a balance due of $50,892.78 We have requested another meeting with them to discuss this matter. In the meantime, we trust you will honor the Stop Notice and withhold funds sufficient to cover our claim. Thank you, A Carol Brazda Office Manager CB /db Attach. Date q CoplEs sMT(k O Mayor. E3 gouncflm" ampeger . orrity (3 &dg. Dir. p GeoSery Dk, 0 Fis 8 R Dir. f:1a1Ngt14. : herW J /l� /b/ NO. Main Street, P.O. Box 5767 Orange, California 92667 (714) 639 -9531 TELEX 678371 Calif. Contracor's License #394815 March 11, 1986 EDMOND J. VADNAIS 505 Lomas Santa Fe Drive Suite 270 Solana Beach, California 92075 Subject: City of Newport Beach Balboa Peninsula Point Sewer Gentlemen: lacement i "OrSTANG7 The following is a recap of backcharges incurred in connection with subject project. Also enclosed are daily reports regarding these charges: LABOR: Operating Eng. - s.t. - 19z hrs. @ $34.64 = $ 675.48 Laborers - s.t. -412 hrs. @ 29.25 = 12,100.00 " - o.t. - 41 hrs. @ 39.24 = 1,608.84 $14,384.32 20% General & Administrative Expense: 2,876.86 $17,261.18 EQUIPMENT: Gus Pech Drill Rig - 6 hrs. @ $47.54 = $ 285.24 Case 510 Back Hoe - 11 hrs. @ 36.00 = 396.00 Ford 500 Loader - 192 hrs. @ S6.00 = $ 1,092.00 2 damaged control boxes $188.00 each = 376.00 3 damaged "J" boxes $ 68.00 each = 204.00 Boom Truck & trailers 2 hrs. @ 300.00 = 600.00 Damage to support truck by Metrovich back hoe 1,200.00 $ 4,153.24 15% General 6 Administrative Expense: 622.98 4, / /b.ZZ o • STANG MATERIALS $ OTHER: Temporary AC ........... ..............................$ 581.70 Traffic barricade ....... ..............................$ 1,405.99 40' of well casing that was run over and unretrievable$ 680.00 Extra 6 pumps, risers, valves, fittings. The equipment had to remain so lateral work could be completed per Mike Metrovich ........................................$ 2,000.00 $ 4,667.69 15% General 8 Administrative Expense: 700.15 $ 5,367.84 Total .............$27,405.24 If you have any questions in regard to these backcharges, or additional information is needed, please do not hesitat to give me a call. Thank you, STANG HYDRONICS INC. Jim Medford Sales Representative Pumping and Dewatering Division JM:jI cc: Mike Metrovich STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS %Y CITY OF NEWPORT BEACH, ` r.- CALIF. FEB 261986 RECEIVED J CITY CLEr9K,l, City of Newport Beach, Attn: City Clerk (Name of owner, construction lender or public officer) 3300 Newport Blvd., Newport Beach, California HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, Stang Hydronics Inc. 767 North Main Street, Orange, CA 92668 (Name and address) has furnished or has agreed to furnish installation and rental (labor, services, equipment, materials) of the following kind dewatering equipment (general description of labor, services, equipment or materials) to or for Edmund J. Vadnai s General Contractorfor the work improvement, located at, or known as: (name of person to or for whom furnished) Balboa Peninsula Sewer Replacement, City Contract #2497 (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 96,247.00 The amount in value of that already done or furnished by claimant is $ 96,247.00 Claimant has been paid the sum of $ —0— , and there remains due and unpaid the sum of $ 96,247.00 plus interest thereon at the rate of 12 per cent per annum from_Fehruary 24 , 19 R6. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. February 24, 1986 Stang Hydronics Inc. Name of Claimant 767 North Main St., Orange, CA 92668 Address of Claimant �� STATE OF CALIFORNIA ) ( E m � $ ar V Ij } ss. loot cr`o ,s.a 0 COUNTY OF Orange ) eg�t cz w as `V� :c 3m: ti orfl❑ 0000b Joseph S. Lewis, Jr. _ , being duly sworn, deposes and says: That _he is the person(sk who signed the foregoing Stop Notice; that —he has read the same and knows the contents thereof to be true of hj.__�,_ own knowledge, except as to any matters or things that may therein be stated on his information and belief and as to those matters and things —he believes them t0 be true. Joseph S. Lewis, Jr. Subscribed and sworn to before me this — yOf 19 OFFICIAL SEAL T� s.., NOTARY PUBLIC CALIFORNIA Notary Public and in and for saildState / ORANGE COUNTY rdy cn.mm, expires OCT 28, 1988 72,19 standard forte coven mat umd Preb4ms to the leld badlaw& 8don 7uu s1{0( rmd It, all le all bleat, STOP NOTICS aed two t� proper ti, your trantasiw' Ceruult ala".. Q you doubt the fomse flmeN Eor Your twnose. WOLCOTTS FOAM 1110+ ptz r. 2•77 (price cute a) SEW ART CITY OF NEWPORT BEACH n ? OFFICE OF THE CITY CLERK c,4FpaN�� (714( 640 -2251 TO: FINANCE DIRECTOR Public Works FROM: CITY CLERK DATE: October 24, 1985 SUBJECT: Contract No. C -2497 Description of Contract Balboa Peninsula Point Sewer Replacement Effective date of Contract October. 24, 1985 Authorized by Minute Action, approved on October 15, 1985 Contract with Edmond J. Vadnais, General Contractor Address 505 Lomas Santa Fe Drive, #270 Solana Beach, CA 92075 Amount of Contract $647,437.57 Wanda E. Andersen City Clerk WEA :lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 CITY CLERK ,r t NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 A.M. on the 3rd day of October , 1985, at which time such bids shall be opened and read for BALBOA PENINSULA POINT SEWER REPLACEMENT Title of Project 2497 Contract No. $620,000 Engineer's Estimate • Approved by the City Council this 9th day of September, 1985. Wanda E. Raggio 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, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Lloyd Dalton at 644 -3311. Project Manager i } s CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 0 BALBOA PENINSULA POINT SEWER REPLACEMENT CONTRACT NO, 2497 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92663 -3884 Gentlemen: 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. 2497 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 DESCRIPTION UNIT TOTAL NO. ---------------------------------------------------- AND UNIT UNIT PRICE WRITTEN IN WORDS ---- PRICE -- ------ ------ PRICE -- -- - - - - -- 1 Lump Sum MOBILIZATION, EXCEPT FOR SUBSEALING PCC PAVEMENT @ Seven Thousand Dollars and No Cents $ 7,000.00 $ 7,000.00 2 2322 CONSTRUCT 12" PVC SEWER MAIN Lineal Feet @ Ninety -five _ _ Dollars and No _ Cents $ 95.00 $ 220,590.00 Per Lineal Foot 3 233 CONSTRUCT 10" PVC SEWER MAIN Lineal Feet @ Ninety Dollars and No Cents $ 90.00 $ 20,970.00 Per Lineal Foot Prl.1 -------------------------------------------------------------------------------- ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ----------------------------------------------------- ----- -------------- -- -- - - -- 4 120 CONSTRUCT 8" PVC SEWER MAIN Lineal Feet @ Fifty Dollars and No Cents $ 50.00 $ 6,000.00 Per Lineal Foot 5 3780 CONSTRUCT 4" PVC SEWER LATERAL Lineal Feet @ Forty -Nine Dollars and No Cents $ 49.00 $ 185,220.00 Per Lineal Foot 6 9 CONSTRUCT MANHOLE Each One Thousand Four Hundred @ Twenty -Five Dollars and No Cents $ 1,425.00 $ 12,825.00 Each 7 72 CONSTRUCT 4" SEWER CLEANOUT Each @ One Hundred Sixty -Four Dollars and No Cents $ 164.00 $ 11,808.00 8 71 LOCATE EXISTING LATERALS Each @ Sixty -Eight Dollars and No Cents $ 68.00 $ 4,828.00 9 475 ABANDON 12" SEWER MAIN Lineal Feet @ Seven Dollars No Cents $ 7.00 $ 3,325.00 Per Lineal Foot Prl.2 -------------------------------------------------------------------------------- ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE -------------------------------------------------------------------------------- i 10 2100 ABANDON 10" SEWER MAIN Lineal Feet @ Five Dollars and No Cents $ 5.00 $ 10,500.00 Per Lineal Foot 11 1829 ABANDON 8" SEWER MAIN Lineal Feet @ Three Dollars and No Cents Per Lineal Foot $ 3.00 $ 5,487.00 12 1070 ABANDON 4" SEWER LATERAL Lineal Feet @ Two Dollars and No Cents $ 2.00 $ 2,140.00 Per Lineal Foot 13 10 ABANDON SEWER MANHOLE Each @ One Hundred Thirty -Seven Dollars and No Cents $ 137.00 $ 1,370.00 14 Lump Sum GUARD UNDERGROUND CONSTRUCTION @ Thirteen Thousand One Hundred Four Dollars and No Cents $13,104.00 $ 13,104.00 15 Lump Sum MOBILIZATION FOR SUBSEALING PCC PAVEMENT @ One Thousand Two Hundred Dollars and No Cents Prl.3 $ 1,200.00 $ 1,200.00 l - ITEM QUANTITY - - ITEM DESCRIPTION UNIT TOTAL NO. -------------------------------------------------------------------------------- AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16 2000 SUBSEAL PCC PAVEMENT Cwt @ Twenty -One Dollars and Fifty Cents $ 21.50 $ 43,000.00 Per Cwt 17 755 PLACE AC OVERLAY Tons @ Fifty -One Dollars and No Cents $ 51.00 $ 38,505.00 _ Per Ton 18 40 CONSTRUCT 2' WIDE AC GUTTER Lineal Feet @ Nine Dollars and No Cents $ 4.00 $ 360.00 Per Lineal Foot 19 2000 REMOVE & REPLACE PCC DRIVE APPROACH Square Feet @ Three Dollars and Sixty -One Cents $ 3.61 $ 7,220.00 Per Square Foot 20 1037 REMOVE & REPLACE PORTION OF PCC Square Feet DRIVE APPROACH @ Three Dollars Sixty -One _ Cents $ 3.61 $ 3,743.57 Per Sauare Foot 21 290 WEDGE CUT PCC PAVEMENT Lineal Feet 0" TO 1 1/2" DEEP X 5' TO 13' WIDE @ Thirteen Dollars and No Cents $ 13.00 $ 3,770.00 Per Lineal Foot Pr1.4 -------------------------------------------------------------------------------- ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE -------------------------------------------------------------------------------- 22 2000 WEDGE CUT PCC PAVEMENT Lineal Feet 0" TO 3/4" DEEP @ Thirteen Dollars and No Cents $ 13.00 $ 26,000.00 Per Lineal Foot 23 100 GRIND FLOW LINE IN PCC PAVEMENT Lineal Feet @ Six Dollars and No Cents $ 6.00 $ 600.00 Per Lineal Foot 24 Lump Sum JOIN WET WELL WITH 5 L.F. 12" VCP @ Thirty -Three Hundred Ten Dollars and No Cents $ 3,310.00 $ 3,310.00 Lump Sum 25 8 ADJUST WATER VALVE COVER TO GRADE Each @ Seventy -Five Dollars and No Cents $ 75.00 $ 600.00 Each 26 1 ADJUST MANHOLE COVER TO GRADE Each @ Two Hundred Dollars and No Cents $ 200.00 $ 200.00 Each 27 2900 REMOVE 8" - 9" PCC PAVEMENT AND Square Feet CONSTRUCT 4" AC PAVEMENT @ Four Dollars and Twenty -Eight Cents $ 4.28 $ 12,412.00 Prl.5 -------------------------------------------------------------------------------- ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ------------------------------------------------------------------------------- 28 3 REMODEL MANHOLE FLOOR Each @ Four Hundred Fifty Dollars and No Cents $ 450.00 $ 1.350.00 Each TOTAL PRICE WRITTEN IN WORDS Six Hundred Forty -Seven Thousand Four Hundred Thirty -Seven Dollars — --- - - - - -- and Fifty -Seven cents $ 647,437.57 Contractor's License No. 155895 EDMOND J. VADNAIS (Bidder's Name) Date October 3, 1985 S /Edmond J. Vadnais, Owner (Authorized signature /Title) Bidder's Address Edmond J. Vadnais General Contractor 505 Lomas Santa Fe Drive, #270 Solana Beach, CA 92075 Bidder's Telephone No. 7:108BID.DOC (619) 481 -6242 Prl.6 0 0 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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Page 2 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 and 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. 155895 "A" EDMOND J. VADNAIS Contr's Lic. No. & Classification Bidder October 3, 1985 ✓ S /Edmond J. Vadnais, Owner Date Authorized Signature /Title 0 DESIGNATION OF SUBCONTRACTOR(S • Page 3 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. Subcontract Work Subcontractor Address P.O. Box 68 Lic. 256378 1. Sub - sealing Smith Electric Co. Stanton CA 2. Wedge Cut and Grinding Payne, Whitney Co. SanntaCAna, CAtr92704 P.O. Box 5767 3. Dewatering Stang Hydronics Orange, CA 92613 4. 5. 6. 7. 8. 9. 10. 11. 12. EDMOND J. VADNAIS Bidder S /Edmond J. Vadnais, Owner Authorized Signature/Title FOPOIGINAL SEE CITY CLERK'S FILE V KNOW ALL MEN BY THESE PRESENTS, That we, EDMOND J. VADNAIS BIDDER'S BOND Page 4 , as bidder, and INSURANCE COMPANY OF THE WEST , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of TEN PERCENT OF BID AMOUNT------------------------ - - - - -- Dollars ($10% OF BID - - - -), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of BALBOA PENINSULA POINT SEWER REPLACEMENT C -2497 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 3rd day of OCTOBER 19 85. EDMOND J. VADNAIS (Attach acknowledgement of Bidder Attorney -in -Fact) J S /Jeanette Seidl S /Edmond J. Vadnais Notary Public Authorized Signature /Title Commission Exoires: July 22, 1988 INSURANCE COMPANY OF THE WEST By S /C. H. Coyle, Jr. Title Attorney -in -Fact NON- COLLUSION AFFIDAVI 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 3rd day of October , 19__�5 . My commission expires: January 2, 1988 EDMOND J. VADNAIS Bidder S /Edmond J. Vadnais Authorized Signature /Title S /Laura L. Post Notary Public Page 5 i• Page 6 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 PLEASE SEE ATTACHED EDMOND J. VADNA Biddep S /Edmond J. Vadnais Authorized Signature /Title DCiOND J. VADNAIS f 505 Lomas Santa Fe Driv Suite 270 f1 Solana Beach, Californ� 92075 • EDMOND J. VADNAIS 505 Lomas Santa Fe Drive, Suite 270 Solana Beach, California 92075 JOB OWNER JOB NAME. AND LOCATION LARK INVOLVED CONTRACT AMOI@IP �P' DATE ENGINEER Coachella Valley Water Dist. Indio Hills Domestic Water $1,074,500.00 4180 Coachella Valley Wtr.Dist. 53 P.O. Box 1058 Water System P.O. Box 1058 Coachella, CA 92236 Indio, CA Coachella, CA 92236 7 -2 714 884 -8804 County of San Be mardino Pinon Hills Water Syst. Water $1,020,000.00 9/79 Ludwig Engineering 159 1111 E. Mill Street Phelan, Calif. 109 E. Third Street San Bernardino, CA 92415 San Ber dino,CA 92410 -�311 714) 383 3 11 217 Cambria Water District Cambria Water Distrib. Waterline $ 920,000.00 9/80 Cambria Water District 161 P.O. Box 65 Facilities -Wt 2 P.O. Box 65 Cambria, CA 93428 Cambria, Calif. Cambria, CA 93428 805 927 -3823 - Capistrano Beach Wtr. Distr. Beach Rd. Pipeline Waterline $ 250,000.00 6/79 Boyle Engineering 166 26101 Victoria Replacement Drain 151 Quail Street Capistrano Beach, CA 92672 Capistrano Beach, Ca. Newport Beach, CA 92663 714 496 -5261 (714) 752-0505 City of San Clemente Water Mains Waterline $ 60,000.00 6180 City of San Clemente 169 100 Avenida Presidio Project 84 -79 Water, 100 Avenida Presidia San Clemente, CA 92672 San Clemente, Calif. Storm Dm. San Clemente, CA 92672 714 492 2101 714 352 -2716 City of Oceanside Water Systems Water $ 320,000.00 3/80 City of Oceanside 170 320 N. Horne Oceanside, CA 320 N. Home Oceanside, CA 92054 Glendora, Calif. Oceanside, CA 92054 619 439 -7162 714 335 -4021 County of San Diego Gillespie Field Water $ 244,000.00 3180 Canty of San Diego 171 555 Overland Avenue Pipeline 555 Overland Avenue San Diego, CA 92123 Gillespie Field, Calif. San Diego, CA 92123 b19 565 -5125 217 822 -4040 City o La Habra Street 6: Domestic Waterline, $ 273,500.00 6 80 City of la Habra 172 Adnin.Bldg. Civic Center Water Improvements Streets Admin. Bldg., Civic Center La Habra, C4 90631 La Habra, Calif. La Habra, CA 90631 714 526 -2227 _ City of Signal Hill Storm Drain and Sewer,.Wtr. 783,000.00 3181 City of Signal Hill 176 2175 Cherry Street Water Improvements Drain, 6 2175 Cherry Street. Signal Hill, CA 90805 Street Signal Hill, CA 90805 (213) 924 -1631 1 1 1(714) 884 -8804 rry or exico Raw Water Reservoir Concrete 489,000.00 5 82 Muntgamery Engineers 177 408 Heber Avenue Calexico, Calif. 2255 Avenida de is Playa Calexico, C4 92231 Ripley, Calif. La Jolla, CA 92037 (714) 357 -1176 (619) 459 -2931 EDMOND J. VADNAIS 505 Lomas Santa Fe Drive, Suite 270 Solana Beach, California 92075 JOB OWNER J08 NAME AND LOCATION INVVOOLVVED AHOW CC". ENGINEER Dann Corporation Shadow Ridge Dr. Water 78,542.77 2/81 C. M. Engineering 178 4041 MacArthur Blvd. Improvements 225 E. Airport Drive Newport Beach, CA 92660 Vista, Calif. San Bernardino, CA 92408 714 752 -7855 714 884 -8804 Canty o Riversi Water System Imprvnt. Water 253,602.50 10/81 Mainiero, Smith 6 Assoc. 179 4080 Caron Street Ripley, Calif. 777 E. Tahquitz-blcCallmWy Riverside, CA 92501 Palm Springs, CA 92262 714 787 -6547 619 320 -9811 City o Oceanside Strand Repair Water 11,582.30 3/81 City of Oceanside 180 320 North Home Alternate B 320 North Home Oceanside, CA 92054 Oceanside, CA 92054 (619) 439 -7162 619 439 -7162 Ismmus Lanclowners Assoc. Strand Sewer and Sewer, Engineering Service Corp. 181 4015 Via Dolce Storm Drain Drain 4676 Admiralty Way Marina del Rey, CA 90291 Marina del Rey, Calif. Marina del Rey, CA 90291 (213) 822 -3549 (213) 822 -4040 City o E Centro Centro Industrial $eNEr. esco IDeerlllg 182 P.O. Bin 1701 Park Water, 2170 Hwy. 86 EL Centro, CA 92244 E1 Centro, Calif. Storm Dm. E1 Centro, CA 92244 (619) 352 -4391 714 352 -2716 Crty o G en ora G stop Street Water City o C m ra 183 116 E. Foothill Improvements 116 E. Foothill Glendora, CA 91740 Glendora, Calif. Glendora, CA 91740 714 335 -4021 714 335 -4021 Isamu Landowners Assoc. Water System Water 41,9 .60 6/82 Engineering Service Corp. 134 4015 Via Deice Marina del Rey, Calif. 6017 Bristol Pkwy. Marina del Rey, CA 90291 Culver City, CA 213 822 -3549 217 822 -4040 George Air Force Base Repair Gravity Sewage Sewer 22 ,900.00 1/82 Obit Engineering 185 P.O. Box 488 Lift System P.O. Box 2249 George A.F.B., CA 92392 George A.F.B., Calif. Hesperia, CA 92345 714 269 -2840 714 244 -2247 Daon Corporation Shadow Ridge, Phase II Water 423,201.30 12/81 C. M. Engineering 186 4041 MacArthur Blvd, Vista, Calif. 225 E. Airport Drive Newport Beach, CA 92231 San Bernardino, CA 92408 (714) 752 -7855 1 1 1(714) 884 -8804 Cy o varsr e r eaonant Maudem, Assoc. 187 4080 Ianon Street Plane 777 E. Tahquitz- Mcfallnr Riverside, CA 92501 Ripley, Calif. Palm Springs, CA 92262 (714) 787 -6547 (619) J20 -9811 505 Lomas Santa Fe Drive, Suite 270 $plan. ...... l.a lrt Vrul Lv,J JOB NAME AND LOCATION WORK OWNER JOB NAME AND LOCATION WORK INVOLVED ODNCRA(T ' GUMP. ENGINEER C AMIR7I DATE Ingleomd Truk p1, Sewer City of Westmorland ter Storage Tank Water 335,900.00 2/82 iniero, Smith S Assoc. 188 355 South Center -,ter Amp Station P.O. Box 4998 Whittier, CA 90607 777 E. Tahquitz- McCallumWy Westmorland, CA 92281 esarorland, Calif. s (213) 699 -7411 Palm Springs, GA 92262 (714) 344 -3411 (213) 699 -7411 County of S. Diego -Dept. of FM 619 320 -9811 Water iegatto ate,, rs rc at Pipeline Water 3 ,200.00 6/82 Montgomery Engineers 189 59 Fast 'D' Street adia, Calif. 