Loading...
HomeMy WebLinkAboutC-3412 - Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff/Ford Road - 24-inch Water Main ReplacementCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC October 14, 2004 W.A. Rasic Construction Co., Inc. 11126 Wright Road Lynwood, CA 90262 Subject: Irvine Avenue Water Main Replacement (C -3412) To Whom It May Concern: On October 14, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on February 6, 2004. The Surety for the contract is Insurance Company of the West, and the bond number is 184 93 48. Enclosed is the Faithful Performance Bond. Sincerely, 7 L, ` LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Michael J. Sinacori, Project Manager enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 10 0 This b was issued in (4) four identi counterparts CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 BOND NO. 184 93 48 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 18,775-00 being at the rate of $ 11.00 and $8.00 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to W.A. Rasic Construction Co., Inc., hereinafter designated as the "Principal ", a contract for construction of IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD - 244NCH WATER MAIN REPLACEMENT, Contract No. 3412 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3412 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Insurance Company of the West duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of two million, one hundred fifty -nine thousand, three hundred seventy and 091100 Dollars ($2,159,370.09) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, 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 present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, 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 way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal 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 25th day of June , 2002. W.A. Rasic Construction Co., Inc. (Principal) Insurance Company of the West Name of Surety 17852 E. 17th St., Suite 111 Tustin, CA 92780 Address of Surety (714) 832 -9900 Telephone r �. Authorized Signature/Title vice President Authorized fjge ignature Daniel Huckabay, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL- PURPOPwCKNOWLEDGMENT • State of CALIFORNIA County Of LOS ANGELES On JUNE 26, 2002 before me ZORKITA PASCHALL, Notary Public DATE NAME, TITLE OF OFFICER - 9.0., 'JANE DOE, NOTARY PUBLIC' personally appeared PETER L. RASIC , NAME(S) OF SIGNER(S) (personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person Kwhose nameo.is /a-re subscribed to the within instrument and ac- " ° knowled ed to me that he/ executed - �c� :sTA R�,SC}iPdt, ,_ 9 �y cammislon #11244,W _- the same in his /hAFFt#eiF authorized Notay Public - CaLianiq o,�,eCou ; capacity(i'e, and that by his /h2 f##eir niy MyCcmm.r aetDec7,2a03 signature(g on the instrument the persor)*, ' or the entity upon behalf of which the person(0 acted, executed the instrument. WITNESS my hand and official seal. GNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL - CORPORATE OFFICER VICE PRESIDENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OFPEW AS)RAS C CONSTRUCTION CO, INC. DESCRIPTION OF ATTACHED DOCUMENT FAITHFUL PERFORMANCE BOND TITLE OR TYPE OF DOCUMENT TWO NUMBER OF PAGES JUNE 25, 2002 DATE OF DOCUMENT INSURANCE COMPANY OF THE WEST SIGNERS) OTHER THAN NAMED ABOVE 0 0 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of Orange On 06/25/02 before me, Arturo Ayala, Notary Public Date Name, Title of Officer- E.G. "Jane Doe, NOTARY PUBLIC" personally appeared Daniel Huckabay NAME(S) OF SIGNER(S) 0 personally known to me - OR - ARTURO A� A Z � '.`��COMM. #1336239 � `�. °�- 1NO +ARY PUBLIC - CALIFORNIA � / ORANGE COUNTY N MY COMM. E1:P. 9EG. 23. 2005 ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Faithful Performance Bond TITLE OR TYPE OF DOCUMENT Two NUMBER OF PAGES 06/25/02 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC February 6, 2004 W.A. Rasic Construction Co., Inc. 11126 Wright Road Lynwood, CA 90262 Subject: Irvine Ave. Water Main Replacement (C -3412) To Whom It May Concern: On October 14, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on October 28, 2003, Reference No. 2003001320747. The Surety for the contract is Insurance Company of the West, and the bond number is 184 93 48. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaV nne M. HarklessMeCn� City Clerk. cc: Public Works Department Michael J. Sinacori, Projects Manager encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 This bond was issued in (4) four identical counterparts CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 BOND NO. 184 93 48 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to W.A. Rasic Construction Co., Inc., hereinafter designated as the - "Principal," a contract for construction of IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD - 244NCH WATER MAIN REPLACEMENT, Contract No. 3412 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3412 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's 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 any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Insurance Company of the West duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of two million, one hundred fifty - nine thousand, three hundred seventy and 09/100 Dollars ($2,159,370.09) lawful money of the United States of America, 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 present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this 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. 26 0 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 this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And 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 shat( not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the above named Principal and Surety, on the 25th day of June , 2002. W.A. Rasic Construction Co., Inc. (Principal) Insurance Company of the West Name of Surety 17852 E. 17th St., Suite 111 Tustin, CA 92780 Address of Surety (714) 832 -9900 Telephone Authorized Signature/Title vice President V Authorized Agen ature Daniel Huckabay, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL- PURPOCCKNOWLEDGMENT • State of _ County of CALIFORNIA LOS ANGELES On JUNE 26, 2002 DATE before me ZORIQTA PASCHALL, Notary Public NAME, TITLE OF OFFICER - E.G.,'JANE DOE, NOTARY PUBLIC" personally appeared PETER L. RASIc NAME(S) OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the persons* whose nameW,is /afe subscribed to the within instrument and ac- knowledged to me that he /slathay- executed —. ZOP.KITA PASCHALL the same in his' re:r authorized �commi- lon912442sl capacity(i=@4, and that by his /h•r - NotayPubLLc- Calfornia signatureK on the instrument the persons '), M _ • . Los Angeles County .: *Cornm.B#mDec7,2M31 or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 9/9 O—P&� SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL VICORPORATE OFFICER LABOR AND MATERIALS PAYMENT BOND VICE PRESIDENT TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) W.A. RASIC CONSTRUCTION CO., INC. TWO NUMBER OF PAGES JUNE 25, 2002 DATE OF DOCUMENT INSURANCE COMPANY OF THE WEST SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On 06/25/02 before me, Arturo Ayala, Notary Public Date Name, Title of Officer—E.G. "Jane Doe, NOTARY PUBLIC" personally appeared Daniel Huckabay NAME(S) OF SIGNER(S) 0 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by °TURD AYALA, his /her /their signature(s) on the instrument 'tCOfJM. #1336239 G} ` PUBLIC-CALIFORNIA the person(s), or the entity upon behalf of r,�nVOiARY which the person(s) acted, executed the ORANGE COUNTY MY COMM, EXP, DEC: 23: 2005 instrument. WITNES m 7M hand and official seal SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Labor 8 Materials Payment Bond TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED Two ❑ GENERAL NUMBER OF PAGES © ATTORNEY -IN -FACT ❑ TRUSTEE(S) 06/25/02 ❑ GUARDIANICONSERVATOR DATE OF DOCUMENT ❑ OTHER: SIGNER(S) OTHER THAN NAMED ABOVE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) ICW GROUP gwd No. 184 93 4E Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint their true and lawful Attomey(s) -in -Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. IN WITNESS WHEREOF, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. e4'� +qr 01N8aR9 �'Nb � jt.00avoq��.ycw • h � etaary. L ,fit t.MdxMd��/� � of John H. Craig, Assistant Secretary State of California County of San Diego INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executive Vice President On January 16, 2001, before me, Norrna Porter, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. W NORMA.PORTER COMM. #1257540 NOTARYPUBUG- GAtJF0RNIA N ` SAN DIEGO COUNTY 1 My Commission Ezpi. MARCH 19.2004 This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Atomey(s) -in -Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of my officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." I, the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 25th day of June 2002 John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1 -800- 877 -1111 and ask for the Surety Division. Please refer to the Power of Adomey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (858) 350 -2400. 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: 3 QV -7 1;9:12 City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92665.',;;; Recorded in �al Records, County of Orange Tom Daly, CIe�1RGecorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE 2003001320747 08:16am 10/28/03 213 109 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recor in fees pursuant to Government Code7Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and W. A. Rasic Construction Company of Lynwood, California, as Contractor, entered into a Contract on June 25, 2002. Said Contract set forth certain improvements, as follows: Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff/Ford Road 24 -Inch Water Main Replacement (C -3412) Work on said Contract was completed on September 12, 2003, and was found to be acceptable on October 14, 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West. iEWorks Director of Newport Beach TION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. \ - Executed on 0 r "�-� a� , 2-3 0 2) , at Newport Beach, California. BY e NJ--\ � rEYPo"" o q „ %City Clerk Y BY THE CRY COUNCIL CRY OF NEWPORT BEACH APPROVED • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 6 October 14, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, P.E. 949 - 644 -3311 msinacod@city.newport-beach.ca.us SUBJECT: IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMBOREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD 24 -INCH WATER MAIN REPLACEMENT — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3412 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 25, 2002, the City Council authorized the award of the Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff /Ford Road 24 -Inch Water Main Replacement contract to W.A. Rasic Construction Company. The project has now been completed to the satisfaction of the Public Works and Utilities Departments. A summary of the contract cost is as follows: Original bid amount: $2,159,370.09 Actual amount of bid items constructed: $2,133,061.36 Total amount of change orders: $199,315.21 Final contract cost: $2,332,376.57 SUBJECT: Irvine Avenue 24- In•ater Main Replacement - Completion And Acceptaof Contract No. 3412 October 14, 2003 Page 2 PROJECT DESCRIPTION: The City's water transmission system was reviewed for supply capacity during the preparation of the City's Water Master Plan in 1999. Upon review, it was determined the transmission mains in Irvine Avenue need more capacity to serve the airport area and provide a secondary connection from the east to the west side of the City. The hydraulic analysis included in the Water Master Plan indicated the entire reach should be a 24 -inch diameter transmission main to provide the required additional capacity. The completed project replaced 1.1 of the 2.5 miles of 12 -inch diameter pipe with the new 24 -inch water transmission main. This project also included the replacement of 2,700 linear feet of transmission main within Jamboree Road between San Joaquin Hills Road and Eastbluff Drive. The Jamboree Road transmission main serves as the second supply line to the airport area. It also serves the areas around the Eastbluff community. The replacement pipeline was