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