5555 Overland Ave. Bldg.5 San Diego, CA 92123 2255 Avenida.de Is Playa eside, CA Encinitas, CA 92024 San Diego, CA, 92123 619) 565 -5125 Jolla, CA 92037 (619 753 -1145 201 o. COast t Ounty Water Dist. 614 459 -2931 a er Santa Fe Irrigation District ick Punp Station Water $ 302,000.00 4/83 tgemery Engineers 190 P.O. Box 409 0 Clamant 31592 West St. So. Laguna, CA 92677 2255 Avenida de Is Playa Rancho Santa Fe., CA 92667 Solana Beach, Calif. So. Laguna, CA. 92677 (714) 499 -4555 La Jolla, CA 92037 1 4 (714) 499 -4555 202 San Dieguico Water District (AlQ) 499-2911 Pipeline City of San Clemente Amp Station ter 59 East 'D' Street City o Clemente 191 100 Avenida Presidio Avenida Colombo 59 East 'D' Street Encinitas, CA 92024 100 Avenida Presidia San Clanente, CA 92672 San Clemente, Calif. Encinitas, CA 92024 (619) 753 -1145 San Clemente, CA 92672 (714) 492 -5101 (619) 753 -1145 204 Doan Corporation (714) 492 -5101 Water City of emente stet Pump station er 4350 Van Kaman rty o emerne 192 100 Avenida Presidio Presidential Heights 4350 Von Kaman NowPO rt Beach CA 92660 100 Avenida Presidia San Clems¢e, CA 92672 San Clemente, Calif. Newport Beach, CA 92660 ?l4 476 -2766 San Clemente, CA 92672 (714) 492 -5101 (714) 476 -2766 205 City of Vista (714) 492 -5101 Sewer Valley Center Mun. ater Dist. WesCAcea won t _Water= P.O. Box 1988 Valley Center Mm.Wtr.Dist. 193 P.O. Box 67 20" Gopher Canyon P.O. Box 1988 Vista, CA 92083 P.O. Box 67 Valley Canter, CA 92082 Pipeline Vista, CA 92083 (619) 726 -1140 Valley Center, CA 92082 (619) 749 -1600 (619) 726 -1340 1 City of Ontario (619) 749 -1600 Pipeline City ot El Cajon 7onstruction o Stara 303 East 'B' Street City of Son 194 200 E. Main Street Greenfield Ave. Storm 3788 NcCray St. Ontario, CA 91764 200 E. Main Street E1 Cajon, CA 92020 Drain Riverside, CA 92506 (714) 986 -1151 E1 Cajon, CA 92020 (619) 440 -1776 (714) 686 -1070 208 County of San Diego (619) 440 -1776 Double City of Palm Springs P.Station #1 Sanitary Saar Cr. 5555 Overland Ave., Bldg. 5 rt A. a Assoc 195 P.O. Box 1786 Palm Springs, CA 92262 Sewer Force Main palm Sri CA 5555 Overland Ave.,Bldg.5 San Diego, CA 92123 3788 McCray St. Riverside, CA. 92506 6 Channel 619 323 -8204 P s, San Diego, CA 92123 (619) 565-5115 (714) 686 -1070 197 San Diequito Water District Revenue Bond Issue, Water $ 248,000.00 11(83 Muntganery zneers 2255 Avenida do la Playa Testing 59 E. D" Street Project 1, Sch. 1 Da On Corporation _ 4350 Von Kalman Other Encinitas, CA 92024 Ieucadia Pipeline 4350 Van Kaman Newport Beach, CA 92660 1a Jolla, CA 92037 198 City of Oceanside North Santa Fe Water Water (714) 476 -2766 r 6t Oceansl-M_ 704 Third St. Oceanside, CA 92054 Main (714) 476 -2766 210 City of Escondido 704 'lhiFd St. Oceanside, CA 92054 Water (619) 439 -7157 6/85 City of Escondido 100 Valley Blvd. (619) 439 -7157 EDMOND J. VADNAIS 505 Lomas Santa Fe Drive, Suite 270 Solana Beach, California 92075 JOB OWNER JOB NAME AND LOCATION WORK Ow. ENGINEER INVOLVED 199 L.A.Cnty.Sani. District Ingleomd Truk p1, Sewer 138,258.00 1/84 L.A.Cn[y.Sani. District P.O. Box 4998 Relief S awn r, Sec. 3 P.O. Box 4998 Whittier, CA 90607 Inglewood, CA Whittier, CA 90607 (213) 699 -7411 (213) 699 -7411 County of S. Diego -Dept. of FM 77 orks Water ty, Of ego 200 5555 Overland Ave.Bldg.5 Relocation of Wtr.Lines 5555 Overland Ave. Bldg.5 San Diego, CA 92123 in Ins Caches Creek, U eside, CA San Diego, CA, 92123 619) 565 -5125 201 o. COast t Ounty Water Dist. SCcwD Assessment Dist. a er So. Coast County Water Dis 31592 West St. 82 -2, Niguel Shores 31592 West St. So. Laguna, CA 92677 Area (Waterline) So. Laguna, CA. 92677 (714) 499 -4555 (714) 499 -4555 202 San Dieguico Water District Revenue Bond Issue Pipeline $ 504,760.00 7/84 San Dieguito Water Dist. 59 East 'D' Street Proj. No. 4 d 5 Water 59 East 'D' Street Encinitas, CA 92024 Encinitas, CA 92024 (619) 753 -1145 (619) 753 -1145 204 Doan Corporation Waterline Construction Water $ 457,510.00 12/84 Dean Corporation 4350 Van Kaman La Costa, Southeast 4350 Von Kaman NowPO rt Beach CA 92660 Area Newport Beach, CA 92660 ?l4 476 -2766 (714) 476 -2766 205 City of Vista G..Jome Park Off -Site Sewer $ 253,243.00 8/84 City of Vista P.O. Box 1988 Sewer P.O. Box 1988 Vista, CA 92083 Vista, CA 92083 (619) 726 -1140 (619) 726 -1340 207 City of Ontario Jurupa Street Pipeline $ 721,690.00 12/84 Albert A. Webb Associates 303 East 'B' Street Expansion Water 3788 NcCray St. Ontario, CA 91764 Riverside, CA 92506 (714) 986 -1151 (714) 686 -1070 208 County of San Diego Los Caches Flood Double $ 1,077,285.00 5/85 County of San Diego 5555 Overland Ave., Bldg. 5 Control Project, Box Culvert 5555 Overland Ave.,Bldg.5 San Diego, CA 92123 Hwy. 67 6 Channel San Diego, CA 92123 (619) 565-5115 (619) 565 -5125 209 mon Corporation Shadowridge Testing Testing $ 3,850.00 10/84 Da On Corporation 4350 Von Kalman Other 4350 Van Kaman Newport Beach, CA 92660 Concr.Lines Newport Beach, CA 92660 (714) 476 -2766 (714) 476 -2766 210 City of Escondido 18" Water Trans. Line Water $ 311,566.00 6/85 City of Escondido 100 Valley Blvd. Bear Valley Pkwy, and 100 Walley Blvd. Escondido, CA 92025 Hwy. 78 1 Escondido, CA 92025 1 (619) 741 -'664 741-4664 . • Page 7 NOTICE The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) 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 submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Pro ert - Casualt . Coverages shall be provided or all TYPE OF IN URANC 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 edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. INSURANCE shall include a policy of public liability insurance for personal injury and property damage in an amount not less than One Million Dollars ($1,000,000) combined limits per occurrence, including motor vehicle operations. • • Page 8 BOND # 13 28 56 PAYMENT BOND PREMIUM: INCLUDED KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to October 15, 1985 EDMOND J. UADNAIS hereinafter designated as the "Principal ", a contract for BALBOA PENINSULA POINT SEWER REPLACEMENT C -2497 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of ony kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We EDMOND S. VADNA as Principal, and INSURANCE COMPANY OF as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 57/100 HUNDRED FORTY -SEVEN THOUSAND, FOUR HUNDRED THIRTY -SEVEN & Dollars ($ 647,437.57 - - -- ), said sum being equal to 100% 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, or other supplies, 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 Unemploy- ment 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. The 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 9 this bond, as required by the Provisions of Sections 3247 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 16TH day of OCTOBER 19 85 r Z EDMOND J. VADNAIS (Seal) Name of Contractor Principal f uthorized Si 04ture and Title Authorized Signature and Title INSURANCE COMPANY OF THE.WEST (Seal) Name of Surety 3570 FIFTH AVENUE SAN DIEGO, CA. 92108 Address of Surety Si u an Tit e o Authorized gnt e Address of Agent ut AVENUE 619- 297 -5061 C4T: ni -P.n cA 92143 5082 Telephone No, of Agent I / , M \ ; §� @` J � k� 0. \§n ! �v k \n {�Bk\ @ r ,. f2 (� 0 \k 0/ q� �k O Ox \ \k \ CL �f ( k ƒ} {} B I, ) ) zr � § \ \ 2 ■ } � & § 0 0 � p f I k� 2J� /! 0 cr 03 \/� §� I � G � § 7 § cc | � . - INSURACE COMPANY OF A WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized and existing under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: ROBERT M. LUBELEY, JOHN W. MORRISSEY, C.H. COYLE, JR., ROBERT A. MYERS, R.W. HERTSCH its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney -in -fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and_ undertakings as the business of the Company may require, and any sucft bonds or undertakings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this Fifth day of May, 1982. tpwyurr� E � 4 ��160eN�� STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO INSURANCE COMPANY OF THE WEST President On this Fifth day of May A.D., 1982, before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came WILLIAM A. WHITE, President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. OFFICIAL StAL Christine A. Paterson NOTARY PUBLIC - CALIFORNIA Principal Office in Son DMRo County My Commission Eq. June 6. 1986 STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: Notary Public 1, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 16TH day of OCTOBER 1985. �pMPANYQF .I,to,QAI,FO s' r�ACM 1. At` S ary ICW CAL 37 (REV. 5/82) • . Page 10 BOND # 13 28 56 PREMIUM: $4,524.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to October 15, 1985 EDMOND J. VADNAIS hereinafter designated as the "Principal ", a contract for BALBOA PENINSULA POINT SEWER REPLACEMENT C -2497 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, EDMOND J. VADNAIS as Principal, and INSURANCE COMPANY OF THE WEST as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of SIX HUNDRED FORTY -SEVEN THOUSAND, FOUR HUNDRED THIRTY -SEVEN & 57/ Dollars ($647,437.57 ----- 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 0 Faithful Performance Bond (Continued) • Page 11 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16TH day of OCTOBER , 19 85 EDMOND J. VADNAIS (Seal) Name of Contractor (Principal) Authorized Si ature and Title Authorized Signature and Title INSURANCE COMPANY OF THE WEST (Seal) Name of Surety 3570 CAMINO DEL RIO NO. SAN DIEGO, CA. 92108 .. Address of Surety Si u an Title of Authorized Agent ► Address of Agent n,r v 81AM 619- 297 -5061 , SZtk� 5092 Telephone No. of Agent u m' ° O d N m C I • AM 1 m ro � Z CL A p T 9 O K � r $ N a 0 4 0 a. O y e .7 4 O �w n N b N 0 x M b TUw��i T• 4 N �i N H H N N N M O r I O • i d �6 oil G t g yZ N p ° 0 O O• N L�txi H o x bT O w q ti O M n 4 iii ao ? $a O � CyJ K It x n H CL A p T 9 O K � r $ N a 0 4 0 a. O y e .7 4 O �w n N b N 0 x M b TUw��i T• 4 N �i N H H N N N M O r I O • i INSURACE COMPANY OF A WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the insurance Company of the West, a Corporation duly authorized and existing under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: ROBERT M. LUBELEY, JOHN W. MORRISSEY, C.H. COYLE, JR., ROBERT A. MYERS, R.W. BERTSCH its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney -in -fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any su& bonds or undertakings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this Fifth day of May, 1982. �t1PAyY� ti STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO INSURANCE COMPANY OF THE WEST ✓��� / t 2 vvGtc -� President On this Fifth day of May A.D., 1982, before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came WILLIAM A. WHITE, President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year -- first above written. OFFICUI tact Christine A. Paterson NBTARY PUBLIC - CAUFMIA Principal ORice in San Diego County My Commission Ey. June 6. 1986 STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO Notary Public I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 16TH dayof OCTOBER 1985• �MPItNY4� �tosrogrr��1T +etx L Esc S ary CERTIFICATE OF INSURANCE City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED General Contractor Fe Drive, #270 INSURANCE COMPANIES AFFORDING COVE Page 12 Company A Letter FIREMANS FUND INSURANCE COMPANY Company B ny C �...ru"J D etter Company E Solana Beach, CA 92075 Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, 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: - Agency: CURROM o i d' RepresentativeC.x. COYLE,JR. 3531) 1r'T,i :'tfi;iE Date: re 1 -e5 Telephone: 619 - 297- 5061$nid'tU's.ui,",i 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 This 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. it Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property A x Contractual Insurance 2 19 MXX 0089978 Damage Combined $ 500, $ 500, x Broad Form Property Damage x Independent Contractors 9/1/85-36 x Personal Injury Marine Personal Injury $ 500, Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury $ (Each Person A Q Owned 2 19 MX 8001630 $ Bodily njury (Each Occurrence R Hired 9/1/85-16 Property Damage bodily Injury and ❑x Non -owned Property Damage Combined $ 500, EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory and ac EMPLOYER'S LIABILITY Accident) 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: - Agency: CURROM o i d' RepresentativeC.x. COYLE,JR. 3531) 1r'T,i :'tfi;iE Date: re 1 -e5 Telephone: 619 - 297- 5061$nid'tU's.ui,",i 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 This 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. it Page 14 CITY Of NEWPORT BEACH 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 of 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 Beacly':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 nold harmless provision con- tained in the written contract, designated below, between the named insured, the City of Newport Beach* 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, 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 $ each occurrence Property Damage Liability $ each occurrence (x) Single Limit Bodily Injury Liability $ 50g.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: BALBOA PENINSULA POINT SEWER REPLACEMENT C -2497 Project Title and Contract No. This endorsement is effective 10 -16 -85 at 12:01 A.M. and forms a part of Policy No. 2 19 MXX80089978 . Named Insured EDMOND J. VADNAIS Endorsement No. Name of Insurance Company INSURANCE COMPANY OF THE By WEST Au t resentative .H. COYLE,JR. *and the County Sanitation District No. 5 of Orange County CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 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 ind no other insurance maintained by the City of Newport Beach *will be called upon to contribute with insurance provided by this policy. 1 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 either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (xx) Single Limit Bodily Injury Liability $ 500,000. each occurrence and Property Damage Liability Combined 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. 5. Designated Contract: BALBOA PENINSULA POINT SEWER REPLACEMENT C -2497 Project Title and Contract No.). This endorsement is effective 10 -16 -85 at 12:01 A.M. and forms a part of Policy No. 2 19 MXA 80016304 Named Insured EDMOND J. VADNAIS ET AL Endorsement No. Name of Insurance Company INSURANCE COMPANY OF THE By =�7,'-- WEST Aut R&Oresentative -- �'C.H. COYLE,JR: *and the County Sanitation District No. 5 of Orange County r,� • 0 Page 15 CONTRACT THIS AGREEMENT, entered into this., l day of ��J , 19 �S , by and between the CITY OF NEWPORT BEACH, hereinafter "City," and EDMOND J. UADNAIS , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: BALBOA PENINSULA POINT SEWER REPLACEMENT C -2497 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: BALBOA PENINSULA POINT SEWER REPLACEMENT C -2497 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 Six Hundred Fortv -Seven Thousand Four Hundred Thirty -Seven Dollars & 57/100 ($ 547.437.57 )• This compensation includes (1) any loss 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) (f) Plans and Special Provisions for e of Pro.iect (g) This Contract. • Page 16 Contract No. 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 X ATTEST: <daity Clerk APPROVED AS TO FORM: y At orney nND J- VADNATS Nfn Contractor (Principal) Authorized gnature and Title Authorized Signature and Title CITY SECTION I. II. III. IV, V. VI, VII. VIII. IX, APPENDIX CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA PENINSULA POINT SEWER REPLACEMENT CONTRACT NO. 2497 INDEX TO SPECIAL PROVISIONS PAGE SCOPE OF WORK . ............................... 1 AWARD AND EXECUTION OF THE CONTRACT .......... 1 BEGINNING OF WORK AND TIME OF COMPLETION ..... 1 PAYMENT ....... ............................... 2 STREET CLOSURE, ACCESS & TRAFFIC CONTROL ..... 2 NOTICE TO RESIDENCES AND BUSINESSES .......... 3 ALTERNATE ALIGNMENT ........................... 3 WATER ......... ............................... 4 CONSTRUCTION DETAIL A. SEWER CONSTRUCTION ...................... 4 B. ASPHALTIC CONCRETE PAVEMENT ............. 8 C. PAVEMENT SUBSEALING ...................... 8 D. GUARD UNDERGROUND CONSTRUCTION .......... 9 E. CONSTRUCTION SURVEY ..................... 9 F. UTILITIES .. .............................10 G. GRIND PCC FLOWLINE ......................10 H. ABANDON PIPE .............................10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA PENINSULA POINT SEWER REPLACEMENT CONTRACT NO. 2497 I. SCOPE OF WORK The work to be done under this contract consists of construc- ting a sewer main and laterals, pavement subsealing (pres- sure grouting), and placing AC pavement overlay. All work necessary for the completion of the improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. S- 5110 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1985 edition), and (4) the Standard Specifica- tions for Public Works Construction (1985 edition), inclu- ding supplements to date. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for five dollars ($5.00). Bidders shall satisfy themselves by personal examination of the location of the proposed work and by such other means as they may prefer as to the actual conditions and requirements of the work, and shall not at any time after submission of the bid dispute, complain, or assert that there was any misunderstanding in regard to the nature or amount of work to be done. II. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1, of the Standard Special Provisions and Standard Drawings for Public Works Construction for requirements and conditions concerning award and execution of the contract. III. BEGINNING OF WORK AND TIME OF COMPLETION The Contractor shall complete all work within one- hundred- twenty (120) calendar days following the date of award of this contract. Upon commencement of work, the contractor shall complete all work within ninety (90) consecutive calendar days. SP -1 IV. PAYMENT • All incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. V. STREET CLOSURE, ACCESS & TRAFFIC CONTROL Construction will require partial closure of Balboa Blvd. to vehicular traffic. Partial closure shall be limited to 2 blocks at any one time with the following requirements: (1) a minimum of one 10' wide travel lane in each direction or one 14' wide travel lane plus flagpersons for alternating one -way travel shall be provided at all times, and (2) access to A Street North and South, B Street South, F Street North and South, and G Street shall be maintained continuously. Parking may be restricted on both sides of the street. The Contractor shall provide for street closure, traffic control and access in accordance with Section 7 -10 of the Standard Special Provisions and Standard Drawings for Public Works Construction and with the standards contained in the Work Area Traffic Control Handbook (WATCH), published by Building News, Inc. TRAFFIC CONTROL PLAN The Contractor shall submit written traffic control plans to the Engineer for his approval a minimum of seven (7) calendar days prior to commencing any work. The plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each stage of construction proposed by the contractor showing all items listed under 1. above. 