the same type of 24 -inch water main that was installed on Irvine Avenue. PROJECT ACCEPTANCE AND COMPLETION In an effort to better coordinate with the upcoming restoration project in the Upper Bay Regional Park and a planned median improvement project on Jamboree Road, a deletion or reduction in the restoration efforts was done which resulted in the reduction in actual work completed as compared to the bid amount. There were five summary change orders executed on this project as listed below. Change Order Description Amount No. 1 Modifications to 24" Water Main at University $22,343.22 No. 2 Extra Work to Complete Irvine Avenue $14,316.33 No. 3 Additional Demolition on Jamboree Road $59,793.52 No. 4 Additional Pipe Work on Jamboree Road $94,663.57 No. 5 Miscellaneous Final Change Orders $8,198.57 TOTAL $199,315.21 Change Order No. 1 and No. 2 related to work on Irvine Avenue mostly for connection changes at University Drive. Change Order No. 3 resulted from unexpected extra thick asphalt removals, some 36- inches thick. Change Order No. 4 included 20 items that mostly related to required modifications to the pipeline alignments on Jamboree Road, both vertical and horizontal, because of interfering unknown utility conflicts. Change Order No. 5 involved modification to vault openings at the request of the Utilities Department. The final overall construction cost including change orders was 8.1 percent over the original bid amount. SUBJECT: Irvine Avenue 24 -Inch Main Replacement — Completion And Acceptanc ntract No. 3412 October 14, 2003 Page 3 Funds for the project were expended from the following accounts: Description Account No. Amount Water Transmission Main Replacement 7501- C5500386 $2,273,006.48 Program Pipeline Replacement 7501- C5100578 59,370.09 All work was completed on September 12, 2003, which was beyond the planned completion time of mid - August. The completion date was extended due to added work requested by the City. Environmental Review: This project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Prepared Micp(ael J. Sinacotl. P.E. pal Civil Engineer Submitted by: 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC October 20, 2003 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completions for: Newport Center Drive and San Nicolas Drive Resurfacing (C- 3561); Citywide Slurry Seal Program (C- 3559); and Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff /Ford Road 24 -Inch Water Main Replacement {C -3412) Please record the three enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CIVIC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk MOO' Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording ees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and W. A. Rasic Construction Company of Lynwood, California, as Contractor, entered into a Contract on June 25, 2002. Said Contract set forth certain improvements, as follows: Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff /Ford Road 24 -Inch Water Main Replacement (C -3412) Work on said Contract was completed on September 12, 2003, and was found to be acceptable on October 14. 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West. i6Works Director of Newport Beach TION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 0 cx;p\ —r at Newport Beach, California. BY o City Clerk � u a �CfFORN`' (38) C -3yia- CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 5 April 22, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY FROM: Public Works Department Michael J. Sinacori, Principal Engineer 949 - 644 -3311 msinacod@city.newport-beach.ca.us APPROVE SUBJECT: AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH TERATEST LABS, INC. FOR PIPELINE INSPECTION SERVICES RECOMMENDATION: Approve Amendment No. 1 to Teratest Labs, Inc., for additional inspection and material testing services for the 24 -inch Jamboree Road Water Transmission Main Replacement Project and authorize the Mayor and City Clerk to execute the Amendment for a not -to- exceed fee of $14,675.00. BACKGROUND: On June 25, 2002 the City Council approved Contract No. 3412 for the construction of 24 -inch water transmission mains on Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff/Ford Road. The project involves the replacement of existing steel water mains in accordance with the Water Master Plan. The existing transmission mains in Irvine Avenue were constructed in the late 1950's and early 1960's. There have been several breaks in this 2.5 -mile reach of water line in the last five years. The existing line may have had another 10 to 15 -year lifespan, but in all probability, several more breaks would have occurred during this time period. The Jamboree Road transmission main serves as the second supply line to the airport area. It also serves the areas around the Eastbluff community. The existing 18 -inch steel pipeline was constructed in 1958 and had two main breaks in 2001. The joint failures were caused by corrosive soils around the pipe and there is evidence the remaining pipe also has corrosion problems. DISCUSSION: The City entered into an Professional Services Agreement with Teratest for special certified welding inspection and material testing related to the overall Irvine Avenue and Jamboree Road 24 -inch Water Transmission Main Replacement project in the Fall of 2002. During the first phase of installation on Irvine Avenue, additional services were SUBJECT: Amendment No. 1 to P ional Services Agreement with Teratest labs, Inc ipeline Inspection Services April 22, 2003 Page 2 requested to provide a higher testing level of the welded steel joints along with further study of mortar placement on the interior of the 24 -inch steel pipe. Because of the critical nature of these two pipelines, interior pipeline inspection was requested, which is accomplished by crawling through over a mile of pipeline on a small skateboard type apparatus. Each joint was visual inspected, documented and pictured to insure the integrity of the $2,100,000 pipeline investment. In addition to the requested mortar inspection, more extensive welding inspection was also required beyond the original estimate by Teratest. For the above reasons, Teratest will provide services exceeding their original $27,060 Agreement and on April 10, 2003, requested additional authorization as required. The attached Amendment No. 1 provides the necessary funds to complete the inspection and materials testing for the Jamboree Road portion of the project. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The project involved replacement of existing steel water mains in existing street right -of -way. Funding Availability: Funds for this project are available in Account No. 7501- C5500386. Prepared by: Submitted J. Sinacori I Civil Engineer Attachments: Amendment No. 1 Badum s Director 0 INSPECTION AND MATERIALS TESTING FOR THE IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMBOREE ROAD FROM SANTA BARBARA TO EASTBLUFF I FORD ROAD 24 -INCH WATER TRANSMISSION MAIN REPLACEMENT PROJECT AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH TERATEST LABS, INC This AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this _ day of May, 2003, by and between the City of Newport Beach, a municipal corporation, (hereinafter referred to as "CITY ") and Teratest Labs Inc., whose address is 17781 Cowan, Suite 150, Irvine, California, 92614, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS: A. On March 26, 2003, City and Consultant entered into a Professional Services Agreement, hereinafter referred to as "Agreement ", for engineering services for Inspection and Materials Testing related to the construction of the 24 -inch Water Transmission Main on Irvine Avenue from Santiago Drive to University Drive and Jamboree Road from San Joaquin Hills Road to Eastbluff Road, hereinafter referred to as "Project." B. City and Consultant desire to amend Agreement, hereinafter referred to as Amendment No. 1, to provide additional scope of work as defined in Exhibit "A" dated April 10, 2003. -1- Now, Therefore, the parties hereto agree as follows: 1. Section X, Additional Services: Consultant shall perform the additional inspection and material testing services for the project, identified in attached Exhibit A dated April 10, 2003. The fee for the additional services identified in this Amendment is $14,675. 2. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: By: City Attorney ATTEST: Bv: City Clerk CITY OF NEWPORT BEACH, A municipal corporation M Mayor TERATEST LABS, Inc. 1 F: \USERS \PBW\Shered\Agreements \FY 02 -03 \Teratest Labs4rvine Ave Water Main - Amendment No. 1.doc -2- 04/10/2003 15:59 9492638843 ;# 10 Teratest Labs, Inc. A I.RIGNTON GROUP COMPANY TESTING AND INSPECTI • PAGE 02 April 10, 2003 Additional Authorization for Contract No. 3412, T -03 -0302 To: City of Newport Beach Public Works Department 3300 Newport Blvd. Newport Beach, California 92658 -8915 949 -644 -3311 fax 949 -644 -3318 Attention: Mr. Mike Sinacori Subject: Additional Authorization to Provide Special Inspection and Material Testing Services: Jamboree Road from Santa Barbara to EastblufvFord Road- 24 -iwcb Water Main Replacement, Newport Beach, California - Contract No. 3412 Introduction We estimate the special inspection portion will require approximately 20 weekdays and 4 Saturdays working %z days (41irs.). Our proposed scope and cost estimate for materials inspection is based on required continuous inspection of field welding, dye - penetrant testing and inspection of mortar. Proposed Scone of Work We anticipate our personnel will be on site periodically for both full time and part time observation and testing. Our proposed scope of work will consist of Special Inspection and Material Testing Services in support of Mark Puglisi, Newport Beach City Inspector in charge of this project. The actual scope of work or time required may be different than outlined herein. Our proposed scope based upon our understanding of the project will consist of the following: Syeclala Inspection and Materials Testing Inspection • Field special inspection will be performed by a licensed, registered Deputy Inspector (AWS- CWI) during, pipe -seam welding (field fabrication, welding). Field special inspection and testing will be provided on an as- needed basis to evaluate the conditions of existing structural components. 17781 Cowan ■ Irvine, CA 82614 -6009 949.253.5922 ■ Fax 949.263.6843 ■ www.teratest.com 04/10/2003 15:59 9492638843 • • Verify Mill Certification. • Field testing per AWS specifications of: - Welding TESTING AND INSPECTI • • Inspector coordination and administrative services Laboratory compressive strength test reports Scheduling and supervision PAGE 03 T- 03.0302 • Supervising QA/QC and project management will be provided by our Senior Project Engineer, as needed. Schedule Teratestis prepared to begin our work immediately upon receipt of your signed authorization to proceed. We would appreciate at least 72 hours advance notice for scheduling of field personnel at the commencement of construction; work thereafter may be scheduled with 24 -hour notice. Estimate: THIS IS A PREVAILING WAGE RATE PROJECT. We estimate the additional fees for Special Inspection and Materials Testing Services to be approximately Fourteen Thousand Six Hundred and Seventy Five Dollars ($14,675). A breakdown of the assumptions and our estimated fee for each task is provided in the attached table. The actual fee will be charged on a time - and - materials basis. The actual scope and cost may vary from that presented herein. If the actual site visits or hours requested are less than assumed, our budget would be less than estimated. Attached is a Scope of Work Agreement covering the additional services. If the scope of Work Agreement is acceptable to you, please have one original copy of the Agreement executed by a duly authorized officer and return it to us. Your assent to our beginning work before the Agreement is fully executed constitutes your agreement that the terms and conditions of this Scope of Work are acceptable to you. We look forward to again working with the City of Newport Beach. If you have any questions regarding our proposal or information that would update our fee estimate or scope of work, please call me at your convenience at (949) 253 -5922 x159. Respectfully submitted, TERATEST LABS, INC. Joe Ritchey Materials Inspection Manager Teratest Labs, Inc. A LEIGHTON QROYP COMPANY 04/10/2003 15:59 9492638843 TESTING AND