3. Reopening of all traffic lanes upon completion of each day's work. SP -2 All streets not part of this contract shall remain open to travel and parking at all times. The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Depa- rtment, Traffic Division, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2 -inch high letters and numbers. A sample of the com- pleted sign shall be approved by the Engineer prior to posting. VI. NOTICE TO RESIDENTS AND BUSINESSES Between 48 and 55 hours before closing a section of street or restricting vehicular access to driveways or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular access will be restored. Twenty -four (24) hours before shutting off water service to any business or residence, the Contractor shall distribute a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes 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. VII. ALTERNATIVE ALIGNMENT For the bidders' information, major cracks in the pavement along the route of the proposed sewer main were observed (1) from A Street to B Street: generally, 3' south of centerline, 8' south of centerline and 16' south of centerline, SP -3 y • 0 (2) from B Street to F Street: from 6' to 14' south of centerline, predominantly 8 to 9', and (3) from F Street to G Street: general cracking throughout. The sewer main alignment shown is intended to promote efficiency and ease of construction as much as possible. Recognizing the variety of contractors' preferred methods, the contractor may request alternative alignments in accordance with Section 3 -1 of the Standard Specifications based on a slightly shifted alignment between A and F Streets with the constraints that the north edge of the proposed sewer main shall be a minimum of 1 foot south of centerline, 1 foot clear of existing manhole bases, 3 feet clear of the existing main, and no trees shall be removed in an alternative alignment. VIII. WATER If the contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to the contractor, less a quantity charge for water usage. IX. CONSTRUCTION DETAIL, supplemental to the Standard Specifications for Public Works Construction. A. SEWER CONSTRUCTION AND PAVEMENT REMOVAL AND REPLACEMENT The sewer main, laterals and fittings shall be PVC (polyvinyl chloride) gravity sewer pipe conforming to the requirements of ASTM D3034, SDR 35, and shall have gasketed joints. Section lengths shall be 20 feet where possible. Lateral connections shall be with 45- degree Y's, not short T -like Y's. Y fittings shall be fabricated or molded full fittings with double female gasketed ends. Joining the existing lift station wet well with VCP shall meet the requirements of the Standard Specifica- tions of the Orange County Sanitation Districts (OCSD) and of the State of California /Department of Industrial Relations /Occupational Safety and Health Administration (Cal OSHA) regulations for confined spaces. Vitrified clay pipe (VCP) shall meet the requirments of Sections 32 -1 and 32 -3 of the OCSD Standard Specifications, and shall have type "D" joints SP -4 • in accordance with Sections 32 -4 (b)(2) of the OCSD Standard Specifications at the outside of the wet well, at the outside of the manhole and at 2 feet maximum on center (3 required). The existing fiberglass wet well liner shall be repaired in accordance with Sections 45 and 47 -3 (a) of the OCSD Standard Specifications. The contractor shall notify the District's Chief Construc- tion Inspector, Mr. A. F. "Bud" Frey, Phone 962 -2411 ext. 320, at least 48 hours prior to beginning work on the wet well. The contractor shall communicate with the District's Collection Facilities Supervisor, Ken Ramey, 962 -2411 ext. 276, to arrange for access to the wet well interior and for maintaining the liquid level at 15" to 18" depth. Excerpts from the OCSD Standard Specifications are reproduced in the Appendix of these Special Provisions. All requirements of the OCSD Standard Specifications shall be met even if not repro- duced herein. Couplings, Y's, fittings, connections to existing pipes and manholes, pavement removal and replacement with 4" AC, dewatering, sheeting, bracing, traffic control, testing, and all other labor and material necessary to construct sewer mains and laterals shall be included in the unit price bid for the related item. The AC overlay will be paid as a separate item of work. The pavement removal and replacement between stations 25 +00 and 26 +42 (approximately) described below will also be paid as a separate item of work. Pavement removal shall be to either an existing cold joint at centerline or curb or to a sawcut. In addition to the requirements of Section 300- 1.3.2.(b), if a sawcut falls within 5 feet of a crack in the pavement the cracked pavement shall be removed to a sawcut line therebeyond. Replacement shall be at least 4 "AC on compacted native sand. Exception to paragraphs above: The pavement shall be completely removed between the manholes at centerline stations 25 +00.85 and 26+41.6 from the north curb face to the expansion joint at the construction centerline, a width of 22', and replaced with 4 "AC cn compacted native sand, matching the pavement grade at the con- struction centerline and joining the curb face at the elevations shown on the profile. Replacement pavement over laterals on the north side of Balboa Blvd., in the 2 -foot wide zone at the curb where there will be no overlay, shall be per the SP -5 • 0 "Detail -- Replacement Pavement" in the Plans unless the existing pavement is left in place and tunneled under. Based on the limited information available it appears that from the downstream end to centerline station 6 +45 the pavement is approximately 12" thick. Elsewhere it is approximately 8" to 9" thick. All manholes, mains and laterals to be abandoned shall remain in service until (1) the new main downstream of a particular location has been completed, tested and accepted, and (2) all proposed lateral and main connec- tions to the new pipe upstream of the particular location have been completed and accepted. The main line shall be tested by the Air Pressure Test in accordance with Section 306 -1.4.4 of the Standard Specifications, except that laterals may be excluded from the tests. Bedding material from bottom of trench to spring line of pipe shall meet the gradational limits listed below and shall be densified to 95% relative compaction: Sieve Sizes 1 -1/2 Inches 1 Inch 3/4 Inch 3/8 Inch No. 4 No. 8 No. 30 No. 50 No. 200 % Passing 100 90 -100 40 -100 25 -40 18 -33 5 -15 0 -7 0 -3 The above gradation conforms to Caltrans Class 2 permeable material. Alternatively the bedding material may meet the graduational limits of combined aggregate Type B2 per Section 400 -4.3 of the Standard Specifica- tions. Compaction must be accomplished without affecting pipe grade. Mechanical compaction shall not be used within 3' above the top of the pipe. As sheeting is removed the resulting void shall be backfilled and hand - tamped in 6" maximum lifts within the zone 12" above the top of the pipe. All trenches shall be dewatered so that there is no free water visible when the first bedding material is SP -6 L] deposited nor any time thereafter, and so that there is no uplift of the pipe. The requirements of tunnel dewatering set forth in Section 306 -3.3 of the Standard Specifications shall apply to this operation. The water shall be desilted before discharging it into a street, storm drain, sewer or the ocean. The Engineer's experience with excavations in this area indicates that hydrogen sulfide and /or other chemicals may be present in the groundwater. If so, the water may not be disposed of as allowed by Section 306 -3.3 but shall be either discharged into the existing sewer or treated and disposed of as directed by the Engineer. Small quantities may be discharged into the existing sewer if approved by the Chief Engineer of Orange County Santitation District #5 or his representative. Quantities in excess of the flow accepted by the OCSD shall be treated and discharged into a street or storm drain. Any such treatment beyond desilting will be paid for as "Extra Work." New laterals shall be connected to existing cleanouts, omitting the new cleanout, if the existing cleanout is within 7' of the right of way line and is in good condi- tion as determined by the Engineer. Otherwise connection shall be at the right of way line. The laterals shall be laid perpendicular to the centerline of the street. Trees shall not be removed. Installation of new laterals aligned at or near trees will require tunneling under or boring through the roots, protecting the roots as much as practical. Y's shall be offset as necessary to provide clearance between the fittings. A Y shall be used for each lateral; double Y's shall not be used. Y's shall enter the main aligned at 45 degrees horizontally from the main and at a slope of 45 degrees vertically except where they must be flattened to clear obstructions in which case they may be laid at 22 1/2 degrees or flat as approved by the Engineer. New laterals shown on the Plans with a question mark ( " ? ") are located per City records No. 231 and Orange County Sanitation District record No. 8 -2354. Because the locations are not reliable, a bid item is included for "Locate Existing Laterals." The notation "[ LAT # + ## ]" indicates that a lateral exists at centerline station # + ## according to these records, but its actual location is unknown. New laterals without a question mark have been located based on the locations of cleanout covers visible on the surface. The depths of those laterals that are known are approx- imately 3 feet. SP -7 0 C a # Important: It is the Contractor's responsibility to determine the location of all active laterals. The Engineer will assist the Contractor in gaining access to private property for that purpose (if necessary) by preparing letters to the owners for distribution by the contractor. The contractor may wish to use a conduit locating consulting service such as Richard E. Taylor Engineering, Inc. /Sleuth, 8460 Cole Crest Drive, Hollywood, California, 90046, (714) 972 -1050. Manholes shall be per STD -401 -L except note #2 shall not apply, i.e., pipe gradient shall be continuous thru the manhole. The pipe to manhole connection shall be made with a rubber 0 -ring on the pipe or an A.C. fitting specifically for this purpose. Locate the manhole covers toward the street centerline (where pipe is 8' off centerline). Pipe lengths are measured from /to inside edge of new manholes and outside edge of manholes being joined. Salvaged City manhole frames and covers may be reused on the new manholes. The Contractor shall deliver Sanitation District frames and covers to the Orange County Sanitation District's office at 10844 Ellis Avenue, Fountain Valley. The Contractor's attention is called to the report of geotechnical investigation for this project by Moore & Taber, dated June 20, 1985, in the appendix to these special provisions. ASPHALTIC CONCRETE PAVEMENT Asphaltic concrete for replacement pavement shall be Type III- C3- AR4000 except that the overlay shall be Type III- D- AR4000. Prime coat shall be liquid asphalt, Grade SC -250, applied at a rate between 0.10 and 0.25 gallons per square yard. Placing the overlay shall be the last item of work. PAVEMENT SUBSEALING Pressure grouting or "pavement subsealing" shall be in accordance with Section 41 -1 of the Caltrans Standard Specifications, reproduced in the appendix to these n u Special Provisions, except as follows: 1. In Section 41 -1.01 delete "at the locations shown on the plans, ". Instead, the location shall be as determined in the field by the Engineer. Initially the spacing shall be one hole for each 100 square feet of pavement, and at least 15" from a crack or joint. 2. In the 8th paragraph of Section 41 -1.03, the Con- tractor, rather than the Engineer, shall furnish and utilize the monitoring devices. 3. In Section 41 -1.04, measurment shall be by the hundred weight, "Cwt" (per hundred pounds of fly ash and Portland cement) instead of by the ton. Also, drilling the holes shall be considered incidental work. The cost of drilling holes shall be included in the unit price of subsealing and no additional payment will be made therefor. 4. In the 1st paragraph of Section 41 -1.03, delete "to a depth of 15 to 18 inches ". The depth of the holes shall be sufficient to penetrate the subgrade and allow the grout to flow through the hole and under the pavement without obstruction. D. GUARD UNDERGROUND CONSTRUCTION The contractor shall obtain a permit to perform excava- tion or trench work from the State of California, Department of Industrial Relations (Cal- OSHA), prior to any construction. The Contractor shall also submit drawings to the Engineer in accordance with Sections 7 -10.4 and 2 -5.3 of the Standard Specifications. All costs incurred to obtain the permit, to comply with the provisions of such permit, and to obtain the Engineer's approval shall be included in the lump sum price bid for guarding underground construction. E. CONSTRUCTION SURVEY 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 registered civil engineer or licensed surveyor. Staking shall be performed on all items ordinarily requiring grade and alignment at SP -9 0 # 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. F. UTILITIES The existence and location of underground utility pipes, lines or structures shown on the plan were obtained by a search of available records. To the best of the Engi- neer's knowledge there are no existing utilities except as shown on these plans. The contractor is required to take due precautionary measures to protect the utilities shown and any other lines or structures not shown on these plans. The contractor shall protect the underground utility lines at the many gas line crossings and the several telephone and water line crossings, as well as all other underground, surface and overhead facilities. Adjust- ment to grade of gas meters, electrical and telephone vaults and any other utility -owned facilities will be done by the utility companies. G. GRIND PCC FLOWLINE Where grinding of an existing gutter is called for the contractor shall obtain a straight longitudinal gradient within f 0.01 foot of the planned profile. As an alternative the contractor may remove and replace the pavement to the planned profile in lieu of grinding it, with no increase in cost to the City. H. ABANDON PIPE In addition to the provisions of Section 306 -5, abandon- ing pipes shall consist of completely filling them with a grout mixture of sand, Portland cement, fly ash and water of such a consistency that it will readily flow and completely fill the pipe leaving no voids. Alternatively the pipes may be removed or crushed in place. All resulting voids shall be completely filled with native sand. At the wet well the existing pipe shall be completely removed from the wet well wall, the hole shall be filled SP -10 # 0 with a concrete plug (see "Detail -Plug at Wet Well ", sheet 8 of the plans) and the fiberglass lining shall be repaired in accordance with Sections 45 and 47 -3 (a) of the OCSD Standard Specifications. SP -11 0 • APPENDIX A. Caltrans Section 41 -1 B. OCSD Standard Specifications Sections 32 -1 thru 32- 4(b)(2) Section 45 Sections 47 -3 C. Soils report 12:108SPEC.PRO 0 0 CALTRANS PAVEMENT SUBSEALING AND JACKING SECTION 41 SECTION 41 PAVEMENT SUBSEALING AND JACKING 41.1 PAVEMENT SUBSEALING 41 -1.01 Description. —This work shall consist of filling voids beneath existing portland cement concrete pavement, at the locations shown on the plans, by drilling holes through the existing pavement, injecting grout through the holes, and filling the drilled holes with mortar or concrete. 41 -1.02 Materials. —Grout for filling the voids beneath the existing pavement shall be composed of portland cement, fly ash, and water. Port- land cement and fly ash shall be proportioned at the rate of 94 pounds of portland cement to 225 to 255 pounds of fly ash. Water shall be added in an amount to provide a grout efflux time of 10 to 16 seconds as determined by California Test 541, Part D. Portland cement for the grout shall be Type II Modified conforming to the requirements in Section 90 -2.01, "Portland Cement." Fly ash shall conform to the requirements in ASTM Designation: C 618 for either Class C or Class F fly ash. The brand of fly ash used in the work shall conform to the requirements for approval of admixture brands in Section 90 -4.03, "Admixture Approval." Admixtures (other than the specified amount of fly ash) shall not be used in the grout mixture, unless otherwise approved by the Engineer. Mortar for filling the holes in the concrete pavement shall be composed of one part portland cement to 3 parts fine aggregate, by volume, and only enough water to permit placing and packing of the mortar in the holes. A commercial quality premixed rapid set mortar or concrete may be used to fill the holes. 41 -1.03 Construction. —Holes shall be drilled through the pavement and underlying base to a depth of 15 to 18 inches below the pavement surface. The holes shall be drilled to the diameter necessary to accommo- date the equipment used for injecting the grout. Care shall be taken to protect the pavement surrounding each hole from damage. The location of the holes shall conform to the configuration shown on the plans unless otherwise directed or permitted by the Engineer. Before beginning groutingg o erations, and continuing thereafter to the end of each run or work shiftt,, the holes in at least 2 consecutive slabs requiring subsealing shall be drilled ahead of the grouting operations. The holes shall be washed or blown out as necessary to obtain thorough distribution of the injected grout. Grout shall be mixed in a grout plant consisting of a high -speed colloidal mixer and a positive displacement grout injection pump capable of pro- viding a minimum continuous gauge ressure of 125 pounds per square inch. A pressure gauge shall be go catedimmediately adjacent to the grout hose supply valve. Dry cement and fly ash shall be accurately measured by weight, if in bulk, or shall be packaged in containers of uniform weight. Water shall be introduced into the mixing process through a meter or scale which has a totalizer to measure the amount of water used during each work shift. Grout not used in the work within one hour after mixing shall be dis- posed of as directed by the Engineer. (41 -1) SECTION 41 PAVEMENT SUBSEALING AND JACKING Grout shall be pressure injected through the holes until all voids under the pavement slab are filled. No portion of the slab shall be moved or raised more than 0.050-inch as a result of pressure grouting. The Engineer will furnish and utilize suitable devices to monitor slab movement during pressure grouting. Grout shall be injected into only one hole at a time on any slab. When grout appears at any longitudinal or transverse joint, crack, or adjacent hole, or when monitoring devices indicate slab movement, pressure injec- tion of grout shall cease at that hole. Immediately after the nozzle is removed, the hole shall be temporarily plugged with a round, tapered wooden plug. The plug shall remain in place until pressure grouting at adjacent holes progresses to the point where grout will not be forced up through previously grouted holes. In the event the Engineer determines that continued grouting at a location is no longer advantageous, he may direct the Contractor to cease subsealing operations at that location. Grouting shall not be performed when the atmospheric or subgrade temperature is below 45° F., or during inclement weather. When standing water is present in the holes, grouting shall not be performed unless permitted by the Engineer. The Contractor shall take necessary precautions to prevent grout from being injected into any drainage facility or other open structure. Cracks in the pavement which occur during the injection of grout will be considered as damage to the pavement due to the Contractor's opera- tions. Such damage shall be repaired by the Contractor at his expense and as directed by the Engineer. Upon completion of the grouting operation, grout shall be removed from the drilled holes to a depth of not less than 4 inches below the pavement surface. The holes shall be cleaned and then filled with mortar or premixed rapid set concrete and finished flush with the concrete pave- ment surface. At the end of each work shift, the work area shall be left in a clean, swept, and neat condition. 41.1.04 Measurement. —The quantity of drilled holes will be measured as units determined by actual count. Any hole drilled that is not shown on the plans or ordered by the Engineer will not be measured nor paid for. The quantities of dry cement and fly ash used in the grout mix will be measured by the ton and will be paid for as grout (subsealing). Quantities of grout not used in the work and grout that is wasted by leaking through to the pavement surface because of not taking preventative measures to avoid wasting of grout, will not be paid for. The quantity of grout wasted or disposed of will be determined by the Engineer. Quantities of grout, cement or fly ash remaining on hand after completion of the work will not be paid for. 41.1.05 Payment. —Items of work, measured as specified in Section 41 -1.04, "Measurement," will be paid for at the contract unit price for drill hole (subsealing) and the contract price per ton for grout ( subsealing). The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in subsealing existing portland cement con- crete pavement as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. Full compensation for furnishing and placing mortar or concrete for (4I -2) PAVEMENT SUBSEALINC AND JACKING SECTION 41 filling the drilled holes shall be considered as included in the contract unit price paid for drill hole ( subsealing) and no additional compensation will be allowed therefor. OCSD STANDARD SPECIFICATIONS SECTION 32 VITRIFIED CLAY PIPE AND FITTINGS 32 -1 GENERAL The Contractor shall furnish, install, and test vitrified clay pipe, fit- tings, and appurtenances of the dimensions and to the lines and grades as shown on the Plans and herein specified. The pipe to be installed at the various locations is identified by nominal diameter of pipe in inches followed by the abbreviation V.C.P. The Contractor shall not store pipe upon the roadway or parkway of residential streets for more than 10 days or upon business streets for more than 3 days. 32 -2 EXCAVATION AND BACKFILL Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 21, EARTHWORK, of the Standard Specifications. 32 -3 QUALITY OF PIPE All vitrified clay pipe and fittings shall be of one class designated extra strength, of the best quality, vitrified, and homogeneous in structure. All pipe greater than 12- inches in diameter shall be bell and spigot type pipe with a Type "G" joint as specified in Section 208 -2 of "Standard Specifications for Public Works Construction" (SSPWC) and as specified herein. The ends of the pipe shall be square with the longitudinal axis, and sockets shall be true, cir- cular, and concentric with the barrel of the pipe. The thickness of the shell, the depth of the socket and dimension of the annular space shall be within the limits of permissible variation to the dimension standards set forth in ASTM C 700, Table 2 for the various sizes of pipe indicated on the Plans. For pipe 12 inches and smaller, Type "D" joints conforming to Section 208 -21.3 (SSPWC) may be used. Hydrostatic and 3 -edge bearing tests shall be in accordance with ASTM C 301 and as specified herein. (a) IDENTIFICATION MARKS. All pipe and fittings shall be clearly marked with the name or trademark of the manufacturer, the location of plant and extra strength designation. (b) DIMENSIONS AND TOLERANCES. The dimensions and permissible tolerances for vitrified clay pipe shall be as provided for in Table 2 of ASTM C 700 for extra strength pipe. The pipe diameter shall not vary from a true circle by more than 3 percent of nominal diameter. The maximum bevel of the ends of pipe to be laid on a curve is 4 degrees. Plain end pipe shall not be beveled. 32 -1 4/84 0 Except for special purposes, the minimum standard length of straight pipe exclusive of socket depth, shall be 40 inches. Pipe shall not deviate from straight by more than 1116 inch per foot. (c) IMPERFECTIONS. Imperfections in pipe and fittings containing blisters, cracks, and chips in excess of the limitations herein will be rejected, unless repaired as permitted in Subsection 32 -3(d). For pipe of nominal sizes, 4 to 18 inches, blisters shall not exceed 3 inches in any dimension and no blister or pimple shall project more than 1/8 inch above the surface of the pipe. not exceeding For pipe of nominal sizes over 18 inches, no blister shall exceed 2 inches per foot of internal diameter, and no blister or pimple shall project above the surface of the pipe more than 1/8 inch per foot of internal diameter. Pipe shall have no broken blisters. There shall be no cracks passing through the barrel, or socket except that a single crack at the spigot end of the pipe not exceeding 75 percent of the depth of the socket, or a single circumferential crack in the socket not exceeding 3 inches in length or a single crack not exceeding 2 inches in the axial direction is permitted. Chips on the interior surface shall not exceed 2 inches in length, 1 inch in width, and a depth of one fourth of the thickness of the barrel but not to exceed 1/4 inch. A single pipe shall contain no more than two such defects. (d) CLAY PIPE REPAIR. (I) General. Structurally sound clay pipe, if it is larger than 15 inches in diameter, may be repaired as provided in this section. Repairs of any type at the spigot or socket shall be limited to one for each 90 degrees of circumference, and a maximum of three at either end. Repaired pipe shall not be used for fabricated fittings unless the repaired pipe is tested. Molded fittings may be repaired within the scope of these Specifications. (2) Cracks. Longitudinal cracks parallel to the axis caused by shrinkage or drying and not more than 1/32 inch wide may be repaired as stated in Subsection 32 -3(e) if the following cri- teria are met: A. A crack on the exterior of the spigot that does not penetrate the entire barrel thickness and does not exceed 50 percent of the depth of the socket in length. B. A crack in the socket of the pipe that does not penetrate the entire thickness, and does not exceed 75 percent of the depth of the socket in length. 4/84 32 -2 C. A crack on the interior of the socket and in the shoulder on the exterior of the socket that does not exceed 3 inches in length, and does not penetrate more than 20 percent of the wall thickness. D. A crack that penetrates the entire thickness of the socket and does not exceed 50 percent of the depth of the socket in length. (3) Surface Chips. Surface chips located on the exterior of the spi- got, the interior or exterior of the socket, or on the shoulder of the socket, may be repaired, provided: A. The length of the circumference of the chip does not exceed the barrel thickness. B. The width is not greater than 40 percent of the socket depth measured parallel to the axis. C. The depth is thickness measu (4) Full Depth Chips. repaired, provided barrel thickness or socket depth. not red p Full the the greater than 25 percent of the wall erpendicularly to the axis. depth chips located on the socket, may be length of the chip does not exceed the width does not exceed 25 percent of the (e) REPAIR METHODS AND MATERIALS All surfaces to be repaired shall be clean and dry. All unsound material at lumps or blisters shall be ground smooth and flush with adjacent surfaces. Cracks shall be grooved 1/8 inch to 1/4 inch wide and 1/8 inch to 1/4 inch deep for the full length of the crack. All unsound material as chips, flakes, pits, and spalls shall be removed and edges shall be 1/16 inch minimum below adjacent surfaces. There shall be no feather edges. Prepared areas shall be cleaned of dust and other loose particles and then filled with repair material compound to provide properties most desirable for sewerage service. Repair material shall resist bac- terial attack and attack by chemicals or combinations of chemicals normally present in domestic and industrial sewage. Repair material shall be mixed, applied, and cured as recommended by the manufacturer and approved by the Engineer. The repair material shall be subject to adhesion and chemical testing as required by the Engineer to determine its suitability for use. (1) Adhesion Test. Vitrified clay bars 1 inch square in cross sec- tion and approximately 8 inches in length, compounded of the same 32 -3 4/84 0 materials as the vitrified clay pipe and fired to clay pipe manu- facturing temperature, shall be used in preparing the test speci- mens. The bars shall have a modulus of rupture of not less than 1,600 psi when tested in flexure with third -point loading. The bars shall be cut through at the midpoint and then bonded with the repair material. Following a 7 -day maximum cure period at ambient room temperature, the bonded bars shall be tested in flexure with third -point loading. The average modulus of rupture of 5 test bars bonded with the repair material shall not be less than 1,600 psi. Five additional test bars bonded with the repair material and immersed for 60 days in water at ambient room temperature shall have an average modulus of rupture not less than 1,500 psi. (2) Chemical Tests. Each specimen of repair material shall lose not more than 2.0 percent of its weight after being immersed in the solutions listed in Subsection 32- 4(b)(3)B., Polyurethane Sealing Components (Note 2 of the table) for a period of 30 days and being reconditioned as indicated. (f) INSPECTION OF REPAIRS All pipe to be repaired shall be inspected by the Engineer after pre- paration for repair, and again after repair has been made. Repairs made without prior inspection shall be rejected. The Engineer may require retesting of any repaired pipe to demonstrate its soundness. The District shall be reimbursed for all costs incurred for inspec- tion and testing of repaired pipe. (g) FITTINGS AND STOPPERS Fittings shall be made to such dimensions as will accommodate the joint system specified. Y and T branch fittings shall be furnished with spurs and securely fastened by the manufacturer to the barrel of the pipe. There shall be no projection on the inner surface of the barrel. T- branch fittings shall have their axis perpendicular to the longitu- dinal axis of the pipe. The axis of the spur on Y- branch fittings shall be 45 degrees from the longitudinal axis of the pipe. The barrel of each spur shall be of sufficient length to permit the proper jointing of the connecting pipe. 4/84 32 -4 0 0 Stoppers furnished for installation in branch fittings and ends of pipe left unconnected shall be strong enough to sustain all applied construction and in place loads, including field pressure tests. Stoppers for pipe shall be one of the following: polyethylene, polyurethane, polypropylene, ABS (acrylonitrile butadiene styrene), PVC (polyvinyl chloride), ozone resistant synthetic rubber, clay discs, or other material approved by the Engineer. (h) PIPE TESTING REQUIREMENTS (1) General. Before a lot of pipe is acceptable for use, test pipe selected from the lot shall meet the requirements of the hydrostatic pressure and bearing tests described herein. The tests shall be made at the point of manufacture under the super- vision of the Engineer. Fittings shall be subject to the requirements of the hydrostatic pressure test only. All testing equipment shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months or following repair of the hydraulic system or modification of the equipment. Each lot of vitrified clay pipe is defined as not more than 450 sections of pipe for one size and class. The Engineer will select one test pipe for each 50 pipes or frac- tion thereof in each lot. The minimum number of pipes tested for any lot greater than 100, shall be 5. For any lot 100 or less, the minimum number tested shall be 5 percent, but not fewer than 2. The pipe selected for test shall be sound and shall meet the dimensions and tolerances of these Specifications. The Contractor shall furnish the test pipes and adequate equip- ment, facilities, and labor for conducting tests. The Contractor shall bear all costs involved in testing. The District shall bear the cost of witnessing the testing. (2) Hydrostatic Pressure Test. The hydrostatic pressure test shall be carried out in accordance with the applicable requirements of ASTM C 301 and shall precede the bearing test by not less than 1 hour nor more than 3 hours. When the pipe is subjected to an internal hydrostatic pressure of 10 psi for the elapsed time shown in the following table, there shall be no leakage on the exterior of the pipe. Moisture appearing on the surface of the pipe shall not be considered leakage. However, moisture which starts to run on the pipe shall be construed as leakage regardless of quantity. 32 -5 4/84 Thickness of Barrel Up to and including 1 inch Over 1 inch and including 1 -1/2 inches Over 1 -1/2 inches and including 2 inches Over 2 inches and including 2 -1/2 inches Over 2 -1/2 inches and including 3 inches Over 3 inches Minimum Testing Time 7 minutes 9 minutes 12 minutes 15 minutes 18 minutes 21 minutes (3) Loading Test. The loading tests shall be the three -edge bearing. The loading test shall conform to the applicable provisions of ASTM C 301 and shall be applied to all specimens selected for testing, except that loading to test ultimate strength will not be required. Pipe shall withstand the following loads, which are as prescribed in ASTM C 700: Nominal Minimal Test Loads Pipe Size, Inches Pounds Per Linear Foot 4 & 6 2,000 8 2,200 10 2,400 12 2,600 15 2,900 18 3,300 21 3,850 24 4,400 27 4,700 30 5,000 33 5,500 36 6,000 39 6,600 42 7,000 The net inside length of the pipe from the bottom of the socket to the spigot end of the pipe shall be used as the divisor to calculate the load per linear foot. (4) Acceptance or Rejection on Result of Test. If all of the minimum designated percentage or number of the specimens tested meet the requirements of the test, then all of the pipe in the lot, ship- ment, or delivery corresponding to the sizes and classes so tested shall be considered as complying with the test. If, however, 10 percent or more of the specimens tested fail to meet the requirements of the test when the number to be tested is less than 10, then a second selection of pipe shall be made for the test. The number of specimens to be tested in the second selec- tion of pipe shall be five for each specimen of the first selec- tion that failed to meet the requirements. If 90 percent or more of the specimens tested, including those first tested, meet the requirements of the tests, all the pipe in 4/84 32 -6 0 0 the lot, shipment or delivery corresponding to the sizes and classes so tested shall be considered as complying with that test; otherwise, all pipe of these sizes and classes shall be rejected. 32 -4 PIPE JOINT TYPES AND MATERIALS (a) GENERAL The type of pipe joint shall be Type "G" (as defined in SSPWC) or where plain end pipe is to be used, Type "C ". For pipe 12 inches and smaller, Type "D" may be used. The District may require testing of the joint and joint materials for compliance with these requirements prior to delivery to the job site. (b) (1) Type "C" Joints (Mortar Sealed Rubber Sleeve Couplings for Plain End Clay Pipe). Each coupling shall consist of a circular rubber sleeve, two stainless steel compressing bands, and optional pre- fabricated housing to form the required mortar seal of the coupling. Each coupling shall bear the manufacturer's brand name or trade- mark. The housing to form the mortar the minimum thickness of mortar cified in the following table. Pipe Diameter (inches) (mm) seal shall be shaped to provide cover over the coupling and spe- Thickness (inches) (mm) 4 (102) 3/4 (19) 6 (152) 3/4 (19) 8 (203) 1 (25) 10 (254) 1 (25) 12 (305) 11 (38) (larger sizes as specified on the Plans) The circular rubber sleeve shall have a projecting rib to act as a cushion between the abutting ends of the pipes or fittings. The sleeve shall be made of virgin rubber compounded with suitable antioxidants formulated so as to resist acids, alkalies, solvents, and greases encountered in domestic or industrial waste sewage. When tested in accordance with ASTM D 412, the material shall have a tensile strength of not less than 1200 psi and an elonga- tion of not less than 400 percent. When tested in accordance with ASTM D 395, Method B, the material shall have a compression 32 -7 4/84 • set at constant deflection of not more than 35 percent of the original deflection. The tensile strength and percentage of elongation shall be reduced not more than 25 percent and the compression set increased not more than 5 percent when subject to the accelerated aging test in ASTM D 572 for 24 hours. The stainless steel compressing bands and tightening devices shall be fabricated from ASTM Series 300 stainless steel and shall be capable of producing 35 percent compression in the sleeve when tightened in place on the joint. Mortar as specified in Section 23, CONCRETE AND GROUT, of the Standard Specifications shall be used for sealing the rubber sleeve coupling. The assembled pipe joints, without mortar cover, shall be tested in the laboratory and shall not leak when subject to an internal hydrostatic pressure of 10 psi for a period of 5 minutes or when the joint is deflected 2 degrees during the test. (2) Type "D" Joints (Rubber Sleeve End Clay Pipe). The coupling sleeve of natural or synthetic two stainless steel bands with corrosion resistant shear ring. chemicals and bacteria, and the ments of ASTM C 425 except stainless steel only. (3) Type "G" Joints (Polyurethane). Coupling with Shear Ring for Plain shall consist of a circular rubber rubber or rubber -like material, suitable tightening devices and The sleeve shall be resistant to joint shall meet all the require - that the bands shall be made of A. General. The Type "G" joint shall consist of polyurethane elastomer sealing components, one bonded to the outside of the spigot and the other bonded to the inside of the socket. The sealing components shall be shaped, sized, bonded, and cured to uniform hardness so as to form a tight seal of the joint when assembled. The sealing components shall resist attack by bacteria and chemicals or combinations of chemicals normally present in domestic or industrial sewage. The configuration of the jointing system determines the necessary physical properties of the polyurethane joint material. The columns of values in the table below repre- sent properties of polyurethanes which, in conjunction with specific joint configurations, will provide acceptable jointing systems. B. Polyurethane Sealing Components. The polyurethane sealing component material shall comply with the requirements described in this subsection. The number of samples to be tested shall be designated by the Engineer. Prior to testing, polyurethane test specimens shall be conditioned in a mechanical convection oven for 7 days at 110 4/84 32 -8 Ll STANDARD SPECIFICATIONS SECTION 45 FIBERGLASS LINER 45 -1 GENERAL 0 It is the intent of these Specifications 'that the structures to be lined shall be completely sealed and protected by the specified lining, without ground water infiltration. The liner must be continuous, defects, and completely bonded to the shall be a minimum 3/16 inches at all minimum of two plugs per structure to thickness. without seams, free from any holes or existing structure. The liner thickness places. The Contractor shall furnish a permit the Engineer to verify the applied If continuous application of the fiberglass liner for the entire struc- ture cannot be made, such joints must be approved by the Engineer and shall be horizontal only and feathered for 2 inches minimum from the joint line. The in- place feathered portion shall be adequately primed with acetone immediately prior to resuming liner application, and otherwise prepared to receive the next section of lining with complete seal and bond to the in -place portion. 