INSPECTI PAGE 04 T -03 -0302 SCOPE OF WORK AGREEMENT This Scope of Work, by and between Teratest Labs, Inc., ( "TERATEST ") and City of Newport Beach is effective as of PROJECT LOCATION: Jamboree Road from Santa Barbara to Eastbluff/Ford Road, Newport Beach, California AESCRIPTION OF SERVICES: Deputy Inspection and Materials Testing for the Jamobree Main Waterline Project. See attached estimate dated December 06, 2002, Estimate No. T -02 -1202 TERATEST LABS: Teratest Labs, Inc. 17781 Cowan Avenue Irvine, CA 92614 Telephone: (949) 253 -5922 Facsimile: (949) 263 -8843 Prime Contact: Mr. Joe Ritchey CLIENT: I have reviewed and agree to this Scope of Work. TERATEST LABS, INC. By (Signature) (Print Name) Date: City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92658 Public Works Department Telephone: 949 -644 -3311 Facsimile: 949 -644 -3318 Prime Contact: Mike Sinacori City of Newport Beach By (Signature) (Print Name) Date: 4-ft Teratest Labs, Inc. A LEIGHTON GROUP OO\ ►AMT 04/10/2003 15:59 9492636643 TESTING AND INSPECTI PAGE 05 T- 03.0302 Materials Inspection & Testing Additional Authorization for Jamboree Road from Santa Barbara to Eastbluff /Ford Road -24 -Inch Water Main Replacement City of Newport Beach *This rate is not valid for Swing or Graveyard shift hours. The following surcharges will apply for Swing and Graveyard shifts: Swing Shift: +10% for first 71/2 hours worked. Hrs. worked between 3:30pm -11pm. Graveyard Shift: +15% for first 7 hours worked. Hrs. worked between 11pm -6am. The above schedule of charges is based on the attached 2003 Materials Inspection and Materials Testing Fee Schedule, dated 03/07/03. The rate for an ICAO- certified special deputy inspector for this project Is $58/hour at a daily four -hour minimum. Any hours worked in excess of the four -hour minimum will be charged at the eight -hour daily rate. Same -day cancellations will be charged as a four -hour minimum. Additional Inspectors, overtime, and material testing not stated above will be provided as requested with fees as presented In the attached fee schedule. Our services are dependent upon the contractors work schedule. The above estimate is based on the Special Testing Scope of Work, Variances to the construction schedule resulting in additional hours, trips, or tests are subject to additional fees as shown in the above Estimate. April 10, 2003 City of Newport Beach T -03 -0302 TerateSt Labs, Inc. A LEIONTON GROUP COMPANY Unit Quantity Rate Cost 1. Steel Water Pipeline Welding Welding Inspection (AWS- CWI)Approx. 20 Hours 160 $58* $9,280* days, eight hours per day) * Overtime (Approx. 6 Days four hrs per day (Sat.) Hours 24 $87 $2,088 Dye - penetrant Hours 330 $6 $1,980 Subtotal $13,348 2. Mortar Mortar Inspection Hours 16 $58 $928 Mortar Compression Sample Each 21 $19 $399 Subtotal $1,327 TOTAL $14.675 *This rate is not valid for Swing or Graveyard shift hours. The following surcharges will apply for Swing and Graveyard shifts: Swing Shift: +10% for first 71/2 hours worked. Hrs. worked between 3:30pm -11pm. Graveyard Shift: +15% for first 7 hours worked. Hrs. worked between 11pm -6am. The above schedule of charges is based on the attached 2003 Materials Inspection and Materials Testing Fee Schedule, dated 03/07/03. The rate for an ICAO- certified special deputy inspector for this project Is $58/hour at a daily four -hour minimum. Any hours worked in excess of the four -hour minimum will be charged at the eight -hour daily rate. Same -day cancellations will be charged as a four -hour minimum. Additional Inspectors, overtime, and material testing not stated above will be provided as requested with fees as presented In the attached fee schedule. Our services are dependent upon the contractors work schedule. The above estimate is based on the Special Testing Scope of Work, Variances to the construction schedule resulting in additional hours, trips, or tests are subject to additional fees as shown in the above Estimate. April 10, 2003 City of Newport Beach T -03 -0302 TerateSt Labs, Inc. A LEIONTON GROUP COMPANY INSPECTION AND MATERIALS TESTING FOR THE IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMBOREE ROAD FROM SANTA BARBARA TO EASTBLUFF / FORD ROAD 244NCH WATER TRANSMISSION MAIN REPLACEMENT PROJECT AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH TERATEST LABS, INC This AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this _ day of May, 2003, by and between the City of Newport Beach, a municipal corporation, (hereinafter referred to as "CITY ") and Teratest Labs Inc., whose address is 17781 Cowan, Suite 150, Irvine, California, 92614, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS: A. On March 26, 2003, City and Consultant entered into a Professional Services Agreement, hereinafter referred to as "Agreement ", for engineering services for Inspection and Materials Testing related to the construction of the 24 -inch Water Transmission Main on Irvine Avenue from Santiago Drive to University Drive and Jamboree Road from San Joaquin Hills Road to Eastbluff Road, hereinafter referred to as "Project." B. City and Consultant desire to amend Agreement, hereinafter referred to as Amendment No. 1, to provide additional scope of work as defined in Exhibit "A" dated April 10, 2003. de 0 0 Now, Therefore, the parties hereto agree as follows: 1. Section X, Additional Services: Consultant shall perform the additional inspection and material testing services for the project, identified in attached Exhibit A dated April 10, 2003. The fee for the additional services identified in this Amendment is $14,675. 2. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: By: Ci omey ATTEST: By.. �-I City Clerk CITY OF NEWPORT BEACH, A municipal corporation 9W TERATEST LABS, Inc. F: \USERS \PBW\Shared\Agreements \FY 02- 03 \Teratest Labs -Irvine Ave Water Main - Amendment No. 1.doc -2- 1� APR l 5 2003 Teratest Labs, Inc. A LEIGHTON GROUP COMPANY April 10, 2003 Additional Authorization for Contract No. 3412, T -03 -0302 To: City of Newport Beach Public Works Department 3300 Newport Blvd. Newport Beach, California 92658 -8915 949 - 644 -3311 fax 949 - 644 -3318 Attention: Mr. Mike Sinacori Subject: Additional Authorization to Provide Special Inspection and Material Testing Services: Jamboree Road from Santa Barbara to EastblufflFord Road -24 -inch Water Main Replacement, Newport Beach, California - Contract No. 3412 Introduction We estimate the special inspection portion will require approximately 20 weekdays and 4 Saturdays working Yz days (4hrs.). Our proposed scope and cost estimate for materials inspection is based on required continuous inspection of field welding, dye - penetrant testing and inspection of mortar. Proposed Scope of Work We anticipate our personnel will be on site periodically for both full time and part time observation and testing. Our proposed scope of work will consist of Special Inspection and Material Testing Services in support of Mark Puglisi, Newport Beach City Inspector in charge of this project. The actual scope of work or time required may be different than outlined herein. Our proposed scope based upon our understanding of the project will consist of the following: Special Inspection and Materials Testing Inspection • Field special inspection will be performed by a licensed, registered Deputy Inspector (AWS- CWI) during, pipe -seam welding (field fabrication, welding). • Field special inspection and testing will be provided on an as- needed basis to evaluate the conditions of existing structural components. 17781 Cowan ■ Irvine, CA 92614 -6009 949.253.5922 111 Fax 949.263.8843 ■ www.teratest.corn 0 • Verify Mill Certification. • Field testing per AWS specifications of: - Welding • Inspector coordination and administrative services - Laboratory compressive strength test reports - Scheduling and supervision • T -03 -0302 • Supervising QA/QC and project management will be provided by our Senior Project Engineer, as needed. Schedule Teratest is prepared to begin our work immediately upon receipt of your signed authorization to proceed. We would appreciate at least 72 hours advance notice for scheduling of field personnel at the commencement of construction; work thereafter may be scheduled with 24 -hour notice. Estimate: THIS IS A PREVAILING WAGE RATE PROJECT. We estimate the additional fees for Special Inspection and Materials Testing Services to be approximately Fourteen Thousand Six Hundred and Seventy Five Dollars ($14,675). A breakdown of the assumptions and our estimated fee for each task is provided in the attached table. The actual fee will be charged on a time - and - materials basis. The actual scope and cost may vary from that presented herein. If the actual site visits or hours requested are less than assumed, our budget would be less than estimated. Attached is a Scope of Work Agreement covering the additional services. If the scope of Work Agreement is acceptable to you, please have one original copy of the Agreement executed by a duly authorized officer and return it to us. Your assent to our beginning work before the Agreement is fully executed constitutes your agreement that the terms and conditions of this Scope of Work are acceptable to you. We look forward to again working with the City of Newport Beach. If you have any questions regarding our proposal or information that would update our fee estimate or scope of work, please call me at your convenience at (949) 253 -5922 x159. Respectfully submitted, TERATEST LABS, INC. Joe Ritchey Materials Inspection Manager 49 Teratest Labs, Inc. A LEIGHTON GROUP COMPANY • • T -03 -0302 SCOPE OF WORK AGREEMENT This Scope of Work, by and between Teratest Labs, Inc., ( "TERATEST ") and City of Newport Beach is effective as of: PROJECT LOCATION: Jamboree Road from Santa Barbara to Eastbluff/Ford Road, Newport Beach, California DESCRIPTION OF SERVICES: Deputy Inspection and Materials Testing for the Jamobree Main Waterline Project. See attached estimate dated December 06, 2002, Estimate No. T -02 -1202 TERATEST LABS: Teratest Labs, Inc. 17781 Cowan Avenue Irvine, CA 92614 Telephone: (949) 253 -5922 Facsimile: (949) 263 -8843 Prime Contact: Mr. Joe Ritchey CLIENT: I have reviewed and agree to this Scope of Work. TERATEST LABS, INC. (Signature) doe Ri }c L (Print Name) Date: � I10 I 0 3 City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92658 Public Works Department Telephone: 949 -644 -3311 Facsimile: 949 - 644 -3318 Prime Contact: Mike Sinacori City of Newport Beach By (Signature) (Print Name) Date: 49 Teratest Labs, Inc. A LEIGHTON GROUP COMPANY 0 0 Materials Inspection & Testing Additional Authorization T -03 -0302 for Jamboree Road from Santa Barbara to Eastbluff/Ford Road -24 -inch Water Main Replacement City of Newport Beach 'This rate is not valid for Swing or Graveyard shift hours. The following surcharges will apply for Swing and Graveyard shifts: Swing Shift: +10% for first 7% hours worked. Hrs. worked between 3:30pm -11 pm. Graveyard Shift: +15% for first 7 hours worked. Hrs. worked between 11 pm -6am. The above schedule of charges is based on the attached 2003 Materials Inspection and Materials Testing Fee Schedule, dated 03/07/03. The rate for an ICBO - certified special deputy inspector for this project is $58 /hour at a daily four -hour minimum. Any hours worked in excess of the four -hour minimum will be charged at the eight -hour daily rate. Same -day cancellations will be charged as a four -hour minimum. Additional inspectors, overtime, and material testing not stated above will be provided as requested with fees as presented in the attached fee schedule. Our services are dependent upon the contractor's work schedule. The above estimate is based on the Special Testing Scope of Work. Variances to the construction schedule resulting in additional hours, trips, or tests are subject to additional fees as shown in the above Estimate. April 10, 2003 City of Newport Beach T -03 -0302 49 Teratest Labs, Inc. A LEIGHTON GROUP COMPANY Unit Quantity Rate Cost 1. Steel Water Pipeline Welding Welding Inspection (AWS- CWI) Approx. 20 Hours 160 $58` $9,280* days, eight hours per day)' Overtime (Approx. 