45 -2 MATERIAL (a) The liner shall be of fiberglass made of polyester resin and shall have the following characteristics: (1) General: Monomer Styrene Viscosity @ 77•F, poises 4.0 - 6.0 Specific gravity 1.09 - 1.11 Thixotropic index, 776F, minimum 2.5 (2) Unfilled costing 1/8" thick Barcol hardness 50 Flexural strength, 771F, psi 13,000 Flexural strength, 175•F, psi 4,000 Flexural modulus, 77'F, psi x 106 0.64 Flexural modulus, 175•F, psi x 106 0.16 Tensile strength, 771F, psi 9,000 Water absorption, °x6/24 hr at 77'F 0.11 Heat distortion temperature, .F 155 Specific gravity 1.20 Shrinkage, %6 by volume 7.8 45 -1 4/84 (3) Glass mat laminate 1/8" thick Barcol hardness 50/55 Flexural strength, 77•F, psi 27,600 Flexural modulus, 77'F, psi x 106 0.97 Tensile strength, 77'F, psi 17,900 Elongation, % 2.40 Izod impact, ft /!b /in., notched 9.0 Water absorption, W24 hr, 77•F 0.13 Glass content, %, minimum 30.0 (4) Gel Times, minutes, with catalyst Methyl Ethyl Ketone Peroxide (Ca H16 04) 60.5 04 active oxygen 11 %, specific gravity 1.1060 % MEK Minutes (a 77•F 0.30 27 0.50 18 1.00 12 2.00 -- (5) Roving - #447A continuous (Owens- Corning), specification RC. 43 (36), without tracer. Moisture solids loss, fuzz, ribbonization, and stiffness indexes per Owens - Corning Fiberglass test limits of specification noted. (b) The liner material shall be resistant to the following: Oxidizing agents, Sulphuric, phosphoric, nitric, chromic, oleic, and stearic acids, Sodium and calcium hydroxides, Ferric sulphate, Petroleum oils and greases, Vegetable and animal oils, fats, greases, and soaps. (c) The completed liner membrane shall be impermeable to sewer gases and liquids and non - conducive to bacterial or fungus growth. (d) All installed liner membrane shall be free. from porosity and shall be spark tested by the Contractor in the presence of the Engineer. (e) The liner membrane shall have good impact resistance and constitute a structural insert reinforcing the existing deteriorated structure, and shall be capable of resisting a 15 psi back pressure applied to the under surface of the lining without rupture. (f) The lining shall be capable of repair at any time during its life- time. 4/84 45 -2 L FE 0 0 45 -3 INSTALLATION OF FIBERGLASS LINER MEMBRANE (a) Only workmen trained by and qualified as installers by the manufac- turer shall be used on the work. (b) Liner membrane coverage shall not be less than the minimum indicated on the Plans or indicated in these Specifications. (c) Catalyst shall be varied to manufacturer's recommendations if liner application is carried on in foggy weather or under other special weather conditions. (d) On completion of the liner membrane,. residual "whiskers" shall be eliminated by finish brushing with the plastic resin and acetone to produce a smooth, workmanlike, high quality finish. (e) The Contractor shall take all necessary measures to prevent damage to installed liner membrane from equipment and materials used in or taken through the work. (f) All tools, excess materials, etc., shall be removed and the rehabili- tated structure left in a clean and presentable condition. 45 -3 4/84 • 47 -3 MANHOLE PREPARATION (a) SURFACE PREPARATION. All interior surfaces shall be water blasted to remove all deteriorated brick, concrete, or any existing coating until a good grade of brick or concrete is exposed. All grease or residue shall be removed during the surface preparation. Water blasting shall be performed by a high pressure water blaster with an adjustable pressure range of 500 to 3000 psi, maximum flow rate of 8 gpm, and capacity to utilize 210•F water. Debris from water blasting shall not be allowed to enter the sewer. (b) WATER TIGHTNESS. Prior to the application of mortar leveling course of plastic liner, fiberglass liner or polyurethane liner, the Contractor shall stop all leaks in the existing structure. The method of stopping these leaks shall be at the Contractor's option as approved by the Engineer. The District shall not be responsible for any approved method for stopping leaks which fails to meet the cri- teria. (c) MORTAR APPLICATION. Only after the preparation of the existing sur- faces have been approved by the Engineer shall the Contractor be allowed to apply the mortar leveling course. Mortar shall be applied in accordance with Subsection 23 -19 of the Standard Specifications to remove all surface irregularities and to provide a smooth surface on which to apply the plastic, fiberglass, or polyurethane liner. All surfaces shall be as dry as possible prior to installation of the liner. A mortar leveling course will be required an all brick manholes. On precast concrete manholes, mortar leveling course is not required unless indicated on the Plans or in the Special Provisions. 47 -4 INSTALLATION (a) FIBERGLASS LINING. Installation of the fiberglass lining shall be per Section 45, FIBERGLASS LINER, of the Standard Specifications. (b) POLYURETHANE LINING. All interior surfaces, including grade rings and shelves, shall be coated with polyurethane lining. The coating shall be to a minimum thickness of 125 mils or as noted on the drawings. Application of the lining shall be as specified by the manufacturer. The coating must be continuous, without seams, free from any holes or defects. The coating contractor shall furnish two plugs to permit measurement of the thickness. Only workmen trained by and licensed as installers by the manufac- turer shall be used. 47 -3 4/84 ;. M O O R E& TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS 4530 EAST LA PALMA AVENUE - ANAHEIM, CALIFORNIA 92807 (]141 ]]9 -2591 V oww or nc[ BAKERSFIELD August 2, 1985 Job No. 185 -41 Mr. Jack Norris Norris- Repke, Inc. 17662 Irvine Boulevard, Suite 7 Tustin, California 92680 TRENCH BACKFILL - PIPE ZONE BALBOA PENINSULA POINT SEWER IMPROVEMENT PROJECT NEWPORT BEACH, CALIFORNIA As an alternative to gravel or crushed rock, the on -site native sandy soils may be used as trench backfill within the pipe zone. If sand is used within the pipe zone, care must be taken to ensure that the backfill is adequately compacted below the haunches of the pipe. All backfill should be placed in accor- dance with the recommendations set forth in the "Trench Backfill" section of our Geotechnical Investigation report, dated June 20, 1985 (Job No. 185 -41). If there are any questions regarding this letter or the project, please contact our office. MOORE & TA�k� B �A ER Jon M. Everett Geotechnical Engineer JME /JJW /bp Distribution: (2) Addressee -17- 4 v , James J. Weaver Registered Civil Engineer 32316 M O O R E& TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS 4530 EAST LA PALMA AVENUE • ANAHEIM, CALIFORNIA 92807 • 1714! 779 -2591 fit• , or.cn orr�u 0 A0. ERSf1EL0 H7-T GEOTECHNICAL INVESTIGATION Balboa Penninsula Point Sewer Improvement Balboa Boulevard Between A and G Streets Newport Beach, California CLIENT Norris -Repke Inc. 17662 Irvine Boulevard Suite 7 Tustin, California 92680 June 20, 1985 Job No. 185 -41 M O O R E& TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS Table of Contents GEOTECHNICAL INVESTIGATION Page INTRODUCTION Proposed Construction . . . . . . . . . . . . . . . . . 2 Scope of Study . . . . . . . . . . . . . . . . . . . . 2 FIELD AND LABORATORY INVESTIGATION Field Reconnaissance . . . . . . . . . . . . . . . . . 3 Subsurface Exploration . . . . . . . . . . . . . . . . 4 Soil Testing . . . . . . . . . . . . . . . . . . . . . 4 SITE CONDITIONS Surface Conditions . . . . . . . . . . . . . . . . . . 5 Earth Materials . . . . . . . . . . . . . . . . . . . . 5 Groundwater . . . . . . . . . . . . . . . . . . . . . . 6 DESIGN RECOMMENDATIONS Nomenclature . . . . . . . . . . . . . . . . . . . . . 6 Pipe Zone . . . . . . . . . . . . . . . . . . . . 6 Above Pipe Zone . . . . . . . . . . . . . . . . . 6 Street Zone . . . . . . . . . . . . . . . . . . . 6 Material Categories . . . . . . . . . . . . . . . . . 6 On -Site Backfill . . . . . . . . . . . . . . 6 Crushed Rock or Gravel Backfill . . . . . . . . . 7 Bearing Capacity . . . . . . . . . . . . . . . . . . . 7 Uplift . . . . . . . . . . . . . . . . . . . . . 7 Bedding Requirements - Pipe Zone . . . . . . . . . . . 8 Trench Backfill . . . . . . . . . . . . . . . . 8 Pipe Zone Backfill . . . . . . . . . . . . . 8 Above Pipe Zone Backfill . . . . . . . . . . . . . 8 Street Zone Backfill . . . . . . . . . . . . . . . 9 Pavement Subsealing . . . . . . . . . . . . . . . . . . 9 Concrete Corrosion . . . . . . . . . . . . . . . . . . 9 Metallic Corrosion . . . . . . . . . . . . . . . . . . 9 Job No. 185 -41 - June 20, 1985 -i- M O O R E& TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS Table of Contents (cont'd.) Page CONSTRUCTION CONSIDERATIONS AND SPECIFICATIONS Dewatering . . . . . . . . . . . . . . . . . . . 9 Excavation Difficulty . . . . . . . . . . . . . . . 10 Temporary Slope Stability . . . . . . . . . . . . . . . 10 Shoring . . . . . . . . . . . . . . . . . . . . . . . . 10 CLOSURE APPENDIX A - FIELD RECONNAISSANCE DATA APPENDIX B - FIELD EXPLORATION APPENDIX C - LABORATORY TESTING Job No. 185 -41 - June 20, 1985 -ii- • 0 M O O R E& TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS GEOTECHNICAL INVESTIGATION INTRODUCTION This report presents the results and recommendations of our geotechnical investigation for the proposed Balboa Penninsula Point Sewer Improvement Project in Newport Beach, California. The purpose of our study was to evaluate the general soil and foundation conditions along the project alignment and provide recommendations to aid Norris- Repke, Inc. in the preparation of project plans and specifications. Proposed Construction The project will include construction of a new sewer main along Balboa Boulevard from A to G Streets and abandonment of the existing county and city sewer systems. Also included in the project will be installation of pavement subsealing along the existing sewer alignments. We understand that preliminary plans call for the use of 12 -inch diameter PVC pipe for the proposed sewer main. Scope of Study Our investigation included field reconnaissance, subsurface exploration, soil sampling, laboratory testing, engineering analyses, development of design recommendations and preparation of this report. The scope of our study included performance of the following tasks: 1. Review the Balboa Penninsula Point Sewer Improvement Study for the City of Newport Beach, dated February, 1985, by G.P.S., Inc. 2. Reconnoiter site and lay out test borings. Perform walk -over of project area to identify areas of distressed pavement and to select pavement coring locations. 4. Drill four test borings to depths ranging from 12 to 20 feet in proximity of planned improvements and continu- ously log and classify substrata. Job No. 185 -41 - June 20, 1985 -2- M O O R E & TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS 5. Perform nine pavement corings to check for presence of void space below existing pavement. 6. Obtain in -place and loose (bulk) samples of substrata from test borings. 7. Conduct laboratory tests on representative soil samples to provide a basis for design recommendations. 8. Analyze and interpret field and laboratory test results. 9. Evaluate earth materials at the boring locations along the pipeline alignment, including observation of groundwater level at the time of drilling. 10. Evaluate groundwater effects and the necessity for dewatering during construction. 11. Develop practical recommendations for pipeline design, including allowable bearing pressures for appurten- ances, lateral earth pressures, pipe bedding, trench backfill, and resistance to uplift. 12. Evaluate corrosion potential of foundation soils. 13. Present comments and recommendations for construction specifications and considerations, including trench excavation, temporary slopes and shoring, and pavement subsealing. 14. Prepare written report documenting the work performed, physical data acquired and geotechnical design recom- mendations. FIELD AND LABORATORY INVESTIGATION Field Reconnaissance The field reconnaissance portion of our study was completed in April, 1985 and consisted of a walk -over of the project area to identify areas of distressed pavement and subsequent drilling of core sections through concrete sidewalks and driveways. Both sides of Balboa Boulevard between A and G Streets were traversed on foot and a search was made for pavement distress which appeared to have resulted from loss or subsidence of pavement subgrade. After the walk -over was completed, nine 12 -inch Job No. 185 -41 - June 20, 1985 -3- 0 MOOR E & TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS diameter corings-were made through the pavement to enable examin- ation of the slab subgrade for void spaces. In addition, the subgrade soils were probed with a 3/8 -inch diameter metal rod, pushed by hand, to qualitatively evaluate their density. A description of the conditions encountered at each coring is pre- sented in the table in Appendix A of this report. Coring locations are shown on the Location of Field Tests Plan in Appendix B, page B -4. Subsurface Exploration The subsurface exploration was completed in April, 1985, and consisted of drilling one eight -inch diameter hollow -stem auger boring and three 4.25 -inch diameter rotary wash borings to depths ranging from 12 to 20 feet to obtain representative soil samples and enable evaluation of subsurface conditions. Details concerning the drilling operations are given on the Test Boring Logs in Appendix B, pages B -1 through B -3. Approximate boring locations are shown on the Location of Field Tests Plan, page B- 4. Both bulk and in -place soil samples were obtained from the borings for laboratory testing and examination. The in -place samples were obtained from the borings by means of a 2.5 -inch I.D. ring sampler driven by a 140 -pound weight dropping approxi- mately 30 inches. Sample depths and penetration rates are shown on the attached Test Boring Logs. Approximate ground elevations at the boring locations were estimated from preliminary profile plans contained in the previously referenced Balboa Penninsula Point Sewer Improvement Study, dated February, 1985. The drilling and sampling operations were performed under the direct supervision of a geotechnical engineer, who also logged the borings and prepared the samples for subsequent exam- ination and laboratory testing. Soil Testing Earth materials were visually classified in the field according to the Unified Soil Classification System by careful examination of the samples and continuous observation of the boring returns. A description of this classification system is presented at the front of Appendix B. Laboratory tests were performed to provide a basis for design recommendations. Representative samples retrieved from the borings were tested to evaluate moisture content, dry density, maximum density, shear strength, soluble sulphates, Job No. 185 -41 - June 20, 1985 -4- I 0 MOORE & TABER 0 GEOTECHNICAL ENGINEERS AND GEOLOGISTS permeability, hydrogen sulfide, corrosivity, sand equivalent, and grain size distribution. Test results and descriptions of the laboratory testing procedures are presented in Appendix C. The results of the moisture - density tests are shown on the Test Boring Logs. SITE CONDITIONS Surface Conditions The project area is located in a residential area along Balboa Boulevard. The terrain along the sewer alignment is essentially flat and is covered with asphalt and Portland cement concrete pavement. Slab thicknesses varied from two to five inches in sidewalks and driveways and from about eight to nine inches in Balboa Boulevard and side streets. Distress was observed in much of the pavement in the project area. Sidewalk and driveway slabs were cracked in many areas and evidence of slab settlement was also very apparent. In general, most of the sidewalk and driveway distress was concentrated along the north side of Balboa Boulevard and appeared to be the result of subsidence or loss of pavement subgrade. Void spaces were observed beneath the pavement at most of the coring locations. Balboa Boulevard and the adjoining side streets contain numerous large cracks, some of which have been patched with seal- ing material. Large void spaces were observed beneath the pavement at Test Boring 3 at Balboa Boulevard and E Street. Surface drainage along the sewer alignment is generally poor. There was no evidence of an existing storm drain system. A more complete description of the pavement and subgrade conditions encountered at the coring locations is presented in the table in Appendix A. Both overhead and underground utilities are present through- out the project area. Earth Materials The earth materials encountered in the test borings and pavement corings generally consist of fine to coarse grained beach sand of Holocene age. A thin layer of silty clay fill was observed beneath the pavement at Test Boring 1. Interlayered Job No. 185 -41 - June 20, 1985 -5- • M O O R E & TA 6 E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS deposits of shell fragments were encountered in all test borings. A more complete description of the earth materials encountered is presented on the Test Boring Logs. Groundwater Saturated soils were encountered in soil samples below approximately elevation 0 at each of the test borings. In addi- tion, caving occurred up to about elevation +4 at each boring following the removal of the auger or drilling fluid. Ground- water seepage was observed at about elevation +3.5 after the drilling fluid was bailed from Test Boring 3. These conditions indicate that the groundwater table was between elevations +3.5 and 0 during our drilling operations. However, it should be realized that the groundwater level fluctuates in response to tidal changes in the area. DESIGN RECOMMENDATIONS Nomenclature The following terminology has been utilized in this report for the purpose of presenting design recommendations for pipe trench excavation and backfill. Pipe Zone - The pipe zone includes the full width of the trench to a horizontal level about twelve (12) inches above the chop of the pipe. Above Pipe Zone - The above pipe zone is the full width of the trench above the pipe zone to a horizontal level thirty (30) inches below the street pavement section. Street Zone - The street zone is the upper thirty (30) inches of trench backfill immediately below the street pavement section. Material Cateaories Pipe design recommendations presented herein are based