6 Days four hrs per day (Sat.) Hours 24 $87 $2,088 Dye - penetrant Hours 330 $6 $1,980 Subtotal $13,348 2. Mortar Mortar Inspection Hours 16 $58 $928 Mortar Compression Sample Each 21 $19 $399 Subtotal $1,327 TOTAL $14,675 'This rate is not valid for Swing or Graveyard shift hours. The following surcharges will apply for Swing and Graveyard shifts: Swing Shift: +10% for first 7% hours worked. Hrs. worked between 3:30pm -11 pm. Graveyard Shift: +15% for first 7 hours worked. Hrs. worked between 11 pm -6am. The above schedule of charges is based on the attached 2003 Materials Inspection and Materials Testing Fee Schedule, dated 03/07/03. The rate for an ICBO - certified special deputy inspector for this project is $58 /hour at a daily four -hour minimum. Any hours worked in excess of the four -hour minimum will be charged at the eight -hour daily rate. Same -day cancellations will be charged as a four -hour minimum. Additional inspectors, overtime, and material testing not stated above will be provided as requested with fees as presented in the attached fee schedule. Our services are dependent upon the contractor's work schedule. The above estimate is based on the Special Testing Scope of Work. Variances to the construction schedule resulting in additional hours, trips, or tests are subject to additional fees as shown in the above Estimate. April 10, 2003 City of Newport Beach T -03 -0302 49 Teratest Labs, Inc. A LEIGHTON GROUP COMPANY t . • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 p.m, on the 12th day of June 2002, at which time such bids shall be opened and read for IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT Title of Project Contract No. 3412 $2,100,000 Engineer's Estimate Ml teen G. Badum Works Director BIDDER'S LIST AVAILABLE ON CITY WEBSITE: hftp://www.city.newport- beach. ca. us /Pubworks /pwmain. htm Prospective bidders may obtain one set of bid documents at actual cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project. "A" For further inforrnation, call Michael J. Sinacori, Project Manager at(949)644-3342 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ....................................... ..................................................... SP -1 APPENDIX.......................................................................................... ............................... 2 � • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent 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 documents. 3. 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. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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 discrepancy 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. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. 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 contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. M* A Contractor's License No. & Classification WA, F-/ks�C' GDrJs �. 1►�L Bidder Authorize S' ature itle V 1 Li✓ pIb�N1 _JVWei Date 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Bond No. ICW -62 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 BIDDER'S BOND . We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Amount Bid Dollars ($ 107 of bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD - 244NCH WATER MAIN REPLACEMENT, Contract No. 3412 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents and provide the required original insurance documents for the construction of the project within thirty (30) days (not including Saturday, Sunday, and federal holidays) after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. W.A Witness our hands this30th day of May , 2002. Rasic Construction Co., Inc. Name of Contractor (Principal) Authorized ign re/T# V�� �t 5lbl�llT Insurance Company of the West Name of Surety Authorized Agent Signatcrre 17852 E 17th Street, Suite 111 Tustin, CA 92780 Daniel Huckabay, Attorney -in -Fact Address of Surety Print Name and Title (714) 832 -9900 Telephone (Notary acknowledgment of Principal & Surety must be attached) 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On 05/30/02 before me, Arturo Ayala, Notary Public Date Name, Title of Officer - E.G. "Jane Doe, NOTARY PUBLIC" personally appeared Daniel Huckabay NAME(S) OF SIGNER(S) El personally known to me - OR - �E -...* P,RTUR�t336 39t�ii rn �"'NO'SAK'l PUBLICCOUNSY(AY y ORANGE � �MY COMM. EXP. DEC. 23. 2005 ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS official seal SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) TITLE(S) DESCRIPTION OF ATTACHED DOCUMENT Bid Bond TITLE OR TYPE OF DOCUMENT ❑ LIMITED One ❑ GENERAL NUMBER OF PAGES ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) 05/30/02 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ` - • No. 0000654 ICW GROUP d No. ICW -62 Power of Attorney Insurance Company of the Weft The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint RALPH EIDEM, JR., DANIEL HUCKABAY, ARTURO AYALA, PATRICIA KNAPP than true and lawful Attomey(s) -in -Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. IN WITNESS WHEREOF, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. aw�r4. tea q � •uq �O� o @tF�aeoya��f�� ►aN ,�°a. gs� r o° O aaaaaP ! ►'� t� John H. Craig, Assistant Secretary State of California County of San Diego } Ss. INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executive Vice President On January 16, 2001, before me, Notice Porter, Notary Public, personally appeared John L. Hamium and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by them signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal. NORMAPORTER COMM #1257540 #1257540 NOTARY %10LI0- CALIrORaNA Gr SAN EREGO C O�INTY • ` - 1 My Cmm�Hon MARCH I& 2004 a■ Norma Porter, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s) -in -Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the shove resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. INwm ,msswHEREOF,Ihavesetmyhandthis 30th day of May 2002 John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the shove named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130 -2045 or call (858) 350 -2400. •CALIFORNIA ALL- PURPOSACKNOWLEDGMENT • State of CALIFORNIA County of LOS ANGELES On JUNE 12, 2002 before me, ZORKITA PASCHALL, Notary Public DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared WALTER A. RASIC, JR. NAME(S) OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(A whose name (s�y.is/arm subscribed to the within instrument and ac- zo rlrn PascPAIL knowledged to me that he /shefthey� executed Crrr -.,:zz the same in his /4erkite+r authorized " it capacity(.+esr; and that by his /her-/their , 7 ? signature(4 on the instrument the personn or the entity upon behalf of which the zoerJrAPASCt1AU person() acted, executed the instrument. J­ QCommission # 1244287 Notczy Public - California Los Angeles Couniy WITNESS my hand and official seal. *CWMBCPrMDec7. C�*A �Idu_ SIGINATURE OF NOTARY /' OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ' CORPORATE OFFICER VICE PRESIDENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EN`1T Y(IES) W.A. RASIC CONSTRUCTION CO., INC. DESCRIPTION OF ATTACHED DOCUMENT BIDDER'S BOND TITLE OR TYPE OF DOCUMENT ONE NUMBER OF PAGES MAY 30, 2002 DATE OF DOCUMENT INSURANCE COMPANY OF THE WEST SIGNER(S) OTHER THAN NAMED ABOVE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Name, Address, Telephone # Bid Item Number Description of Work Percent of Total Bid AFL �u..s- r`c�"J�ha p.- 736 -7Goc5 2�.It W�, sty r ti)S`�c�nl c0. INS. Bidder Authorized Signet refit %t f p jp 6 <� .. • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name W'h• u6lcG caNSly-umw GD•I INc- FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 21 %) aid 3D" Project Name /Number G I i4 DF C IN MISSION �E Project Description IY5 1 glao I.E. of _D" TKVl n blf Approximate Construction Dates: From JWu C =_ To: #3Y1 ?A2 Agency Name CAA W ocywi -1bE Contact Person bbw/C( Telephone (lk) Original Contract Amount $ 1 gl b�1 Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 1,30 No. 2 Project Name /Number Project Description Approximate Construction Dates: From To: �IFFy %-0D2 Agency Name G►bF L�?CatsD t bo Contact Person SSE L?Mi 5 Telephone (]V) Original Contract Amount $ 3i$ I inal Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No.3 Project Name /Numbers —�2Q ChSC IP�01Ji�(\ }(.j�r�,mari Project Description ILSAAil -3,19D 11E = e -M" IJIP Approximate Construction Dates: From 06f - 1,4MO To: fA MI) I Agency Name 1,Wb' D Wma- QE t;W1�QSr Contact Person \/M l iW Telephone (564 ti70 --4-34Z- Original Contract Amount $ U7-,10 Final Contract Amount $ t , Ofc, 88 ( If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. rXJ 0 0 No. 4 ' \ Project Name /Number �B%0N my5c 17�m�(s Pl�EV1�1G Project Description w>s�a1 StgI'l- 4 AMS 110" anal 12' Pvc- Approximate Construction Dates: From 5tXyf. =0 To: 2-DD) Agency Name W FSj .SSW YV1LLO C M WAIL-IL C4 Contact Person ' nWL'- Cw — Telephone (310)1 (aM -62-41 Original Contract Amount $ 7�ji Final Contract Amount $ 24j OD, 3$ -*-' If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. �M- i Project Name /Number tAMMlt t)eL, N - 44�C -imk t-eQ KL Project Description Jilst&o JI 51-1c�o �T i�F y +" (�Aj,G �1f�� Pl� Approximate Construction Dates: From %i7� To: D� bE& 2nQ Agency Name j-DS M&St-05 C-t(& MI bETT- DF b�(, W6" -s Contact Person 30L-"G 6:5UC-V-9-ET=0 Telephone Original Contract Amount $ 322 `) (Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 0 0 No. 6 17-11 Project Name /Number Vik-S Rd o Project Description m Approximate Construction Dates: From �W , 2-MO To: a iJ 9 2 00 Agency Name 4tI & 15�C+t WLO�%= b RT- Contact Person VAr J E-0 Telephone 6 7a 5�0 - 2347- Original Contract Amount $t,'I'li,M�Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. I Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and, other information sufficiently comprehensive to permit an appraisal of the Contractors current financial conditions. 'vJ -�. RR�IG GDtJST�Qr.I Gf1 LNG. ��--� Bidder ur Authorized S' nat itl �jice, P� 10 WjrSIC CONSTRUCTION COMPANYIC. REFERENCES OWNERIAGENCY LOCATION DATE CONTRACT CONTACT COMPLETED AMOUNT NAME PHONE CITY OF OCEANSIDE OCEANSIDE Anticipated $1,816,732 GARY BODMAN (760) 4355908 24 "AND 30" WATERLINES IN MISSION AVE. and September -02 ROYMAR LIFT STATION FORCE MAIN UPGRADES Install 9,000 Lf. of 30" TR Flex Ductile Iron Pipe & Appurtenances WEST BASIN MUNICIPAL WATER DISTRICT LOS ANGELES Anticipated $991,035 PAUL COOK (310) 6605241 WESTSIDE WATER RECYCLING Jul -02 Install 2,900 Lf. of 16" Ductile Iron Pipe CITY OF ESCONDIDO ESCONDIDO May -02 $4,200,000 STEVE DAVIS (760) 745 -2181 RECLAIMED WATER DISTRIBUTION SYSTEM Install 32,000 Lf. of 8' -18' PVC/DIP CITY OF GARDEN GROVE GARDEN GROVE October -01 $294,900 NAVIN MARL (714) 7415180 CROSS GUTTER RECONSTRUCTION 13,000 s.f. Poc Curb and Gutter, Sidewalk & Wheelchair Ramps Install 4 Catch Basins, 4 Traffic Loops, Traffic Striping & Legends CITY OF GARDEN GROVE GARDEN GROVE September -01 $862,460 NAVIN MARU (714) 741 -5180 WESTMINSTER AVE. STORM DRAIN Install 1,890 Lf. of 72 " -18" RCP LONG BEACH WATER DEPARTMENT LONG BEACH July -01 $113,230 VAN JEW (562) 570 -2342 16" WATER LINE - ROUTE 22 Install 210 Lf. of 16" CMLS Steel Pipe CITY OF LYNWOOD LYNWOOD June -01 $287,500 YADI FARHADI (310) 603-0220 ALAMEDA STREET WATER LINE Install 2,800 I.f. of 12' DIP; 9 Fire Hydrant connections CITY OF ARCADIA ARCADIA May -01 $320,255 PAT MALLOY (626) 2565554 FOOTHILL SEWER ADDITION PROJECT Install 2,0351.f. of 10" VCR; 8 manholes LONG REACH WATER DEPARTMENT LONG BEACH Mar -01 $1,067;981 VAN JEW (562) 570 -2342 PCH 30" CAST IRON MAIN REPLACEMENT Install 3,180 Lf. of 30' Ductile Iron Pipe CITY OF GLENDORA GLENDORA May -01 $638,232 JARIUS WILLIAMS (626) 914 -8254 SIERRA MADRE AVE. TRANSMISSION MAIN Install 2,190 30" CMLC Steel Pipe WEST BASIN MUNICIPAL WATER DISTRICT EL SEGUNDO Mar -01 $2,450,386 PAUL COOK (310) 6605241 CHEVRON REVERSE OSMOSIS PIPELINE Install 8,872 Lf. of dual 16' and 12" PVC Watedine CENTRAL BASIN MUNICIPAL WATER DISTRICT DOWNEY Jul -00 $184,000 PAUL COOK (310) 660$241 RIO HONDO CHANNEL AT PEDESTRIAN BRIDGE Install 320 16" Ductile Iron Pipe across Rio Hondo Channel MONTE VISTA WATER DISTRICT MONTCLAIR Jan -01 $1,215,124 ROBERTTOCK (909) 624 -0035 WELLS 19 & 20 TRANSMISSION MAIN X111 Install 4,320 Lf. of CMLC Steel Pipe LONG BEACH WATER DEPARTMENT LONG BEACH Jul -00 $2,3365,916 VAN JEW (562) 570 -2342 PCH 12- WATERMAIN Install 10,000 Lf. of 12' Ductile Iron Pipe LOS ANGELES COUNTY DEPT, OF PUBLIC WORKS MARINA DEL REY Oct -00 $2,322,961 JOLENE GUERRERO (626) 458 4975 MARINA DEL REY 24 -INCH FEEDLINE Install 5,750 Lf. 24" CMLC Steel Pipe LOS ANGELES COUNTY DEPT. OF PUBLIC WORKS COVINA Feb -00 $402,984 RAY GREEN (626) 458-4933 CURB RAMPS Remove & Replace 232 handicap ramps CITY OF SAN DIEGO SAN DIEGO Feb-00 $417,475 ANITA WELKER (619) 533-0462 SUNCREST DRIVE Install 1,720 Lf. 8" PVC pipe ALAMEDA CORRIDOR TRAN SP. AUTHORI TY LOS ANGELES Feb-00 $2,141,308 PAUL BUCKLEY (310) 329 -0102 WASHINGTON BLVD. GRADE SEPARATION Reinforce Concrete Box Culvert I Street Improvement CITY OF BREA BREA Jan -00 $1,573,347 RAUL USING (714) 671-4450 RESIDENTIAL STREET REHAB & WATER IMP Install 15,000 8" DIP I Street Improvements L.A. COUNTY DEPARTMENT OF PUBLIC WORKS MISSION HILLS Aug -99 $2,615,000 MARYAM ADHAMI (626) 458 -3149 DEVONSHIRE DRAIN UNIT #2 Install 13,000 feet of 18" - 72" RCP CITY OF COVINA COVINA Jun -99 $618,990 ROGER SANTOS (626) 858 -7255 STREET RESURFACING & WATER MAIN IMPROVEMENTS Install 3,000 feet of 12' Ductile Iron Pipe7 200,000 s .ft. Cold Plane; 5,000 tons asphalt MONTE VISTA WATER DISTRICT MONTCLAIR Jan-99 $1,481,385 RANDY HILL (909) 624 -0035 PIPELINE REPLACEMENT & RELINING (98 -3) X111 Install 24,000 feet of 8" Waterline Work Experience Sept. 2000 - Present: 1998 - Sept. 2000: 1997 - 1998: 1995 - 1997: 0 Javph•W. A W. A. Rasic Construction 0 Lynwood Ca. * Upgraded Existing Computerized Estimating Program. * Reviewing all projects, labor and equipment utilization. * Working toward increased sales over $5 million. Atkinson Grading and Equipment Rental Huntington Beach Ca. Increased sales from $2 million to $4 million. �Y Managed and oversaw all field personnel. Implemented computerized estimating and job costing. Giangregorio Construction Baldwin Park Ca. Completed $1.8 million dollar Storm Drain project in Ojai Ca. Constructed Earth fill Dam and Rip Rap Facing. Install 96" S.D Murray Company piping and 10'x8' Reinforced Concrete Box. Supervised over 40 employees million dollar sewer project Managed all field personnel of 13,000 L.F. of 102" - 78" Irwindale Ca. for L.A. Dept. Carson Ca. while constructing a $10 for L.A.County San. Dist. and equipment for the placement R.C.P. Storm Drain in of Public Works. 1989 - 1995: Mladen Buntich Construction Simland Ca. Installed $2.8 million Pump Station in City of Beverly Hills Completed $9.5 million 96" sewer project for Orange Co. San. Supervised $20 million dollar Reclaimed Water for West Basin. Completed $18.5 million dollar Water Project for Orange Co. Water Dept. 1985 - 1989: 1983 - 1985: 1975 - 1983: 1973 - 1974: 1970 - 1973: Summer Work 0 0 K.E.C. Company * Work as liaison between office and field personnel. Corona Ca. * Estimated various engineering construction projects. Supervised $3 million dollar water line project for M.W.D. Akridge Backhoe Rental * Owner operator. Temecula Ca. * Rented excavating equipment to northern and southern California Engineering Contrators,(W.M. Lyles,Doty Bros., Macco, Hood Corp.,Herman Weissker ,C.P.Construction,So.Cal. Gas Co. John W. Akridge & Son Visalia Ca. * Worked as general labor on all types of roadway construction projects. * Successfully work up to pipe and concrete foreman. K.E.C. Company Hawaiian Gardens Ca. * work as general labor on Storm Drain Box project in city of L.A. Charles J. Rounds Construction Azusa Ca. * Worked as general labor on Storm Drain projects, R.C.B.'s, R.C.P., Vertical wall channels,Sewer pipelines. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 244NCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Lm Asib i,t✓i ) A . RASIG L yC being first duly sworn, deposes and says that he or she is vLGE V &Ud PE*-tr of 11. A-F- k%\& C E6MI[ x6066,, IAGthe parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. W.N. R.ASti; C�]SS7�uc11DN Gr�l It1G. Bidder Aut orized natu T e VIDE �) eL AbENT Subscribed and sworn to before me this day of , `WvE 2002. [SEAL] Q, Notary Public My Commission Expires: 11 ZORKRA PPSCHALL _ Commission # 1244437 z i M - Notoiy Pub'c - Cd;farua Los Angeles County MyComm.B =sD.x7,MM 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 DESIGNATION OF SURETIES Bidders name WA, RKIL r- W5:MAk(ffaIN -b-� I O G Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): u ,._1 I'I$52 r✓- (fit` Skect r (loft- III, JruJ n CA g2780 a a@: 1,bM ffiff C;Ak '�I1VA-L4 6PA AAaxco (71�t)51b -123Z- 12 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL 1idders Name :mot. u I'...11 Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2001 2000 1999 1998 1997 Total 2002 No. of contracts g j D Total dollar Amount of Contracts (in (p1IDD r ��SDD �tt7�� 11;% � �i��D d x 01330 Thousands of $ No. of fatalities No. of lost Workday Cases 2 Z p 0 No. of lost workday cases involving V ll permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder W.R. WkCI GbIQS> Il Or`1 (�•, ���' Business Address: 1117-,(6 W N (�,kT akV _ LYfJWOW Ck Jb262- Business Tel. No.: (30) 99(o -05F1 Q State Contractor's License No. and Classification: 3b$i (o A Title \ju)E The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. vJ'R. Wkc- GbNsTXJX( lOtJ C8•, 106- . Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title RM If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 CALIFORNIA ALL- PURPOSACKNOWLEDGMENT • State of CALIFORNIA County of LOS ANGELES On JUNE 12, 2002 DATE before me ZORKITA PASCHALL, Notary Public NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC' personally appeared WALTER A. RASIC, JR. NAME(S) OF SIGNER(S) 'I6personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(sl'whose name(a9.is /are subscribed to the within instrument and ac- knowledged to me that he /sheftfi executed zORKITAPASCHALL the same in e his /h-'�Trihe;r- authorized a Commission #1244287 NotoryPubFic- Colifomiq capacity(i4s} and that by his /h�r/th�ir � '` -, ✓ LOS Ang ;eS County signature(ey on the instrument the personA, MY Comm. F,, IL or the entity upon behalf of which the person(;) acted, executed the instrument. WITNESS my hand and official seal. '(A Ow6y SIGNAT RE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL CORPORATE OFFICER VICE PRESIDENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) W.A. RASIC CONSTRUCTION CO., INC. PROPOSAL TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 ACKNOWLEDGEMENT OF ADDENDA Bidders name \0 .1 Imc, - The bidder shall signify receipt of all Addenda here, if any: Date Received 15 ., 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: W1, F,ASt G ULA a U'(jW 66.1 W Business Address: 1f1JE�GK F-Oft, I�yTD, CA 507-(07- Telephone and Fax Number: California State Contractor's License No. and Class:—:3 ( 9 to I A (REQUIRED AT TIME OF AWARD) Original Date Issued: 1118 Expiration Date: . 1 --31- 90.3 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: -A oe- c) Y T "), The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone WK Nes Aak-t A-AIA tG , q .easuYCr 117.1v Ibfi Pt;1 U, �kstc, �rli Nes,uuOt' L NUJ(�D, 6A 90262- L(,O wAi,W,UA. V-A-clC ,IVL- virD NfSOL O' (310) 8810'059 Corporation organized under the laws of the State of CKI'F04 I k 16 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: -W-IN, "Sic- aosiT -k cmatJ co., jfJG For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NY7Yl ii Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. }� D Have you ever failed to complete a project? If so, explain. , r 0 For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab,o ompliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes /&0 Are any claims or actions unresolved or outstanding? Yes / 17 ., ... • If yes to any of the above, explain. (Attach additional sheets, if necessary) M Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. \N,1t. RASIC- CflNS(RaAL Op j Bidder CO.) I klG . \N &VTR /4- f IMtL (Print name of Owner or President Ime Date Subscribed and sworn to before me this �_ day of JLItJ'E- .2002. fA C�1044&0 I �&Tk� �oo C, [SEAL] Dec7,7DD3 ZCJTA PAP S CHALL i Comm :on 1?` -.•?37 z � 3 � -` f�otay Put':c - Ca'aria �. "� Los Ang =te; County ir AAyCommm 18 18 0 �J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Original Certificates) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMOBREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD — 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 CONTRACT THIS AGREEMENT, entered into this _ day of , 2002, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and W.A. Rasic Construction Co., Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff /Ford Road — 24 -inch Water Main Replacement Project Description Contract No. 3412 WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractors bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3412, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of -the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 0 E C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of two million, one hundred fifty -nine thousand, three hundred seventy and 09/100 Dollars ($2,159,370.09). 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 obstructions 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 6443342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR W.A. Rasic Construction Co., Inc. 11126 Wright Road Lynwood, CA 90262 310 - 886 -0590 310 - 886 -0589 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 04 0 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 23 0 0 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 0 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY OF NEWPORT BEACH A Municipal Corporation By. l.5 --2S Mayor APPROVED AS T R W.A. RASIC CONSTRUCTION CO., INC. C By: C ATTORNEY Authorized Signature and Title Peter L. Rasic Vice President 25 JUL -10 -2002 17:09 f'L,uRR koCK 1 11"1 Commercial Associates Insurance 4226 E. La Palma Avenue Anaheim, CA 92807 11126 Wright Rd. Lynwood, CA 90262 COMMERCIAL ASSOCIATES 714 524 4940 P.02i08 ur LIA51 I I Y INS NCE DAM(VWDD/1Y) 07/10/2002 S24 -4940 THIS CERTIFICAT SUED A5 A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE B; Peerlesss THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED SY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLANS. INSN LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE- DATE EXPIRATION LIMITS A GENERAL LIABILITY X CONNERCIAL GENERAL LABILTTY CLAIMS MADE O OCCUR X owners & Contracto HA120290 0$/01/2002 05/01/2003 EACH OCCURRENCE S 1,000,000 FIRE DAMAGE (Any Ana fft) S S0,00 MED EXP (My We PFrson) S 5.000 PERSONAL & ADV INJURY S 1,000.0 GENERAL AGGREGATE S Z'000,00( GFXL AGGREGATE LIMITAPPUES PER'. POLICY PECOT- Lac PRODUCTS - COMPIOP AGG S Z, ODD, B LA01.RY OO ALL OWNED AUTOS bCHEDULEDAUTOS NOWO AUTOS NONAWNED AUTOS CBP9583S12 THIS CERTIFICATES ALL PREVIOUS CER 05/01/2002 PERSED ES IFICATES 05/01/2003 (Ea D SINGLE LIMIT ad&'� S 1x000,00 BODILY INJURY e,EOn (PW P) S BODILY INJURY IF" gab=) S PRDPERTY DAMAGE (Pere idvnl) S GARAGE LIAftUTY ANY AUTO AUTO ONLY -EA ACCIDENT S OTHERTHAN EA ACC AUTO ONLY, AGG S S A EX-CEBSLUUanJTr X OCCUR ❑CLAIMS MADE DEDUCTIBLE X RETENTION S 10, DO ZHNZ06335 OS /01/2002 05/01/2003 EACH OCCURRENCE S 4,000,0 AGGREGATE S 4,000,00 S s S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY I TORVLIMITS I I ER E.L. EACH ACCIDENT 5 E.L. DISEASE - EA EMPLOYEE S E.L DISEASE. POLICY LIMIT S OTNER DESCRIPTION OF OPERATIONSrLOCATIONSNEHICLEMD =USWNS ADDED BY ENDORSEMENTISPOCIAL PROVISIONS ro)ect: Irvine Ave. from Santiago to University & Jamboree Rd. from Santa Barbara to Eastbluff /Ford Rd ntr #:3412.The City of Newport Beach Public Works Department, its officers, officials, employees & lunteers are added as additional insured per endorsement attached. Coverage afforded to certificate lder is be primary & non - contributing with insurance held by certificate holder, Aggregate limits ply per project.Waiver of subrogation applies. Additional insured respects auto liability per GECA701 A City of Newport Beach Public Works Department Attention: Shauna Lyn Olyer 3300 Newport Boulevard Newport Beach, CA 92663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE TNEREOF, THE ISSUING COMPANYWILL 19000NO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, JUL -10 -2002 17:09 ' COMMERCIRL RSSOCIRTES 714 524 4940 P.03/08 POLICY NUMBER: K ?L1200 COMMERCIAL GENERAL LIABILITY W. A RASIC CONSTRUCTION CO., INC. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR -CONTRACTORS. - (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART_ SCHEDULE Name of Person or Organization: The City of Newport Beach Public Works Department, its officers, officials, employees and volunteers ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE OBLIGATED BY VIRTUE OF A WRITTEN CONTRACT OR BY THE ISSUANCE OR EXISTENCE OF A PERMIT, TO PROVIDE INSURANCE SUCH AS IS AFFORDED BY THIS POLICY. (If no entry appears above, informe.'o i required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization. shown in the Schedule, but only with respect to liability arising out of "your worn for that insured by or for you. IF YOU ARE REQUIRED BY A WRITTEN CONTRACT TO PROVIDE PRIMARY INSURANCE, THIS POLICY SHALL BE' PRIMARYAS RESPECTS YOUR NEGLIGENCE AND CONDITION 4. OTHER INSURANCE DOES NOT APPLY, BUT ONLY WITH RESPECT TO COVERAGE' PROVIDED BY THIS POLICY. CG 20 1.0 1135 Copyright, insurance Services Office, Inc., 1994 Page 1 of 1 JUL -10 -2002 17:10 COMMERCIRL RSSOCIRTES 714 524 4940 P.04i08 AbYAt, rx • • ST7NAUSANCE This Endorsemerrt Changes The Policy. Please Read It Carefully. ASSUMPTION OF LIABILITY ENDORSEMENT For value received, the undersigned Reinsurer hereby agrees that in the event of the Insolvency of the Reinsured, the undersigned Reinsurer will immediately become liable for 100% of all coverage and any loss payable under the above identtiied policy covering the Insured and the Mortgage or i3eniAclary under any present or future mortgage or trust peed as their respective interest may appear, subfevt &ways to other terms of said policy. As a condition precedent to payment hereunder, the Reinsurer shalt be subrogated to all rights of the Insured and Mortgagee or Beneficiary to the ereant of such payment ROYAL SURPLUS LINES INSURANCE COMPANY ROYAL INSURANCE COMPANY OF AMERICA (REINSURED) ( REINSURER) J es A. Dixon VICE PRESIDENT (Official Title) J es A. Dcton VICE PRESIDENT (Official Talle) This endorsement effective 05/01/2002 forms part of Policy Number K2HA120290 issued to W.A. RASIC CONSTRUCTION COMPANY, INC. by Endorsement No.! JUL -10 -2002 17:10 COMMERCIAL ASSOCIATES 714 524 4940 P.05i08 THIS ENDORSEMEOCHANGES THE POLICY. PLEASE REA CAREFULLY. COMMERCIAL AUTO GOLD ENDORSEMENT This endorsement modifies insurance provided under the following; BUSINESS AUTO COVERAGE FORM SECTION 11 . LIABILITY COVERAGE A. COVERAGE 1. WHO IS AN INSURED The following is added: d. Any organization, otherthan a partnership or joint venture, over which you maintain ownership or a majority interest on the effective date of this Coverage Form, if there is no similar insurance available to that organization. e. Any organization you newly acquire or form other than a partnership or joint venture, and over which you maintain ownership of a majority interest. However, coverage under this provision does not apply: (1) If there is similar insurance or a self- insured retention plan available to that organization; or (2) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. f. Any volunteer or employee of yours while using a covered auto" you do not own, hire or borrow in your business or your personal affairs. Insurance provided by this endorsement is excess over any other insurance available to any volunteer or employee. g. Any person, organization, trustee, estate or governmental entity with respect to the operation, maintenance or use of a covered 'auto" by an insured, if: (1) You are obligated to add that person, organization, trustee, estate or governmental entity as an additional insured to this policy by: (a) an expressed provision of an "insured contract ", or written agreement; or (b) an expressed condition of a written permit issued to you by a governmental or public authority. (2) The "bodily injury" or "property damage" is caused by an "accident" which takes place after. (a) You executed the "insured contract" or written agreement; or (b) the permit has been issued to you. 2. COVERAGE EXTENSIONS a. Supplementary Payments. Subparagraphs (2) and (4) are amended as follows: (2) Up to $2500 for cost of bail bonds (including bonds for related taf fic law violations) required because of an "accident' we cover. We do not have to furnish these bonds. GECA 701 (01 /01) Includes copyrighted material of Insurance services Offices, Inc. with its permission AflMIT rrncv Page 1 of 4 JUL -10 -2002 17:10 COMMERCIAL ASSOCIATES 714 524 4940 P.06i08 (4) All reasonable expenses incurred by the "Insured" at our request, including actual loss of earning up to $500 a day because of time off from work. SECTION III - PHYSICAL DAMAGE COVERAGE A. COVERAGE The following is added: 5. Hired Auto Physical Damage a. Any "auto" you lease, hire, rent or borrow from someone other than your employees or partners or members of their household is a covered "auto" for each of your physical damage coverages. b. The most we will pay for "loss" in any one "accident" is the smallest of (1) $50,000. (2) The actual cash value of the damaged or stolen property as of the time of the "loss "; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. if you are liable for the "accident , we will also pay up b $500 per "accident" for the actual loss of use to the owner of the covered "auto." c. Our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by an amount that is equal to the amount of the largest deductible shown for any owned "auto" for that coverage. However, any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. d. For thus coverage, the insurance provided is primary for any covered "auto" you hire without a driver and excess over any other collectible insurance for any covered "auto" that you hire with a driver. 6. Rental Reimbursement Coverage We will pay up to $75 per day for up to 30 days, for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto." We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your materials and equipment from the covered "auto.' K "loss" results from the total theft of a covered " auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. 7. Customized Furnishings Coverage We will pay with respect to a covered "auto" for "loss' to custom furnishings including, but not limited to: „_a. Special carpeting and insulation; b. Height - extending rods; c. Custom murals, paintings, or other decals or graphics. Our limit of liability for loss to custom furnishings shall be the least of. a. Actual cash value of the stolen or damaged property as of the time of the loss; or Includes copyrighted material of Insurance Services Offices, Inc. with its permission GECA 701 (01101) Page 2 of 4 JUL -10 -2002 17:10 COMMERCIAL ASSOCIATES 714 524 4940 P.07/0e b. The amount necessary to lair or replace the property; or • c. $500. This coverage does not apply to electronic equipment. S. Lease Gap Coverage If a long -term leased "auto" is a covered "auto" and the lessor is named as an Additional Insured - Lessor, In the event of a total loss, we will pay your additional legal obligation to the lessor for any difference between the actual cash value of the "auto" at the time of the loss and the "outstanding balance" of the lease. "Outstanding balance" means the amount you owe on the lease at the time of loss less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; and lease termination fees. B. Exclusions The following is added to Paragraph 3 The exclusion for "loss" caused by or resulting from mechanical or electrical breakdown does not apply to the accidental discharge of an airbag. Paragraph 4 is replaced with the following: 4. We will not pay for "loss" to any of the following; a. Tapes, records, disks or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment. b. Equipment designed or used for the detection or location of radar. c. Any electronic equipment that receives or transmits audio, visual or data signals. Exclusion 4.c does not apply to: (1) Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, If the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be Sol* operated by use of the power from the "auto's" electrical system, in or upon the covered "auto "; or (2) Any other electronic equipment that is: (a) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system; or (b) An integral part of the same unit housing any sound reproducing equipment described in (1) above and permanently installed in the opening of the dash or console of the covered "auto" normally used by the manufacturer for installation of a radio. D. DEDUCTIBLE The following is added: No deductible applies to glass damage If the glass is repaired rather than replaced. SECTION W. BUSINESS AUTO CONDITIONS A. LOSS CONDITIONS Item 2.a. and U. are replaced with; GECA 701 (01101) Includes copyrighred material of Insurance Services Offices. Inc. with its permission I1RC:LR I'K1DV Page 3 of 4 JUL -10 -2002 17:11 COMMERCIAL ASSOCIATES 2_ Duties In The Event of Ant, Claim, Suit, or Loss • 714 524 4940 P.08i08 a, You must promptly notify us. Your duty to promptly notify us is effective when any of your executive officers, partners, members, or legal representatives is aware of the accident, claim, "suit', or loss. Knowledge of an accident, claim, "suit', or loss, by other employees) does not imply you also have such knowledge. b. To the extent possible, notice to us should include: (1) How, when and where the accident or loss took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the accident or loss. The following is added to 5. We waive any right of recovery we may have against any additional insured under Coverage A. 1 _ Who Is An Insured g., but only as respects loss arising out of the operation, maintenance or use of a Covered "auto" pursuant to the provisions of the "insured contract ", written agreement, or permit. B. GENERAL CONDITIONS 7. e. is added: e r" ,ii parts of the world for an "auto" you hire � less than 30 consecutive days, If the insured's res, onalbllity to pay damages is determined in a "suit on the merits in the territory described in 7. a - 7. d. 9. is added: 9. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Your unintentional failure to disclose any hazards existing at the effective date of your policy will not prejudice the coverage afforded. However, we have the right to collect additional. premium for any such hazard. COMMON POLICY CONDITIONS 2b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. Includes copyrighted material of Insurance Services Offices, Inc. with its permission Page of TOTAL P.08 JUL -12 -2002 FRI 10:16 AN CAL SURANCE Rqq- togq- 33ree FAX N0. 7149391654 0 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OLMJNED ABY THE CITY QF NEWPORT BEACH. P. 01 /01 DATE RECEIVED: DEPARTMENT /CONTACT RECEIVED FROM:, Qrle.- DATE COMPLETED: '-7 -JZ -0 d . SENT TO: @ t O�- BY: AY44 ke r- COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: C.t D . A . &d S / c— Yr s± L GENERAL LIABILITY: A. INSURANCE COMPANY: �h C B. AM BEST RATING (A VII or greater):_ C. ADMITTED COMPANY: ( Must be Califomia Admitted) Is company admitted in California? Yes No _ D. LDAM; (Must be $1, 000,000 or greater) What is limit provided? E. PRODUCTS AND COMPLEM OPERATIONS: (Must Include) Is it included? Yes NN F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and volnuteas). Is it included? Yes_ ' No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yesm-�No„ H. CAUTION! ( Confirm that loss or liability ofthe Named insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes" No-X-' L NOTIFICATION OF CANCELLATION: Although there is a provision that requires notificarion of cancellation by certified mail; pa Lateen Farley the City will accept the endeavor wording. IL AUTOMOBILE LIABILITY: n _ A. INSURANCE COMPANY: p t`t � I �S ! ) S C . B. AM BEST RATING (A VII or greater): X Z' C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes _ZNo D. LIMITS: ( Must be $1, 000,000 minimum BI & PD and 5500,000 UM) What is limits rovided? ) m 7l- E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers agn, officials, employees and volunwers). Is it itcluded? Yes .,�CNo,_ 4- F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes_ No n� G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notficatma of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wordmg,_ � M. WORKERS COMPENSATION: no L A. INSURANCE COMPANY: B. AM BEST RATING (A VII or greater)_ C. I.Bv=. Statutory D. WAVIER OF SUBROGATION: (To include HAVE ALL ABOVE REQUIREMEN IF NO, WHICH ITEMS NEED TO EU pyou r de 'D Is ' included? Yes, No COELEEtIY ni Company Profile • • Page 1 of 2 Company Profile I n sl A nce INSURANCE COMPANY OF THE WEST PO BOX 85563 SAN DIEGO, CA 92186 -5563 800 - 877 -1111 Agent for Service of Process JAMES III W. AUSTIN, 11455 EL CAMINO REAL SAN DIEGO, CA 92130 -2045 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 27847 0922 2071 -9 May 17, 1972 UNLIMITED- NORMAL Property & Casualty CALIFORNIA Dines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the log ssarv. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS http:/ /www4.insurance.ca.gov /wu/idb_co _prof utl.get_co prof9p_EID =5809 07/15/2002 • • PR1of12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMBOREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3412 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization, Demobilization and Cleanup @ Dollars l�ll�ws and 0 Cents s $ %Ob,cx) Per Lump Sum Irvine Avenue Transmission Main Replacement 2. 5,561 LF Furnish and Install 24 -inch CML &TW Steel Pipe @'ufvt-7 a --�S Dollars /' and 2 jcents $ I Z7 $ —7v9,2t�.9� Per Lineal Foot �;AIX.�� r� 3. Lump Sum Furnish and Install Connection at Santiago Drive s� n 4 0j:�"'�D f o h @ Dollars and zero Cents Per Lump Sum • • PR2of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Furnish and Install Connection at University Drive Dollars and ZafJ Cents Per Lump Sum 5. 3 EA Furnish and Install 8 -inch Lateral Connections (at Private Drive, Indian Sprin6g Lane and 23rd Street) @ Dollars and 33 -t:, r Cents 12 13 Per Each 6. 1 EA Furnish and Install 6 -inch Lateral Connection (Sta. 42 +00) @ Dollars and ze ro Cents Per Each 7. 1 EA Furnish and Install 4 -Inch Lateral Connection (Sta. 47 +63) @ Dollars and 2-lel -0 Cents Per Each 8. 2 EA Furnish and Install 4 -inch Valve with 2 -inch Service Connection (Sta. 43 +11 and Sta. 45 +00) -tk( LL Six hvWd ') @ iwe 2tv Dollars and s= Cents Per Each CL $ • • PR3of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 6 EA Furnish and Install Fire Hydrant with 2 -inch Service Connection 5.X eu�e.w J tL C %UA3 reD Dollars and 33 q 4r� Cents U Z3ti $ 3�, `io5 Per Each 10. 3 EA Furnish and Install Fire Hydrant Dollars and U-1 01 s �fy Se�zti Cents U,O� y $ 18, 0-1 't Per Each 11. 8 EA Furnish and Install 24 -inch Butterfly Valve @ l; r-p_k Dollars and sell Cents $ s,1ts3 $ t-i1, Per Each 12. 4 EA Furnish and Install 2 -Inch Air and Vacuum Release Valve Assembly @ tl ,,f + < Dollars and ds -Lwt1, {U Cents $ 2>sls $ lti kl_ l� Per Each 13. 1 EA Furnish and Install Blow -off Assembly @_ Dollars and ?� r� Cents Per Each • • PR4of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. 8 EA Furnish and Install Anode Test Station `\\ Dollars and -JS SCUent� �.� Cents $ ? . �3 $ B q o Per Each 15. 3 EA Furnish and Install Insulating Flange Test Station (@ �h -� Dollars and 33 '19 Cents Per Each 16. 41 EA Pothole Utilities and Connections Dollars and Z9 3q -twe'j Cents S$1 $ ag c)-175 Per Each 17. Lump Sum Pressure Test, Disinfect and Flush New Mains Dollars and Zero Cents $ to X35 f Per Lump Sum 18. Lump Sum Abandon in Place Existing 12 -inch Water Main Dollars and z�v Cents Per Lump Sum 19. Lump Sum Furnish and Install 15 -inch RCP and Catch Basin @ Dollars and Cents Per Lump Sum @ pnsZ Dollars and 2s ro Cents Per Square Foot 22. 7,280 SF Remove and Replace Back Bay Bike and Walking Trail @ two Dollars and a z o Se�etSt� n4\' . Cents $ a $ do, 'SO Per Square Foot 23. Lump Sum Remove and Replace Existing Curb, Gutter and Sidewalk Ewerth� } o�anJ tw, k"6rcJ @ Sxv4..v Dollars and Z Q Cc) Cents Per Lump Sum 24. Lump Sum Protect in Place or Replace in Kind Existing Landscaping and Exposed Aggregate Concrete Dollars and 7 � Cents $ 3z, U iS Per Lump Sum • • PR5of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. Lump Sum Replace Traffic Loops Damaged by Construction 3.' -kv. 3 @ Dollars and zs c> Cents $ ti S5 Per Lump Sum 21. 24,000 SF Grind 1 -1/2 -Inch AC and Place 1 -1/2 -Inch Final Asphalt Pavement Overlay @ pnsZ Dollars and 2s ro Cents Per Square Foot 22. 7,280 SF Remove and Replace Back Bay Bike and Walking Trail @ two Dollars and a z o Se�etSt� n4\' . Cents $ a $ do, 'SO Per Square Foot 23. Lump Sum Remove and Replace Existing Curb, Gutter and Sidewalk Ewerth� } o�anJ tw, k"6rcJ @ Sxv4..v Dollars and Z Q Cc) Cents Per Lump Sum 24. Lump Sum Protect in Place or Replace in Kind Existing Landscaping and Exposed Aggregate Concrete Dollars and 7 � Cents $ 3z, U iS Per Lump Sum • • PR6of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25. 20 CY Furnish and Install Additional % -inch Rock Backfill in Ground Water or Unstable Ground Conditions @ Dollars and k; lv Cents H °1 $ 0,010 Per Cubic Yard 26. 20 CY Furnish and Install Additional Imported Sand Bedding for an Additional 12- inches of Over Excavation due to Rock @ Qoi tine Dollars and Cents Per CtUW Yard 27. Lump Sum Archaeological Excavation and Monitoring 5LUenTA.l }�r,o.,aa�J �`K @ Dollars and _Le (G Cents $ \-1,uSS — Per Lump Sum 28. Lump Sum Remove and Replace Existing Traffic Signalronduit nnst�.ur� o.,�crJ s��e,•, @ rw" a.s, ^ ;"� Dollars and Zsz au Cents Per Lump Sum 29. Lump Sum Traffic Control @ Dollars and _ 7-ey-c; Cents $ c,o` Per Lump Sum 0 • PR7of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 30. Lump Sum Excavation Safety Dollars and Cents Per Lump Sum Jamboree Road Transmission Main Replacement 31. 2,715 LF Furnish and install 24 -inch CML &TW Steel Pipe @ oL�Yf� Dollars and T�)40Afents Per Lin al Foot 32. Lump Sum Furnish and Install 12 -inch Connection at San Joaquin Hills Road -Lut ,-t.p o,, �A -G�-r Dollars and -Z-e-. CD Cents Per Lump Sum 33. Lump Sum Furnish and Install 30 -inch Connection at San Joaquin Hills Road t W,t,p Eo 4\0.1c,.z a ;sHA- @ co-6 o,� Dollars and zs. i-c Cents Per Lump Sum 34. Lump Sum Furnish and Install 12 -inch Lateral Connection at Station 106 +70 seu� -lam �,wWo.J s:,( @ �whi C� $Q (Ytr N.tiR Dollars and 7V cU Cents Per Lump Sum $ s,soa $ 7, 76$-�� $ '.1'1 , $6 1 • • PR8of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 35. Lump Sum Furnish and Install 12 -inch Lateral Connection at Station 116 +12 @ Dollars and Z,- fL) Cents $ 1U,S19 Per Lump Sum 36. Lump Sum Furnish and Install 18 -Inch Connection at Eastbluff Road I1rlR:�2JLN •¢- 1S�Aa- @hueyr« Dollars and 2,o Cents g, C� r,,,�6' Per Lump Sum 37. 1 EA Furnish and Install Fire Hydrant @ Dollars and 7_�_rcu Cents 'I S `l $ Per Each 38. 2 EA Furnish and Install 24 -inch Butterfly Valve @ hung u; s,yt + Dollars and s, —Cents S,?,1o2 _ $ 161 Per Each 39. 2 EA Furnish and Install 2 -inch Air and Vacuum Release Valve Assembly @ Dollars and -5 Cents 15 1CtID $ lk�`+l� Per Each 40. 3 EA Furnish and Install Anode Test Station @_ Dollars and Z � Cents $ 3 — $ k t 1� t — Per Each • • PR9of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 41. 2 EA Furnish and Install Insulating Flange Test Station OM. @ u �S4- se�xti Dollars and so Cents $ _ t ;-1 �6_1 $ 3. s`lS Per ac 42. 39 EA Pothole Utilities and Connections Sit Iw�a ec� @ Dollars andJ L' 011 Rort'p c5n.e Cents $ (0 1-1 $ a ti , C) -I �6 Peach 43. Lump Sum Pressure Test, Disinfect and Flush New Mains tom... imta+Jc,.�J s•X @ Dollars and Z�rcJ Cents $ Ic"u-10 ' Per Lump Sum 44. Lump Sum Abandon in Place Existing 20 -inch Water Main p Dollars and Ze(� Cents $ Likibky Per Lump Sum 45. 2 EA Abandon in Place Existing Valve Vaults 15"C ° ' o e lwnared @ Dollars and zczru Cents Per Each 46. Lump Sum Modify Existing Valve Vault South of San Joaquin Hills Road F1ec 4.Q;'0.3 s•uw 65 Dollars and Z_k_ Cents Per Lump Sum • • PR 10 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 47. Lump Sum Remove and Relocate Existing Street Light S,t T�Gw4�J -t1.ree Dollars and 7� /Z Cents Per Lump Sum 48. Lump Sum Replace Traffic Loops Damaged by Construction tw:lk 'j�ovon3 tirtt @ tiw���� g= estii Dollars and Cents Per Lump Sum 49, 39,000 SF Grind 1 -1/2 -Inch AC and Place 1 -1/2 -Inch Final Asphalt Pavement Overlay @ Dollars and �l �y _Lhre-C Cents Per Square Foot 50. 4,500 SF Grind 2 -Inch AC and Place 2 -Inch Final Asphalt Rubberized Overlay $ L'a I ' $ I2,:3`fb- $ \Z' 3'y$ — e S3 $ 3Z, 3 tU @ Dollars and z Cents Per Square Foot 51. Lump Sum Remove and Replace Existing Curb, Gutter and Sidewalk rc;51.k- @ 1��r 1nJ Lit f�rDollars and �c Cents Per Lump Sum e 1 • • PR 11 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 52. Lump Sum Protect in Place or Replace in Kind Existing Landscaping and Stamped Concrete Median tl. itl hi �Q. �f�pvlca�c7 �•X @ hu,a �J k.slt e ;QOr Dollars and Cents Per Lump Sum 53. 20 CY Furnish and Install Additional 3/4-inch Rock Backfill in Ground Water or Unstable Ground Conditions @ Qo Dollars and i Cents ti°t $ qqc Per Cubic Yard 54. 20 CY Furnish and Install Additional Imported Sand Bedding for an Additional 12- inches of Over Excavation due to Rock @ n;nR Dollars and s� %t Cents `� $ Oi 90 � Per Cubic Yard 55. Lump Sum Traffic Control rime yro�'an.�reP @ hwa,CJ Ll�i�4 Dollars and $ego Cents $ a'?�SO' Per Lump Sum 56. Lump Sum Excavation Safety Q 44"r"," @ w Ere J Dollars and Ze; y Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and Cents � k WE ( -Z- , Date (-310880-MC) 3�a 886-�58� Bidder's Telephone and Fax Numbers ?A10 IN Bidder's License No(s). and Classification(s) PR 12 of 12 K> Total Price (Figures) W -/t . Rhs46 Cbt 2 "OIQ Bidder Bid er's Aut oriz d ature and Title VtCF, pS Mz-(o WP T Rf, 9ozbz Bidder's Address r �Jur, 6, 2002 9:24AM CNB,6 kc Works 90-644-33H • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADgENDUM NO. 1 No-2307 P. 1/4 Page: 1 of 3 RECEIVED .UN 0 6 2002 W. A. BASIC IRVINE AVENUE from SANTIAGO to UNIVERSITY and JAMBOREE ROAD from SANTA BARBARA to EASTBULFF /FORD ROAD 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. C -3412 DATE: June 5, 2002 BY: z blic Works Director TO: ALLPLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents - all other conditions shall remain the same.. SPECIAL PROVISIONS PART 1 -- GENERAL PROVISIONS 1. Modify section 6 -7 TIME OF COMPLETION to increase the number of working days to 180 from the Notice to Proceed.. 2. Replace section 6 -9 LIQUDATED DAMAGES with the following: 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the one hundred and eighty consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1000. Jun. 6. 2002 9 :24AM CNB�Iic 'Forks 949- 644 -M H No-2307 P. 2/4 .I Page: 2 of 3 PART 2 . -- CONSTRUCTION MATERIALS 1. After Section 207 -9.5 (AWWA Reslilient Wedge Gate Valves), Add the following section: "207 -9.6 Air and Vacuum Release Valve Assembly 207 -9.6.1 General. The City of Newport Beach Standard Drawing No. STD -515 -L shall be modified as follows. All air and vacuum release valves shall be a combination air valve, Apco 145C, Val -Matic 202C or Crispin UL 20. The float and all internal parts/trim shall be Type 316 stainless steel, the seats/seals shall be Buna -N rubber (chlorine resistant), casing bolts /nuts shall be Type 316 stainless steel and the drain plug shall be bronze. The interior coating shall be NSF61 approved epoxy (liquid epoxy - factory applied- Tnemec Series 140 Pota Pox Plus or approved equal; or fushion bonded — factory applied- 3M Scotchkote 134 Fusion Bonded Epoxy or approved equal), 12 mil minimum dry film thickness and holiday tested. The Contractor shall submit specific valve model for Engineer review and approval prior to Contractor purchase or installation." 2. Under Section 207 - 10.2.1 General (Fabricated Steel Pipe), Delete the first paragraph in its entirety and Replace with the following: "20710.2.1 General. Delete paragraph 4 in its entirety beginning with "Prior to fabrication of pipe... ". Replace with the following: "Only pipe manufacturers and fabricators with at least 10 years of successful experience in manufacturing, fabricating, lining and coating of the type of pipe specified are qualified for this work. Prior to the manufacturing of the steel pipe cylinders, the Contractor shall submit for approval detailed shop drawings of the steel pipe material and joint details. Prior to fabrication of any specials containing outlets /fabricated fittings, the Contractor shall submit for approval detailed shop drawings of the steel pipe and outlets to be attached to the pipe, and all fabricated fittings to be incorporated in the pipeline, together with erection profile drawings (pipe laying diagrams). The Contractor shall be responsible to field verify the location and depth of all utilities and points of connection prior to submittal of these pipe laying diagrams. The pipe laying diagrams shall show, as a minimum, the following: " PART 3 -- CONSTRUCTION METHODS 3- Under Section 306 - 1.2.14.1 (Installation of Pipe), Delete paragragh 8 beginning with, "The protective stulling and bracing..." in its entirety and Replace with the following: "The protective stulling and bracing shall be removed after the sand backfill has been thoroughly compacted and prior to completing the interior joints. The Contractor will be required to provide the necessary access points for the removal of the stulling and bracing as well as for the inspection of the interior lining as specified in Section 306 - 1.2.14.3. The Contractor may elect to install construction access manways to provide the necessary access points. Construction access manways shall be constructed per Detail 1 on Sheet H2 as shown on the enclosed Attachment "A" and shall be ultimately buried once access is no longer required. Jun • 6. 