on the utilization of the following types of backfill materials. On -Site Backfill - Any excavated on -site non - organic material can be used for backfill if free of trash or debris, vegetation or other deleterious matter. Job No. 185 -41 - June 20, 1985 -6- 9 0 M O O R E& TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS Permeable Backfill - Permeable material utilized for trench backfill should meet the following gradational limits. It should be noted that these limits conform to Caltrans specifications for Class 2 permeable material. sieve Sizes 2 Inches 1 -1/2 Inches 1 Inch 3/4 Inch 3/8 Inch No. 4 No. 8 No. 30 No. 50 No. 200 Bearing Capacity Permeable Backfill % Passing ------------ - - - - -- 100 90 -100 40 -100 25 -40 18 -33 5 -15 0 -7 0 -3 Test borings and laboratory strength tests indicate that natural soils will have adequate bearing capacity to support the proposed pipeline. The weight of the pipe and the application of compacted fill over the pipe will not result in any significant increase from the present overburden. Consequently, no appreci- able settlement is anticipated. Pipeline appurtenant structures may be designed for a maximum allowable bearing pressure of 1500 psf. No appreciable settlement is anticipated with this bearing pressure. Uplift Groundwater was encountered between elevations +3.5 and 0 during our field investigation. Since preliminary profiles show the invert of the proposed sewer below elevation 0, it is likely that uplift will be an important factor in design. Uplift may be resisted by utilizing the dead weight of the pipe and any protective cover and the shear strength of the sur- rounding soil (backfill). The ultimate frictional resistance may be determined by using the following parameters. Job No. 185 -41 - June 20, 1985 -7- r� MOORE & TABER Unit Weight Above Groundwater Level Below Groundwater Level Angle of Internal Friction (degrees) 11 GEOTECHNICAL ENGINEERS AND GEOLOGISTS Natural Soils and On -Site Backfill Bedding Requirements - Pipe Zone 120 65 32 Crushed Rock or Gravel Backfill --- ----- - - - - -- 130 75 40 In order to provide a smooth, firm and uniform foundation for pipelines, it is recommended that pipes be bedded on crushed rock or gravel. The bedding thickness, shaping and placement should be as necessary to satisfy design requirements as deter- mined by Norris - Repke, Inc. Trench Backfill All native excavated soils may be used for backfilling. All trench backfills should consist of approved earth material, free of trash or debris, vegetation or other deleterious matter. Max- imum density should be determined by Test Method No. California 216. The fill should be brought up on each side of the pipe simultaneously to avoid unbalanced loads. If granular backfill with a sand equivalent in excess of 30 is used and adequate drainage is available, flooding can be used to provide compaction. However, to obtain the required degree of compaction, flooding may have to be augmented by some mechanical or vibratory compaction. Laboratory testing indicates most of the granular soils within the proposed excavation will have a sand equivalent in excess of 30. Pipe Zone Backfill - All backfill within the pipe zone should consist of gravel or crushed rock meeting the gradational limits presented in the preceeding section of this report. Above Pipe Zone Backfill - The above pipe zone backfill may consist of any approved earth material compacted to a minimum 90 percent of maximum density. It is assumed that the above pipe zone backfill will be composed of excavated on -site granular soils. Job No. 185 -41 - June 20, 1985 -8- 0 0 M O O R E& TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS Street Zone-Backfill - The street zone backfill may consist of any approved earth material compacted to a minimum 95 percent of maximum density. It is assumed that the street zone backfill will be composed of excavated on -site soils. Pavement Subseali As noted previously in this report, void spaces were observed beneath pavement throughout the project area. The voids appeared to be the result of subsidence of subgrade soils. Therefore, we concur with the recommendation made by G.P.S., Inc. in their Balboa Penninsula Point Sewer Improvement Study dated February, 1985, that the pavement over existing sanitary sewers should be subsealed per Caltrans specification, Section 41. Concrete Corrosion Chemical analysis of the native soils shows only a very slight concentration of soluble su ph tes and chlorides. Conse- quently, no special Portland cement-need be used in construction of concrete pipes or other concrete structures due to sulphate and chloride attack. Metallic Corrosion Laboratory tests show that the foundation soils exhibit a very low electrical resistivity. This condition may indicate a highly severe corrosive environment for buried metal. If this is considered critical, it may be prudent to consult a corrosion expert regarding material types and /or design protection for the proposed improvements. CONSTRUCTION CONSIDERATIONS AND SPECIFICATIONS Dewateri As noted in the "Groundwater" section of this report, groundwater was encountered between elevations +3.5 and 0. Since the proposed pipe invert will be located between elevations 0 and -4, it is very likely that some dewatering measures will be required during construction. The dewatering system should be selected and implemented by the contractor. Permeability tests were run on two representative samples, the results of which appear in Appendix C. Job No. 185 -41 - June 20, 1985 -9- MOORE & TABER Excavation Difficul 0 GEOTECHNICAL ENGINEERS AND GEOLOGISTS No hard drilling was encountered in the test borings. Con- sequently, no significant difficulty is anticipated with excavation operations. Temporary Slope Stability Where construction is to take place in any open, unsup- ported, adequately dewatered excavation, the recommended maximum slope gradient is 2:1 (horizontal to vertical). Temporary slopes are not advised unless groundwater is lowered below the bottom of the excavation, since excessive seepage could lead to unstable earth conditions. Moisture variation, differences in cohesive characteristics or coarseness of the deposits may require slope flattening or, conversely, permit steepening of the cut at some locations. Shoring The recommended lateral earth pressure against cantilevered or braced sheeting can be determined from Figures 1 and 2. The curves are based on average soil conditions. In addition, any surcharge (live or dead load) located within a 1:1 plane drawn up from the base of the shoring should be added to the indicated earth pressures. The necessary depth of penetration of isolated soli er piles or solid sheet piles to resist the lateral loading can be evaluated by using an ultimate passive resistance of 70OZ psf or 40OZ psf, respectively. In these expressions, Z repre- sents the depth below the trench bottom in feet. Since these values are ultimate, an appropriate safety factor (minimum 1.5) should be incorporated into the design. It should be noted that design lateral pressures are given only for a balanced water condition with the water level drawn below the bottom of the excavation. This condition assumes that the vicinity of the excavation has been adequately dewatered such that free water levels during construction are kept below the bottom of the shoring and pore water pressures in potential failure zones area not positive. All unsupported construction slopes and shoring systems must meet the requirements of this report or Cal -OSHA, whichever is the more stringent. Job No. 185 -41 - June 20, 1985 -10- • • M O O R E& TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS FIGURE 1. RECOMMENDED EARTH PRESSURE AGAINST CANTILEVERED SHORING IN GRANULAR SOILS Balanced Water Condition (groundwater below bottom of sheeting) Job No. 185 -41 - June 20, 1985 -11- M OO R E & TA 8 E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS FIGURE 2. RECOMMENDED EARTH PRESSURE AGAINST MULTI - BRACED SHEETING IN GRANULAR SOILS 21H1 Balanced Water Condition (groundwater below bottom of sheeting) Job No. 185 -41 - June 20, 1985 -12- M O O R E & TA B E R GEOTECHNICAL ENGINEERS AND GEOLOGISTS CLOSURE This report is based on the project as described and the information obtained from a limited number of exploratory borings at the locations indicated on the plan. Our findings are based on the results of the field investigation, laboratory tests, and office analyses, combined with an interpolation and extrapolation of soil conditions between and beyond the borings. The results reflect our interpretation of the limited direct evidence obtained. Our firm should be notified of any pertinent change in project plans. If foundation conditions are found to differ from those described herein, it may require a revaluation of the recommendations. Our recommendations for this site are, to a high degree, dependent upon proper quality control of trench backfill placement. Consequently, our recommendations are made contingent upon the opportunity for Moore & Taber to observe grading operations backfill placement for this phase of construction. If parties other than Moore & Taber are engaged to provide such services, they must be notified that they will be required to assume complete responsibility for the geotechnical phase of the project by concurring with the recommendations in this report or providing alternative recommendations. This report has not been prepared for use by parties or projects other than those named or described above. It may not contain sufficient information for other parties or other pur- poses. It has been prepared in accordance with generally accepted geotechnical practices and makes no other warranties, either expressed or implied, as to the professional advice or data included in it. MOORE & TABER Jon M. E erett Geotechnical Engineer JME /JJW /sjd T iewed b James J. Weaver gistered Civil Engineer 32316 Distribution: (6) Copies to Client Attention: Mr. Jack Norris Job No. 185 -41 - June 20, 1985 -13- F U� a w Iq O .J S N U) .Q 41 a • i = w ..a ro� o fJ� �4 ri 4.) t-i •.-I 11 = t� p pp NN Oo O NN p OO SN.I Sl In 6t�o $roN r-I +J 3 w 44 w CO o(`4 iqz� 3 ,u rTi +� �n S • . t� '.('�jl�j 3 5 w O °' . ) � W EQ 44 44 404 w 2 W w v N U E i% UO [ >1 4 b W 43 ro N m l cn ro NN ggN � � N N Ol U) ro ?, £ X N o' N b b N N ro .-1 •Cy C U) 0 J rt O 3Q�21 7.1 pgg�� N .R '6 yy�1� •N p N �3�y .I N Ni N 0 2T Sri •r1 <T 'O ri a U N >1 4-3 > 4J ! t� 2 H 0) 1�1 m N Q CWC rtt x _ � .Ui C a• ul 1.f1 ry Q) rn m. � a) cy) $x� J $mod fr ° o 0 o w o 0 0 0 0 0 C� $ $�y �o}+ $ ate} o r o W N O) W 00 W LI O S-1 N L1 N LI .-1 it O 1.1 8.9 Job No. 185 -41 - June 20, 1985 A -1 • n 9 9 N 'dC O O N NN N S14 N 7 fir, a (T 14 .� N w �UN SUN En s 7N5 .-i .. o N 8 ro U N N N { 0 44 44 3 a � Ea 4J H U -P ro b �N •QrC}l y�41 O � .-Oi U8J)1 ^pi ..-I ...1 'O Ul w 4 •0 E N tr' N 49 0 rt ?a m (D wO 1-4 N 4N � 3 0 f N N O 'O O N y pg� g�• m rt3 Qrl 'U U N M ro a N N r U m m Ln v ,1 ✓r X ro -P ro � 9 v� �, N 4J 'O W 44 �j QaNCC)) 1{ C o N . .�U m M U .A M-1 8 2 In, .-1 U C 15- Job No. 185 -41 - June 20, 1985 A -2 M U U H 1= * A B E R CONSULTING ENGiNEE46ND GE0LCG1STS UNIFIED SOIL CLASSIFICATION Pt OH I CH I MH I OL I CL I ML SC SM SP I SW GC I GM I GP I GW Hard Sandy silt or ®Metamorphic Sands with fines Clean sands Gravels with fines Clean gravels Highly Silts and clays Slits and clays >12% fines <5 %fines >12%fines <5%aflnes organic "pis Liquid llrnit greater than 50 - Liquid Iimlt less than 50 Sands -more than 50 %of coarse Gravels- mort than 50%of coarse fraction Is smaller than N94 sieve. fraction is larger than N94 sieve. Fine grained soils (More than 50% is smaller than N9 200 sieve) Coarse grained soils ( More than 50 % is larger than NQ 200 sieve) L x5c tx U f a J ap LABORATORY CLASSIFICATION CRITERIA 2 GW and SW- Cu= greater than 4 for GW a 6 for SW; Cc= (D Dec between I a 3. DID D ro GPond SP -Clean gravel or sand not meeting requirements for GW and SW. GMond SM- Atterberg limits below W line or P 1. less than 4. GC and SC- Atterberg limits above 'T line with P. I. greater than 7. Fines (silt or clay) Fine 7ond Medium sand Coar sj sand I Fine gravel Coarse gravel Cobbles Boulders Sieve silts p ♦ • •n �^ Sandy clay or clayey sand o ro D .q O 90 IW Classification of earth materials shown on this sheet is based on field inspection and LIQUID LIMIT should not be construed to imply laboratory analysis unless so stated. MATERIAL SYMBOLS Very soft ®Gravel Peat ar �x organic matter Soft Sand "Fill material Silt ® Shale ® Clay Sandstone Sandy clay or clayey sand Limestone Hard Sandy silt or ®Metamorphic Very hard silty sand rock Silty clay or clayey silt Igneous rock LEGEND OF BORING Bulk sample Drive 5' sample 1 cws Casing Set lo- 16 I' r / Very soft • • r . r r ry. Lr 1I Soft 11 -20 ..... III" Ilia Compact Very stiff 36-70 Con Hard >70 Very dense I B )go CONSISTENCY CLASSIFICATION FOR SOILS According to the Standard Penetration Test N2 of blows I Granular I Cohesive 0-5 Very loose Very soft 6 -10 Loose Soft 11 -20 Semicompact Stiff 21 -35 Compact Very stiff 36-70 Dense Hard >70 Very dense Very hard LEGEND OF PENETRATION TEST 15 24 30 35 11 = G.W.S. 5 27 3e 49 BI CAWS pe t 0 0 a B.P.F. Using 1 Ih hammer wit 10 Graphic representation c 3d d w) 0 driving rate. bl If 1 A t$ t h[ CVNSU�TiNG EN *NS ANU T FST RORI NG LOG TYPE 8" 0 Hollow -Stem Auger JELEVATION r-J+5 ISORING B -1 P.C.C. 1 FILL: Mottled gray and brown SILTY CLAY Bag with SAND SW NATIVE ?) : Tan fine to medium S ND 103 23.1 29 2.5 2 5 SP Gray - brown, mottled black, fine SAND Bag 3 ... shell fragments 10 Bag 4 if F NOTES: 1. Boring caved to 3.5' after auger removed 2. Boring backfilled and patched with A.C. 5 -2 -85 THIS 8ORI NO LOG SUMMARY APPLIES ONLY AT THE TI ME AND LOCATION INDICATED. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND TIMES. „ iu c • o � a " a r �> Eu LOGGED BY JME DATE 5 -2 -85 17 Job No. 185 -41 - June 20, 1985 B-1 MVUHjr IAt1tK CONSULTIN"tE "I HS ANU tVLVVUIp TEST BORING LQG TYPE 4.25" 0 R tary Wash JELEVATION A) +5 113ORING B -2 9" P.C.C. Pavement 5. Sw Tan fine to medium SAND with shell 19 2.5 1 fragments 5 106 20.2 23 2.5 2 .. interlayered gray fine SILTY SAND 4 27 2.5 3 s S . increasing coarse SAND . numerous shell fragments 10 106 23.9 24 2.5 4 31 2.5 5 ,. increasing interlayers fine SILTY SAND 107 20.6 25 2.5 6 15 30 2.5 7 5 5 .. layer of coarse shell fragments 20 107 20.9 32 2.5 8 NOTES: 1. Boring caved to 4.5' inyrediatel after drilling, fluid was balled (1v10 :00 am) 2. No change after 5 hours 3. Boring backfilled and patched with P.C.C. 5 -9 -85 g THIS BORING LOG SUMMARYAPPLIES ONLY AT THETIME i ig z AND LOCATION INDICATED. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND TIMES. LOGGED BY JME DATE 5 -9 -85 i8 Job No. 185 -41 - June 20, 1985 B -2 MOOR* TA B E R coNsuLTING ENGIN08 AND GEOLOGISTS T FST RORI NG LOG TYPE 4.25" 0 Rotary Wash JELEVATION ti+5 JOWING B 8" P.C.C. pavemnt 2" void space extending in all It SW 7 2.E 1 directions 104 19.9 17 2.5 2 5 SW ... coarse SAND and shell frag ents 23 2.5 3 . Tan fine to medium SAND with roots 105 20.2 15 2.c 2 5 ... coarse SAND and shell fragments NOTES: 20 2. c 3 103 24.2 27 2.E 4 10 %. 1. Boring caved to 4.5' immediately IS �. SM Gray -tan fine SILTY SAND with shell 2. Boring backfilled and patched fragments 35 2.E 5 .5 with P.C.C. 5 -9 -85. 109 19.6 20 2.1 6 15 Tan fine to medium SAND with shell SW r g J 24 THESE BORING LOG SUMMARIES APPLY ONLY AT THE TIME fragments NOTES AND LOCATION INDICATED. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND TIMES. LOGGED BY jmE DATE 5 -9 -85 1. Boring caved to 5.5' after drill - On 43 _ i e �� 20 ing fluid was bailed. 2. Seepage seen at about 3.5'. 3. Boring backfilled and patched with P.C.C. 5 -9 -85. T F ST BORING LOG TYPE 4.25" 0 Rotary Wash JELEVATION % +5 JBIDRING B -4 8.5" P.C.C. pavement Tan fine to medium SAND It SW 30 2.5 1 104 19.9 17 2.5 2 5 ... coarse SAND and shell frag ents 23 2.5 3 ... increasing medium to coarse SAND 30 2.5 4 IO . NOTES: 1. Boring caved to 4.5' immediately IS after drilling fluid was bailed. 2. Boring backfilled and patched with P.C.C. 5 -9 -85. go- r g J 24 THESE BORING LOG SUMMARIES APPLY ONLY AT THE TIME AND LOCATION INDICATED. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND TIMES. LOGGED BY jmE DATE 5 -9 -85 On 43 _ i e �� 19 Job No. 185 -41 - June 20, 1985 B -3 I h ri b / � Z a a v b � Q o � Z 0 � b j 0 0 LABORATORY TESTING Samples taken from the borings were tested to evaluate in- situ moisture content and dry density, shear strength, sand equivalent, permeability, compaction characteristics, concentra- tion of soluble sulphates, corrosivity, and hydrogen sulfide. The in -situ moisture - density test results are shown on the Test Boring Logs while other test results are presented on pages B through C. Briefly, these tests were conducted as follows. Strength characteristics of the foundation soils were evaluated in the laboratory by direct shear tests perform on a representative undisturbed sample. The sample was soaked and tested under several different normal loads in a 2.5 -inch I.D. circular shear box using a controlled displacement rate of 0.04 - inch per minute. Sand equivalent tests were performed on two (2) representa- tive samples in accordance with ASTM Test Method 2419. The concentration two (2) representative California 417 -A. Corrosivity tests determine the minimum tests were conducted in 643C. of soluble sulphates was determined for samples in accordance with Test Method were performed on two (2) samples to resistivity and pH of the soils. These accordance with Test Method California A compaction test was performed on a representative sample in order to determine the maximum dry density and optimum mois- ture content of representative soils. The laboratory test was carried out in accordance with Test Method California 216 -F. Falling head permeability tests were performed on two repre- sentative samples in accordance with Test Method California 220. A qualitative test for the presence of hydrogen sulfide was performed on Sample 1 /1. In the test, a piece of filter paper was soaked in a solution of lead acetate and water. The filter paper was held over the soil sample as the soil was heated. If hydrogen sulfides were present in the groundwater, the filter paper would have turned black as the water in the soil was driven off. Since the paper did not turn black, it was concluded that hydrogen sulfide was not present. Job No. 185 -41 - June 20, 1985 C -1 .2! I • Boring No./ Sample No. 1/1 3/3 Boring No./ Sample No. 2/8 3/6 • SAND EQUIVALENT TESTS Test Method ASTM 2419 Sand Equivalent 78 88 PERMEABILITY TESTS Test Method Job No. 185 -41 - June 20, 1985 Coefficient of Permeability, K --------------- (feet per day) 12.5 18.0 [tea M U U H t• 1 A t7 t H OONGULTING ENGINEIOANO GEOLOGISTS SOIL TEST RESULTS ,,)3 Job No. 185 -41 - June 20, 1985 C -3 f i I I i � I j I (n Y 1 lOf1 U+ U U rn o 0 Q1 N vi N r+ N j rn y oz O O 7f11 I 1i N VJ Ui N .-I j O v u 1 u a OU M N I N r 11 I ya tN O I ro m J E CT s 1 Z o f In i� NI ai in� a c yr a NI Imo' 1 N' °ir I 1 j l _ o 1 IV d to H C f Q V) 0) O 0 V1 1nj rn In N F- d Q J W L U C C L X N y to U F- s- i L L F-- v Ql G1 W e6 Y U1 VI 1� ro 6 D 1 N +� w W , J C In d Z rJ-. Q r O 41 L C F-- - F- O O z r v> 0 In v v 40 c > r to ro N N ro J N to U r Z: 2 � ••. v E N �n Z •� r 1n C O rn 0 C> L? W w +� y EE E x - r ro ¢ 0 •0 f In .. oc .- L ro y r a •� c al CL C w O WC) ? N O QI .- C O X C C L X O d 2 2 O Q ..Ci F- Z d O Q U w .--I w O. W U K 2 U fn ,,)3 Job No. 185 -41 - June 20, 1985 C -3 � Job 0o^ 185~41 - June 20/ 1985 owns OEM INN EWEN mom SEEN MWOM Job 0o^ 185~41 - June 20/ 1985 r _ October 8, 1985 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 PUBLIC WORKS DEPARTMENT 714 - 644 -3311 Edmond J. Vadnais ��� 1 General Contractor 505 Lomas Santa Fe Drive, #270 Solano Beach, CA 92075 SUBJECT: BALBOA PENINSULA POINT SEWER REPLACEMENT 2497 Title of Project Contract No. Gentlemen: The City Council may award the subject contract to you on October 15, 1985. Enclosed are four copies of the contract documents. Four copies each of the follow- ing documents shall be executed: Payment Bond (pages 8 and 9) Faithful Performance Bond (pages 10 and 11) Certificate of Insurance and Endorsements (pages 12, 13, and 14) Contract (pages 15 and 16) The date of the contract is to be left blank since it will be dated when the City executes the contract. The distribution of executed contract documents will then be (1) City Clerk, (2) Engineer, (3) Contractor, and (4) Bonding Company. Note that the enclosed contract documents are the only forms acceptable to the City for this purpose. The Standard Specifications require that you sign and file with the Engineer a Worker's Compensation Insurance certificate. You may execute and return the enclosed Workers' Compensation Certificate to satisfy this requirement. All of the executed documents mentioned above shall be returned to the Engineer c/o Public Works Department, City of Newport Beach, 3300 West Newport Boulevard, P.O. Box 1768, Newport Beach, California 92658 -8915, within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of mailing. Very truly yours, L yd R. Dalton Project Engineer Enclosures P.S. You may process the contract documents prior to October 15 at your own risk. 3300 Newport Boulevard, Newport Beach co (D w m £ m o 0 T w (D v m m D j w w C) N O J (D w <•r v _o n 3 N .A V V l r) -0 c, --h O T w O S+ o o T r < n n w T D £ S 3 a N o n�•£TTw � (•r rD v a M= (TD O O O O (D ~ N %a N S O (D T (D n < 3 c O • N w m T 3 0 (D O -•'0 < 3 O O 0 n N O p N < O O (D 0 O to tit T T O N [? Y 0 0 S 7 0 0 0 D w n N C O m 7 D In D n ¢ T o (D -.0 O (D c+ N w c O 7C T 3 w a D n 7 O a w n d N V N fD w O o nw S :3r -+ C* c (" tD c nT•�m 0 3 3 o r T b n Q w �e o o T n l< c C+ i w O 3�n a n D N N O C T n ( S 0 THE ENCLOSED CONTRACT CONTAINS CERTA INSURANCE REQUIREMENTS WHICH MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY I 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." 0 • • 0 TO: CITY COUNCIL FROM: Public Works Department 0 SUBJECT: BALBOA PENINSULA POINT SEWER REPLACEMENT (C -2497) ECOMMENDATION: October 15, 1985 CITY COUNCIL AGENDA ITEM NO. F -3(b) BY THE CITY COUNCIL CITY OF NEWPORT BEACH OCT 151 °35 APPROVED Award Contact No. 2497 to Edmond J..Vadnaisrfor the total price of $647,437.57 and authorize the Mayor and the City Clerk to execute the contract, all subject to execution of a cooperative agreement by County Sanitation District No. 5. of Orange County. DISCUSSION: At 11 :00 A.M. on October 3, 1985, the City Clerk opened and read the following bids for this project: The low bid is 4% above the Engineer's estimate of $620,000. The low bidder, Edmond J. Vadnais, has not performed previous contract work for the City; however, a check with his experience referents and with the State Contractor's License Board has indicated that Vadnais (1) has successfully per- formed a wide variety of difficult public works projects in Southern California, and (2) has no actions pending against his contractor's license, respectively. Contract 2497 includes the construction of approximately 6,450 linear feet of sewer main and laterals (including dewatering), 72 cleanouts and 9 manholes, plus grinding, subsealing and placement of an asphalt overlay on •Balboa Boulevard between B and G Streets (see attached exhibit). In addition, the contractor is required to find approximately 70 house laterals of unknown location and to abandon (demolish and remove, or backfill) all existing sewer facilities. Under the contract, the Sanitation District's and the City's parallel mains will be replaced with a single main located near the center of Balboa Boulevard; hence, the need for almost 4,000 linear feet of sewer lateral BIDDERS TOTAL PRICE Low Edmond J. Vadnais $647,437.57 2. John T. Malloy & John T. Malloy, Inc. 673,950.00 3. Matt J. Zaich & Sons Inc. 677,160.00 4. Thibodo Construction 718,974.00 5. George Dakovich & Son, Inc. 723,000.00 6. C K Pump & Dewatering Corporation 786,625.00 7. Monarch Construction of Orange 795,726.00* *Corrected total price is $795,006. The low bid is 4% above the Engineer's estimate of $620,000. The low bidder, Edmond J. Vadnais, has not performed previous contract work for the City; however, a check with his experience referents and with the State Contractor's License Board has indicated that Vadnais (1) has successfully per- formed a wide variety of difficult public works projects in Southern California, and (2) has no actions pending against his contractor's license, respectively. Contract 2497 includes the construction of approximately 6,450 linear feet of sewer main and laterals (including dewatering), 72 cleanouts and 9 manholes, plus grinding, subsealing and placement of an asphalt overlay on •Balboa Boulevard between B and G Streets (see attached exhibit). In addition, the contractor is required to find approximately 70 house laterals of unknown location and to abandon (demolish and remove, or backfill) all existing sewer facilities. Under the contract, the Sanitation District's and the City's parallel mains will be replaced with a single main located near the center of Balboa Boulevard; hence, the need for almost 4,000 linear feet of sewer lateral 9 0 October 15, 1985 Subject: Balboa Peninsula Point Sewer Replacement (C -2497) Page 2 isconstruction across this wide street. The District will contribute approxi- mately 53% toward design and total construction cost, then transfer ownership of their facilities to the City upon completion of construction. The transfer is desired so that the City will own and operate all local sewer collection systems on the peninsula; and the District will own and operate only trunk mains, pumping facilities, and pressure mains. The agreement to share total contract costs and to then transmit the system to the City was executed by the City and returned to the District on September 17. The District's Board will consider the agreement on October 16. Upon award by City and execution of agreement by District, staff will notify Vadnais to proceed with the contract and invoice the District for its portion of design and award of contract costs. Plans and specifications were prepared by Norris - Repke, Inc., Consulting Civil Engineers and Land Surveyors. Norris' design fee was $40,330. The District's share of design and award of contract costs will therefore be $363,143.13. A final accounting of actual design and construction costs will be performed at the completion of construction, and an adjustment will then be made to the District's billing. • Funds for award are proposed from the following appropriations: Account No. Description Amount 02- 5597 -362 Balboa Peninsula Point Sewer Replacement $558,000.00 02- 3397 -366 Balboa Boulevard Resurfacing between B & G Sts. 50,000.00 02- 3397 -183 Sidewalk, Curb and Gutter Replacement Program 19,437.57 02- 3385 -015 Street, Alley and Bikeway Resurfacing Program 20,000.00 The contract specified completion of all work by February 15, 1986. c Benjamin B. Nolan Public Works Director LRD:jd Att. • • i COUNTY SANITATION DISTRICTS OF ORANGE COUNTY, CALIFORNIA P. 0. BOX 8127, FOUNTAIN VALLEY, CALIFORNIA 92708 10844 ELLIS AVENUE (EUCLID OFF -RAMP. BAN DIEGO FREEWAY) October 21, 1985 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton Public Works Department (5 •i TELEPHONES: AREA CODE 714 540 -2910 962 -2411 Subject: Agreement between the City and District No. 5 for replacement of District and City sewers from "A" Street Pump Station to "G" Street with a new combined sewer We are transmitting herewith one fully- executed copy of subject agreement for your records. Said agreement was approved by the Board of Directors of County Sanitation District No. 5 at its regular meeting on October 16, 1985. Pursuant to our telephone conversation, it is my understanding that you will give this copy of the agreement to the City Clerk. Rita J. Brown Board Secretary rjb Enclosure cc: Wanda E. Raggio, City Clerk Thomas M. Dawes, Director of Engineering Thomas L. Woodruff, General Counsel AGREEMENT BETWEEN COUNTY SANITATION DISTRICT NO. 5 OF ORANGE COUNTY, CALIFORNIA AND CITY OF NEWPORT BEACH FOR REPLACEMENT OF DISTRICT AND CITY SEWERS FROM "A" STREET PUMP STATION TO "G" STREET WITH A NEW COMBINED SEWER THIS AGREEMENT, is made and entered into, to be effective this 16th day of October , 1985, by and between: COUNTY SANITATION DISTRICT NO. 5 OF ORANGE COUNTY, CALIFORNIA, hereinafter referred to as "District "; wri CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "City ". WHEREAS, the City and District each own and operate a parallel sanitary sewer system in Balboa Boulevard, serving residences between "A" and "G" Streets, as indicated on the drawing attached hereto as Exhibit "A ", and incorporated herein by this reference; and WHEREAS, City's and District's respective sanitary sewer systems have deteriorated extensively, due to the combined effects of sewage gasses, salty groundwater, and street tree root growth, causing pipes in the systems to collapse, saltwater and sand to enter into the systems, and tree roots to grow within the pipelines, resulting in increased emergency pipe repair costs, increased pump maintenance and pump energy costs, and increased frequency of root removal costs; and WHEREAS, City and District have retained an engineering consultant which has completed the "Balboa Peninsula Point Sewer Improvement Study", which study concludes that City's and District's respective sewer pipelines should be replaced by a new 11 combined sewer system; and WHEREAS, in order to reduce operational costs and to provide more reliable sewer service to the area, City and District desire to upgrade their sanitary sewer systems and transmit to City ownership and maintenance of all facilities comprising the sewer collection systems located upstream of District's "A" Street Pumping Station, as shown on Exhibit "A "; and WHEREAS, City and District desire to set forth their respective rights and obligations concerning construction of a new combined sewer system. NOW, THEREFORE, the parties hereto agree as follows: Section 1: City's Rights and Responsibilities: A. City shall design or cause to have designed the new combined sewer system. B. City shall be solely responsible for the preparation and award of contract pursuant to public bid requirements for the combined sewer system project. Towards this end, City shall be responsible for the preparation of all legal documents, including the Notice Inviting Bids, Instructions to Bidders, and the related construction agreements, surety bonds and insurance certificates. C. City shall act as Lead Agency for the project, in accordance with the requirements of the California Environmental Quality Act. D. City shall be solely responsible for the administration and performance of the contract awarded to contractor for the construction of the project. 2 Section 2: District's Rights al2.d Responsibi lit! . A. District shall have the right to review and approve the plans and specifications for the project prior to publishing the notice inviting bids. In the event District fails to submit its comments or approvals to City within twenty (20) days after receipt, City shall be entitled to proceed with the awarding process. B. District shall have rights of access to construction site of project for purposes of inspection of the new combined trunk sewer system. Section 3: project Costs. A. District and City shall each pay its respective share of design, construction and contract administration costs upon award of the contract for construction of the project, with final adjustment of costs to be made upon completion of construction. The parties agree that the preliminary estimate for the construction cost of the combined sewer system is Six Hundred Forty -Seven Thousand ($647,000.00) Dollars. City and District estimate that City's share shall be Two Hundred Ninety - Two Thousand ($292,000.00) Dollars; and District's share shall be Three Hundred Fifty -Five Thousand ($355,000.00) Dollars. City's share includes costs for filling voids under pavement with the right -of -way, and resurfacing Balboa Boulevard within the limits of sewer replacement. B. District shall provide its estimated share in full, to City within thirty (30) days after the award of the contract by City. C. Upon completion of the construction and acceptance 3 of the project by City, City will prepare a final report of costs. Said report will establish the variance from the project estimate, and in the event the final costs are less than the estimate, City shall refund a proportionate share to District. In the event the final costs exceed the estimate, City will submit an invoice to District for its proportionate share, and District shall pay City the full amount of said invoice within thirty (30) days after receipt. Section 4: Chanae Orders. The approval of District's Director of Engineering shall be obtained for all change orders pertaining to the project. Change orders issued without said approval shall not be eligible for reimbursement from District. Section 5: Ownership. Upon completion of the construction and acceptance of the improvements by City, full right, title and interest in said improvement shall vest with City, and no rights of ownership shall be vested in District. Said improvements shall constitute the local sewage collector system for the Balboa Peninsula area. District agrees that said improvements shall connect to the District -owned trunk sewer facilities in the vicinity of "A" Street. Section k: Waiver QL fJ_Aj1aa. City and District do hereby waive all claims and demands against each other for any loss, damage, or injury of any kind or character to any person or property, arising out of the design and construction of project, or arising from any act or omission of City's or District's respective agents or employees, except to the extent occasioned by the sole act of negligence or wilfull misconduct of the 4 parties, or their agents or employees. Section Z: Tnsurance.' City shall require the construction contractor for the combined sewer system project to maintain a policy of public liability insurance for personal injury and property damage, in an amount not less than One Million ($1,000,000.00) Dollars, combined limits per occurrence, including motor vehicle operations, during all times of the contract. Said policy shall name the City and- District, —and their officers, agents and employees, as additional insureds thereon, in a form approved by both City and District. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. COUNTY SANITATION DISTRICT NO. 5 OF ORAN UNTY, CALIFO NIA , Board of Directors Secretary, Board of Directors APPROVED AS TO FORM: THOMAS L. WOODRUFF, DIST COUNSEL, By 2v �,,jJ� CITY PORT EACH, a municipal cor ratio By AT yor , City Clerk AP OVED AS TO ORM: /Robert Burnham, City Attorney TLW:SA:pj (27) 9/05/85 5 ROURKE& WOODRUFF SANTA ANA. CA fR 9 w 4 r� . A u Isr cl ST ST Ida D—J� sr O CO op) • • September 9, 1985 CITY COUNCIL AGENDA ITEM NO. F -12 TO: CITY COUNCIL BY THE CITY COUNCIL • FROM: Public Works Department CITY OF NEWPORT BEACH SUBJECT: BALBOA PENINSULA POINT SEWER REPLACEMENT (C -2497) S EP 9im s RECOMMENDATIONS: APPROVED 1. Authorize the Mayor and the City Clerk to execute an agreement with County Sanitation District No. 5 of Orange County, California Approve the plans and specifications. 3. Authorize the igity=-G-lerk- to- advertise- - -for ,bids to be opened at 11:00 A.M. on October 3, 1985. DISCUSSION: The current budget contains appropriations totaling $608,000 for the replacement of sanitary sewers and for street resurfacing in Balboa Boulevard between A and G Streets. The sewer work is necessitated by (a) repeated inci- dents of pipe collapse and sea water infiltration into the County Sanitation District No. 5 main which serves homes along the north side of Balboa Boulevard and conveys all sewage from the Peninsula Point, and (2) the deteriorated con- dition of the City's 65- year -old concrete main which serves homes along the south side of Balboa Boulevard (see attached exhibit.) The street work will be necessitated to restore a smooth riding surface to the portland cement concrete pavement which has become badly faulted and which will be severely trenched due to the sewer replacement. A copy of a memo dated April 8, 1985 containing additional information is attached for reference. Contract No. 2497 includes the construction of approximately 6,450 linear feet of sewer main and laterals (including dewatering), 72 cleanouts and 9 manholes, plus grinding, subsealing and placement of an asphalt overlay on Balboa Boulevard between B and G Streets. In addition, the contractor is required to find approximately 70 house laterals of unknown location and to abandon (demolish and remove, or backfill) all existing sewer facilities. Under the contract, the Sanitation District's and the City's parallel mains will be replaced with a single main located near the center of Balboa Boulevard; hence, the need for almost 4,000 linear feet of sewer lateral construction across this wide street. The District will contribute 55% toward the total contract cost, then transfer ownership of their facilities to the City is upon completion of construction. The transfer is desired so that the City will own and operate all sewer collection systems on the peninsula; and the District will own and operate only trunk mains, pumping facilities, and pressure mains. The agreement with Sanitation District No. 5 provides for the above cost sharing arrangement, and for the transfer of ownership of the completed collection facility. September 9, 1985 Subject: Balboa Peninsula Point Sewer Replacement (C -2497) Page 2 • Plans and specifications were prepared by Norris - Repke, Inc., Consulting Civil Engineers and Land Surveyors. Norris - Repke's construction estimate is $620,000. Adequate funds have been budgeted to pay for the City's anticipated portion of the award ($279,000). The estimated date of completion is March 1, 1986. C�2 K4 Benjamin B. Nolan Public Works Director LRD:jd Att. • • 1S 1' a '^ J a m `y Hourls dwnd 1 m w� Z Z, �w 2I Q UI J Q J U) a- Z LLJ Z W LL W LLJ MO W J Q co 2 C WUAa Oki 44 r April 8, 1985 CITY COUNCIL AGENDA ITEM NO. F -3(a) • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BALBOA PENINSULA POINT SEWER REPLACEMENT (C -2497) RECOMMENDATION: Authorize the Mayor and the City Clerk to execute a professional ser- vices agreement with Norris - Repke, Inc., Consulting Civil Engineers and Land Surveyors. DISCUSSION: The City and the County Sanitation Districts each own and operate a parallel sanitary sewer system in Balboa Boulevard, serving residences between A and G Streets as indicated on the attached exhibit. The City's 8 -inch diameter cement main was constructed prior to 1920. The Districts' 10 -inch diameter vitrified clay main, which also conveys all the sewage from Peninsula Point, was • constructed in the 1950s. Both systems have deteriorated extensively due to the combined effects of sewage gasses, salty ground water and street tree root growth. Pipes have collapsed, salt water laden with sand has entered into the systems, and tree roots have grown within the pipes. The result has been increased emergency pipe repair costs, increasing pump maintenance and pump energy costs, and increased frequency of root removal costs. In order to reduce these operational costs and to provide a more reliable sewer service to the area, City and Districts engineering staffs desire to upgrade their systems and then transmit to the City the ownership and maintenance of all sewer collection systems upstream of the Districts' A Street pumping station. To that end, the City's and the Districts' retained an engineering con- sultant who completed a "Balboa Peninsula Point Sewer Improvement Study" in February. The study concludes that the City's and the Districts' mains should be replaced by a new combined sewer system. The study's preliminary estimate of construction cost is $647,000, including engineering and contract administra- tion. City and Districts staffs estimate the City's share at $292,000 and the is Districts' at $355,000, a 45/55 percent split. The City's share includes costs for filling voids under pavement within the right of way and for resurfacing Balboa Boulevard within the limits of sewer replacement. The City and Districts staffs wish to proceed with preparation of construction plans and specifications so that construction may be completed next winter (see attached letter). The City's preliminary 1985 -86 budget includes a request for appropriation of its share, and the Districts are expected to approve funds for its share at its April 1985 meeting of the Board of Directors. APPri`L)`V'LD BY CI IY CCUNCl� DATE, 4 —9— gL 9 April 8, 1985 • Subject: Balboa Peninsula Pont Sewer Replacement (C -2497) Page 2 The consulting civil engineers and land surveyors firm of • Norris - Repke, Inc., has proposed to provide the following professional services for the project: A. Design conferences and data collection with City and Districts staffs, B. Topographic survey, C. Soils investigation by sub - contract, D. Plan and specification preparation, including alignment studies, E. Utility coordination, F. Construction costs estimate, and G. Consultation during construction. Compensation would be in accordance with Norris - Repke's schedule of standard hourly rates, with a total fee not to exceed $4D,330. Adequate funds are budgeted in Account No. 02- 5584 -102, Sewer Main Replacement Program, to com- pensate the consultant. The contract documents should be completed during July so that con- struction may begin soon after the end of summer. It is anticipated that the contract will be completed in early 1986 with an asphalt concrete overlay of Balboa Boulevard between A and G Streets. The County Sanitation Districts will be requested to forward its share of design, construction and contract administration costs to the City upon award of the construction contract, with final adjustment of costs to be made upon completion of construction. The City will act as the lead agency and administer the contract. %�% O < 6J /�'4 Benjamin B. Nolan Public Works Director LD:jd Att. 5 • • M. YiT�Tr4v COUNTY SARTATION DISTRICTS E ✓ TELEPHONES: �� AREA CODE 714 1 OF ORANGE COUNTY, CALIFORNIA 4 F 962 z "'� R O. BOX 8127, FOUNTAIN VALLEY, CALIFORNIA 92728 -8127 10844 ELLIS AVENUE (EUCLID OFF -RAMP, SAN DIEGO FREEWAY) Lloyd R. Dalton Design Engineer Public Works Department 3300 Newport Boulevard Post Office Box 1768 Newport Beach, California 92658 -8915 Subject: Proposed Cooperative Project for the Design and Construction of Balboa Peninsula Sewer Replacement Final Report of Study Dear Mr. Dalton: We have received the subject report and studied it. County Sanitation Districts agree with the recommendations which include the replacement of both the City and Districts' line with a single line that will be maintained by the City of Newport Beach. Staff is also in agreement that the City of Newport Beach should handle the design and the contract administration of this pro- ject. The County Sanitation Districts then would reimburse the City, estimated to be about 55% of the total project cost of $647,000. Staff will recommend that appropriate funding be included in the fiscal 1985 -86 budget and that the Directors of County Sanitation District No. 5 receive and approve the City's pro- posal as soon as possible. TMD:CHP:ja ,7 � , " Thomas M. Dawes Deputy Chief Engineer 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- 24831. dated 11 June, 1963. STATE OF CALIFORNIA County of Orange v„ac nohu •ownirne COw W , V,. nMw,t S W n 1 print , Jh 10 p & Co Mn Math 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 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 1 time t�Blto wit the issue(s) of September 12 5 198- 198_ 198- 198_ 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on September 12 1985 at Cos a M s , Calif Signature 0 at port Be, W016 unto a 3rd day i at which shell be o ay- the CRY h tfey of Sap - fleo9fo, -C By bid I TO: FINANCE DIRECTOR Public Works FROM: CITY CLERK DATE: April 10, 1985 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714(640 -2251 SUBJECT: Contract No. C- 2497(fi) _ Description of Contract Agreement for Professional Engineering Services for Balboa Peninsula Point Sewer Replacement Effective date of Contract April 10, 1985 Authorized by Minute Action, approved on April 8, 1985 Contract with Norris - Repke, Inc. Address 17662 Irvine Boulevard, Suite 7 Tustin, CA 92680 Amount of Contract (See Agreement) Wanda E. Andersen City Clerk WEA:1r attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR BALBOA PENINSULA POINT SEWER REPLACEMENT THIS AGREEMENT is made and entered into this l/L- L day of April, 1985, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter known as "CITY" and the firm of NORRIS- REPKE, INC., Consulting Civil Engineers and Land Surveyors, hereinafter known as "ENGINEER." W I T N E S S E T H WHEREAS, CITY and the COUNTY SANITATION DISTRICTS OF ORANGE COUNTY (hereinafter known as "DISTRICT ") each own and operate parallel sanitary sewer collection systems along Balboa Boulevard between "A" and "G" Streets (hereinafter known as "SEWER SYSTEMS ") in the City of Newport Beach; and WHEREAS, CITY and DISTRICT have performed a study of SEWER SYSTEMS to determine their structural integrity, ultimate flow capacity, magnitude of groundwater infiltration, repairability, etc., and to develop alternative schemes and preliminary cost estimates for the rehabilitation or replacement of SEWER SYSTEMS, such study hereinafter known as "STUDY "; and WHEREAS, CITY and DISTRICT desire to proceed with preparation of contract documents for the construction of Alternatives A and /or C of STUDY, such contract documents hereinafter known as "PROJECT," and WHEREAS, ENGINEER has submitted a proposal to CITY, dated March 18, 1985, to provide professional engineering services for PROJECT; and WHEREAS, CITY desires to accept ENGINEER's proposal; NOW, THEREFORE, in consideration of the foregoing, CITY and ENGINEER agree as follows: I. GENERAL A. CITY engages ENGINEER to perform the services hereinafter described for the compensation hereinafter stated. B. ENGINEER agrees to perform said services upon the terms hereinafter set forth. II. SERVICES TO BE PERFORMED BY ENGINEER A. Meet with CITY and DISTRICT staff to formally begin PROJECT, establish communication and discuss procedures. 1 of 5 B. Obtain and examine all available records of improvements and underground utilities from CITY and the public utility com- panies. Obtain survey control data. C. Photograph the entire site to serve as a design aid and as a permanent record of the present condition of the existing buildings adjacent to the road right of way. D. Establish horizontal and vertical control and obtain detailed topographic information including the location of all features within the road right of way, surface indications of sewer lateral (house connection) locations, and fronts of buildings adjacent to the right of way. Obtain cross sections in the right of way at 50 -foot maximum intervals. E. Obtain report of subsurface conditions, especially with regard to the possibility of voids or any other source of actual or potential reduction in the soil's capacity to support the existing buildings and other improvements. Also, obtain report of soil properties, including the maximum trench gradient for laterals, shoring loads, permeability, water table elevations (to aid the contractor in his dewatering design), sand equivalent, sulfate content, mechanical analysis, shear strength and moisture /density curve (s). F. Prepare study to determine an optimum sewer main alignment con- sidering construction cost, traffic movement through the construction, utility conflicts, etc. G.-Prepare construction plans and profile sheets at scales of i" = 20' horizontally and 1" = 2' vertically showing the existing improvements, underground utilities, and proposed construction, including the reprofiling and resurfacing of Balboa Boulevard. H. Prepare the Special Provisions section (specifications) of the contract documents, supplementing the contents of the Standard Specifications for Public Works Construction, 1985 edition and the City's Standard Special Provisions and Standard Drawings for Public Works Construction, 1985 edition. I. Coordinate with public utility companies regarding the reloca- tion of interfering utilities. J. Prepare an estimate of construction costs. 2 o 5 0 9 K. Communicate and consult with CITY and DISTRICT staffs and the contractor as necessary during the design and construction phases of the PROJECT to insure the contract documents meet the agency's objectives, clarify any ambiguities, and resolve any design related problem which may arise during construction, including meetings at CITY and DISTRICT's offices and at the job site as requested. III. DUTIES OF CITY A. Provide copies of pertinant CITY records including sewer, water and storm drain plans; atlas sheets; and tie notes. B. Provide standard mylar drawing sheets. C. Prepare environmental documents and secure coastal development permit, if required. IV. TIME OF COMPLETION V VI ENGINEER shall complete all services specified in Section II on or before July 8, 1985. OWNERSHIP OF DOCUMENTS Original notes, maps, topographic information, photographs and other documents generated by ENGINEER for PROJECT shall become prop- erty of CITY upon completion or termination of ENGINEER's services, and may be utilized as deemed necessary by CITY. RIGHT OF TERMINATION CITY reserves the right to terminate this Agreement at any time by giving ENGINEER seven (7) days' prior written notice. Such notice shall be deemed served upon deposit in United States mail, postage paid, addressed to ENGINEER's business office at 17662 Irvine Boulevard, Suite 7, Tustin, CA 92680. In the event of termination due to error, omission or negligence of ENGINEER, CITY shall be relieved of obligation to compensate ENGINEER for that portion of this Agreement affected by such error, omission or negligence. If this Agreement is terminated for any other reason, CITY agrees to compensate ENGINEER for that portion of PROJECT completed upon the effective date of Notice of Termination on the basis of the hourly rates hereinafter set forth. 3of5 0 VII. HOURLY RATES. CONSULTANT AMOUNTS. AGGREGATE COMPENSATION AND A. In consideration of the performance of services specified in Section II, CITY hereby agrees to compensate ENGINEER an amount based upon the following hourly rates: Classification Hourly Rate Project Manager /Registered Engineer $ 57.00 Licensed Land Surveyor $ 53.00 Designer $ 47.00 Drafter $ 36.00 Jr. Drafter $ 28.00 Clerical $ 24.00 3 -Man Survey $128.00 2 -Man Survey $102.00 1 -Man Survey $ 72.00 B. Reproductions performed by Engineer for PROJECT shall be com- pensated at cost plus ten percent (10 %). C. In consideration of the performance of consultant services to provide report(s) of subsurface conditions and soil properties, CITY shall compensate ENGINEER a consultant amount not to exceed Five Thousand Eight Hundred Thirty Dollars ($5,830). D. In no event shall Aggregate Compensation be greater than Forty Thousand Three Hundred Thirty Dollars ($40,330) except as other wise provided herein. VIII. AMENDMENT The scope of services to be performed by ENGINEER shall be revised and Aggregate Compensation amended with prior written approval of CITY, except that an increase in Aggregate Compensation exceeding One Thousand Dollars ($1,000) shall require that an amendment for such revision be executed by ENGINEER and CITY. IX. ASSIGNMENT This Agreement or any portion thereof shall not be assigned without authorization by CITY in writing. 4 o 5 X. HOLD HARMLESS ENGINEER shall assume the defense of and indemnify and hold harmless CITY and its officers and employees from damage or liability arising from error, omission or negligence in ENGINEER's or ENGINEER's Consultant's performance of services required by this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first above written. CITY OF NEWPORT BEACH, un i al Corporation ATTEST- City Clerk 5of5 NORRIS- REPKE, INC., Consulting Civil Engineers and Land Survevors S�:Cy • + • April 8, 1985 CITY COUNCIL AGENDA ITEM NO. F -3(a) • TO: CITY COUNCIL BY TFiL iiir COUNCIL FROM: Public Works Department CITY OF NEWPORT BEACH SUBJECT: BALBOA PENINSULA POINT SEWER REPLACEMENT (C- 2497)(4) APR 8 135 RECOMMENDATION: APPROVED Authorize the Mayor and the City Clerk to execute a professional ser- vices agreement with IMPT.TTERV pke,;,,Inc.v Consulting Civil Engineers and Land Surveyors. DISCUSSION: The City and the County Sanitation Districts each own and operate a parallel sanitary sewer system in Balboa Boulevard, serving residences between A and G Streets as indicated on the attached exhibit. The City's 8 -inch diameter cement main was constructed prior to 1920. The Districts' 10 -inch diameter vitrified clay main, which also conveys all the sewage from Peninsula Point, was • constructed in the 1950s. Both systems have deteriorated extensively due to the combined effects of sewage gasses, salty ground water and street tree root growth. Pipes have collapsed, salt water laden with sand has entered into the systems, and tree roots have grown within the pipes. The result has been increased emergency pipe repair costs, increasing pump maintenance and pump energy costs, and increased frequency of root removal costs. In order to reduce these operational costs and to provide a more reliable sewer service to the area, City and Districts engineering staffs desire to upgrade their systems and then transmit to the City the ownership and maintenance of all sewer collection systems upstream of the Districts' A Street pumping station. To that end, the City's and the Districts' retained an engineering con- sultant who completed a "Balboa Peninsula Point Sewer Improvement Study" in February. The study concludes that the City's and the Districts' mains should be replaced by a new combined sewer system. The study's preliminary estimate of construction cost is $647,000, including engineering and contract administra- tion. City and Districts staffs estimate the City's share at $292,000 and the Districts' at $355,000, a 45155 percent split. The City's share includes costs for filling voids under pavement within the right of way and for resurfacing Balboa Boulevard within the limits of sewer replacement. The City and Districts staffs wish to proceed with preparation of construction plans and specifications so that construction may be completed next winter (see attached letter). The City's preliminary 1985 -86 budget includes a request for appropriation of its share, and the Districts are expected to approve funds for its share at its April 1985 meeting of the Board of Directors. E • • 0 E April 8, 1985 Subject: Balboa Peninsula Pont Sewer Replacement (C -2497) Page 2 The consulting civil engineers and land surveyors firm of Norris - Repke, Inc., has proposed to provide the following professional services for the project: A. Design conferences and data collection with City and Districts staffs, B. Topographic survey, C. Soils investigation by sub - contract, D. Plan and specification preparation, including alignment studies, E. Utility coordination, F. Construction costs estimate, and G. Consultation during construction. Compensation would be in accordance with Norris - Repke's schedule of standard hourly rates, with a total fee not to exceed $40,330. Adequate funds are budgeted in Account No. 02- 5584 -102, Sewer Main Replacement Program, to com- pensate the consultant. The contract documents should be completed during July so that con- struction may begin soon after the end of summer. It is anticipated that the contract will be completed in early 1986 with an asphalt concrete overlay of Balboa Boulevard between A and G Streets. The County Sanitation Districts will be requested to forward its share of design, construction and contract administration costs to the City upon award of the construction contract, with final adjustment of costs to be made upon completion of construction. The City will act as the lead agency and administer the contract. Benjamin B. Nolan Public Works Director LD:jd Att. COUNTY SANIi S � TATION DISTRICT OF ORANGE COUNTY, CALIFORNIA P. 0, BOX 8127, FOUNTAIN VALLEY, CALIFORNIA 92728 -8127 10844 ELLIS AVENUE (EUCLID OFF -RAMP, SAN DIEGO FREEWAY) April 1i 1985 Lloyd R. Dalton Design Engineer Public Works Department 3300 Newport Boulevard Post Office Box 1768 Newport Beach, California 92658 -8915 i TELEPHONES: AREA CODE 714 540-2910 962-2411 Subject: Proposed Cooperative Project for the Design and Construction of Balboa Peninsula Sewer Replacement Final Report of Study • Dear Mr. Dalton: We have received the subject report and studied it. County Sanitation Districts agree with the recommendations which include the replacement of both the City and Districts' line with a single line that will be maintained by the City of Newport Beach. Staff is also in agreement that the City of Newport Beach should handle the design and the contract administration of this pro- ject. The County Sanitation Districts then would reimburse the City, estimated to be about 55% of the total project cost of $647,000. Staff will recommend that appropriate funding be included in the fiscal 1985 -86 budget and that the Directors of County Sanitation District No. 5 receive and approve the City's pro- posal as soon as possible. y • Thomas M. Dawes Deputy Chief Engineer TMD:CHP:ja y