2002 9 :24AM CNB Public 'Works 949 -644 -3318 No•2307 P. 3/4 Pager 3 of 3 The exact location of the manways shall be determined by the Contractor but shall not be located any closer than 1,000 feet between each manway. The proposed manways shall be identified on the line lay diagrams and shall be shown on the "as- built" drawings to be submitted at the completion of the project.. 4.. Under Section 306 -1.4 (Testing Pipelines), the test pressure shall be Revised from 225 psi to 200 psi as measured at the lowest elevation along the pipeline.. Bidders must sign this Addendum No.1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No.1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. W,A- FAW- aos'fw000 co.�I�Jc- . Bidder's Name (Please Print) JVV►e,7 Vtm fg1 S(b`d�iT Jun. 6. 2002 9 :25AM CNB Public Works 949- 644-3318 : r R =2 1/8" HIGH SOLIDS EPDXY 1/16" NON— ASBESTOS GASKET PIPE COATING PER DETAIL 5 D7 womm®IMIIIIIIIIII Ulm- MORTAR No•2307 P. 4/4 3/4 "0 BAR 1 /�— 4 < TYP WRAP OUTLET W /WAX TAPE PER DETAIL —BLIND FLANGE CP- AS REQ'D — BOLT STUD W/2 NUTS COAT OUTLET PER DETAIL 5 CONSTRUCTION ACCESS MANWAY N.T.S. n CITY OF NEWPORT BEACH a IRVINE AVENUE AND JAMBOREE ROAD 24 -INCH WATER MAIN REPLACEMENT PROJECT ADDENDUM NO. 1 ATTACHMENT "A" 4 NOTES: D8 1.. CONTRACTOR SHALL DETERMINE LOCATION OF CONSTRUCTION ACCESS MANWAYS FOR ACCESS TO THE INTERIOR OF THE PIPE AND TO FACILITATE REMOVAL OF THE PIPE CROSS BRACING. LOCATION OF ACCESS MANWAYS SHALL BE IDENTIFIED ON THE SHOP DRAWING LAY DIAGRAMS. 2, THE CONTRACTOR SHALL SHOW THE LOCATION OF ALL ACCESS MANWAYS ON THE "AS— BUILT" DRAWING SET TO BE SUBMITTED TO THE CITY AT THE COMPLETION OF THE PROJECT. 3. ALL MANHOLE FLANGES, OUTLET FLANGES AND BLIND FLANGES SHALL BE FLAT FACED. BOLT HOLES TO STRADDLE (�. 4. FOR PLATE THICKNESS OF STEEL PIPE SEE PLAN & PROFILE DRAWINGS, 5. ALL GASKETS TO BE FULL FACED, . 6. ALL NUTS AND BOLTS SHALL BE 316 S.S. 7. CONSTRUCTION ACCESS MANWAY SHALL BE BURIED ONCE ACCESS IS NO LONGER REQUIRED_ CONSTRUCTION ACCESS MANWAY N.T.S. n CITY OF NEWPORT BEACH a IRVINE AVENUE AND JAMBOREE ROAD 24 -INCH WATER MAIN REPLACEMENT PROJECT ADDENDUM NO. 1 ATTACHMENT "A" PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS OF X05 /* SANTA BARBARA TO EASTBLUFF /FORD ROAD 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1 SECTION 2 SCOPE AND CONTROL OF THE WORK 2 2 -6 WORK TO BE DONE 2 2 -7 SUBSURFACE DATA 2 2 -9 SURVEYING 2 2 -9.2 Construction Surveying Staking 2 2 -9.5 Survey Monuments 2 2 -12 PRE - CONSTRUCTION VIDEO 3 SECTION 3 CHANGES IN WORK 3 3 -3 EXTRA WORK 3 3 -2.2 Payment 3 3 -3.2.3 Markup 3 SECTION 4 CONTROL OF MATERIALS 3 4.1 MATERIALS AND WORKMANSHIP 3 4.1.3 Inspection Requirements 3 4 -1.3.4 Inspection and Testing 3 SECTION 5 UTILITIES 4 5 -1 LOCATION 4 5 -7 ADJUSTMENTS TO GRADE 4 5.8 SALVAGED MATERIALS 4 5.9 TRAFFIC SIGNAL LOOPS 4 X05 /* 0 0 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6.1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 4 6 -7 TIME OF COMPLETION 4 6 -7.1 General 5 6 -7.2 Working Days 5 6 -7.4 Working Hours 5 6 -9 LIQUIDATED DAMAGES 5 6 -11 SEQUENCE OF CONSTRUCTION 6 6 -11.1 Multiple Headings 6 6 -11.2 Sequencing Construction to Maintain Water Service 6 6- 11.2.1 Irvine Avenue (Santiago to University) 6 6- 11.2.2 Jamboree Road (Santa Barbara to Eastbluff /Ford Road) 7 6 -11.3 Isolation of Existing Water Mains 8 6- 11.3.1 Irvine Avenue (Santiago to University) 8 6- 11.3.2 Jamboree Road (Santa Barbara to Eastbluff /Ford Road) 9 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 10 7 -5 PERMITS 10 7 -7 COOPERATION AND COLLATERAL WORK 10 7 -7.1 Archaeological Excavations and Monitoring 10 7 -7.1.1 General 10 7 -7.1.2 Locations 10 7 -8 PROJECT SITE MAINTENANCE 11 7 -8.5 Temporary Light, Power and Water 11 7 -8.6 Water Pollution Control 11 7 -8.8 Dewatering 11 7 -8.9 Disposal of Flushing Water 11 7 -10 PUBLIC CONVENIENCE AND SAFETY 11 7 -10.1 Traffic and Access 11 7 -10.2 Storage of Equipment and Materials in Public Streets 11 7 -10.3 Street Closures, Detours, Barricades 12 7- 10.3.1 Temporary Steel Plates 12 7 -10.4 Public Safety 13 7- 10.4.1 Safety Orders 13 7 -10.5 "No Parking" Signs 14 7 -10 -6 Notices to Residents 14 7 -10.7 Public Information Sign 14 7.15 CONTRACTOR LICENSES 14 7.16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 14 SECTION 8 FACILITIES FOR AGENCY PERSONNEL 15 SECTION 9 MEASUREMENT AND PAYMENT 15 9 -3 PAYMENT 15 9 -3.1 General 15 9 -3.2 Partial and Final Payment 24 PART 2 - -- CONSTRUCTION MATERIALS . • SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 24 201 -1 PORTLAND CEMENT CONCRETE 24 200 -1.1 Requirements 24 201 -1.1.2 Concrete Specified by Class 25 201 -1.1.3 Concrete Specified by Compressive Strength 25 201 -2 REINFORCEMENT FOR CONCRETE 25 201 -2.2.1 Reinforcing Steel 25 SECTION 207 PIPE 25 207 -2 REINFORCED CONCRETE PIPE (RCP) 25 207 -2.5 Joints 25 207 -9 IRON PIPE AND FITTINGS 25 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 25 207 -9.2.3 Fittings 25 207 -9.2.4 Lining and Coating 25 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 26 207 -9.4 AWWA Butterfly Valves 26 207 -9.4.1 General 26 207 -9.5 AWWA Resilient Wedge Gate Valves 27 207 -9.5.1 General 27 207 -10 STEEL PIPE 27 207 -10.2 Fabricated Steel Pipe 27 207 - 10.2.1 General 27 207 - 10.2.2 Design Criteria 28 207 - 10.2.5 Joints 28 207 - 10.2.8 Welding 28 207 - 10.2.9 Product Marketing 28 207 -10.4 Protective Lining and Coating for Steel Pipe 28 207- 10 -4.1 General 28 207 - 10.4.7 Tape Coating System 28 207 - 10.4.7.1 General 28 207 - 10.4.7.2 Cold Applied Plastic Tape 29 207 - 10.4.7.2.1 General 29 207- 10.4.7.2.2 Certificate of Compliance 30 207 - 10.4.7.2.3 Weld Bead Preparation 30 207 - 10.4.7.2.4 Surface Preparation 30 207- 10.4.7.2.5 Blast Cleaning 31 207 - 10.4.7.2.6 Primer Application 32 207 - 10.4.7.2.7 Inner Layer Tape Application 34 207 - 10.4.7.2.8 Outer Layer Tape Application 35 207- 10.4.7.2.9 Materials 36 207 -25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 49 207 -25.1 General 49 207 -25.2 Fittings 49 207 -25.3 Pipe Identification 50 207 -26 TEMPORARY HIGHLINE PRESSURE PIPE 50 207.26.1 General 50 207 -27 PIPE APPURTENANCES 50 207 -27.1 General 50 207 -27.2 Valve Boxes 50 207 -27.3 Sleeve -Type Couplings 50 207 -27.4 Nuts and Bolts 50 SECTION 209 ELECTRICAL COMPONENTS 50 209 -3 CORROSION MONITORING SYSTEM 50 209 -3.1 General 50 209 -3.2 Specifications and Standards 51 209 -3 -3 Submittals 51 209 -3.4 Test and Inspection Notification 52 209 -3.5 Materials 52 209 -3.5.1 Pre - Packaged Magnesium Anodes 52 209 -3.5.2 At -Grade Test Stations 54 209 -3.5.3 Wire and Cable 54 209 -3.5.4 Insulating Flange Kit 55 209 -3.5.5 Wax Tape Wrap 55 209 -3.5.6 Alumino- thermic Weld Kits 56 209 -3.5.7 Plastic Warning Tape 56 209 -3.6 Execution 56 209 -3.6.1 Magnesium Anodes 56 209 -3.6.2 At -Grade Test Stations 57 209 -3.6.3 Wire and Cable 58 209 -3.6.4 Insulating Flange Kits 58 209 -3.6.5 Wax Tape Coating 59 209 -3.6.6 Continuity Bonding 60 209 -3.6.7 Wire to Pipe Connections 60 209 -3.7 Testing and Inspection 61 209 -3.7.1 Test Leads and Bond Wires 61 209 -3.7.2 Test lead Trenching and Backfill 62 209 -3.7.3 Continuity Testing 62 209 -3.7.4 Anodes and Cathodic Protection Performance 63 209 -3.7.5 Insulator Testing 63 209 -3.7.6 Wax Tape Coating 64 209 -3.7.7 Compliance with Specifications 65 SECTION 214 PAVEMENT MARKERS 65 214-4 NONREFLECTIVE PAVEMENT MARKERS 65 214-5 REFLECTIVE PAVEMENT MARKERS 65 E PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 65 300 -1 CLEARING AND GRUBBING 65 300 -1.3 Removal and Disposal of Materials 65 300 -1.3.1 General 65 300 -1.3.2 Requirements 66 300 -1.5 Solid Waste Diversion 66 300 -12 Archaeological Excavations 66 300 -12.1 Payment 66 SECTION 302 ROADWAY SURFACING 67 302 -5 ASPHALT CONCRETE PAVEMENT 67 302 -5.1 General 67 302 -5.4 Tack Coat 67 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 67 302 -6.6 Curing 67 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 67 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 67 303 -5.1 Requirements 67 303 -5.1.1 General 67 303 -5.4 Joints 67 303 -5.41 General 67 303 -5.5 Finishing 68 303 -5.5.1 General 68 303 -5.5.2 Curb 68 303 -5.5.4 Gutter 68 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 68 306 -1.1.1 General 68 306 -1.1.2 Maximum Length of Open Trench 68 306 -1.1.5 Removal and Replacement of Surface Improvement 68 306 -1.1.6 Bracing Excavations 69 306 -1.1.7 Dewatering 69 306 -1.2.1 Bedding 70 306 - 1.2.14 Installment of Cement Mortar -Lined and Tape Wrapped/ Mortar Overcoat Steel Pipe 70 306 - 1.2.14.1 Installation of Pipe 70 306 - 1.2.14.2 Welded Joints 73 306 - 1.2.14.3 Joint Coating and Lining 76 306 - 1.2.14.4 Installation of Pipe Appurtenances 77 306 -1.3 Backfill and Densification 78 306 -1.4 Testing Pipelines 78 306 -1.4.7 Watermain Disinfection 78 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 82 400 -2 UNTREATED BASE MATERIALS 82 306 -5 ABANDONMENT OF CONDUITS AND STRUCTURES 79 306 -5.1 Abandoning Water Mains 79 306 -5.2 Abandoning Valves 79 306 -5.3 Abandoning Fire Hydrants 79 306 -5.4 Removal of A.C. Pipe and Fittings 79 SECTON 307 STREET LIGHTING AND TRAFFIC SIGNALS 79 307-4 Traffic Signal Construction 79 307 -4.9.3 Inductive Loops 79 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 80 308 -1 GENERAL 80 SECTION 310 PAINTING 61 310 -5 PAINTING VARIOUS SURFACES 81 310 -5.6.6 Preparation of Existing Surfaces 81 310 -5.6.7 Layout, Alignment and Spotting 81 310 -5.6.8 Application of Paint 81 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 82 312 -1 PLACEMENT 82 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 82 400 -2 UNTREATED BASE MATERIALS 82 400 -2.1 General 82 400 -2.1.1 Requirements 82 PART 6 SECTION 600 MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 83 600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 83 600 -2.1 Asphalt- Rubber 83 600 -2.1.1 General 83 600.2.6 Asphalt- Rubber Hot Mix Gap- Graded 83 600 -2.6.3 Rolling 83 600 -2.7 Asphalt- Rubber and Aggregate Membrane (ARAM) Surfacing or Interlayer 83 APPENDIX A APPENDIX B APPENDIX C APPENDIX D 0 APPENDICES NPDES Permit Boring Logs OCPF & RD and APWA Standard Drawings Existing Valve Vault Plans F: \USERS\PBVV\Shared \Contracts \FY 01 -02 \IRVINE AVE WATER MAIN - SANTIAGO C- 3412 \SPECS INDEX C- 3412.doc 0 • SP 1 OF 83 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMBOREE ROAD FROM SANTA BARBARA TO EASTBLUFF /FORD ROAD 24 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3412 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. W- 5289 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART GENERAL PROVISIONS SECTION 1 — TERMS. DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 -2 DEFINITIONS. Add to this section: "Design Engineer - Tetra Tech, Inc. 16241 Laguna Canyon Road, Suite 200 Irvine, California 92618 Attention: Mr. Tom Epperson, P.E. (949) 727 -7099 (949) 727 -7097 Fax" • • SP2OF84 SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section: "Irvine Avenue (Santiago Drive to University Drive) The work to be done under this contract consists of the abandonment of a 12 -inch diameter water transmission main and the construction of a 24 -inch water transmission main including all appurtenances, fittings and connections within and adjacent to Irvine Avenue and providing traffic control per the Contract Documents. Jamboree Road (Santa Barbara to Eastbluff/Ford Road) The work to be done under this contract consists of the abandonment of a 20 -inch diameter water transmission main, two valve vaults, and the construction of a 24 -inch water transmission main including all appurtenances, fittings and connection within and adjacent to Jamboree Road and modifications to an existing valve vault located in Jamboree Road north of Santa Barbara and providing traffic control per the Contract Documents." 2 -7 SUBSURFACE DATA. Add to this section: "The following report has been prepared for the City of Newport Beach and is available for review at the Public Works Department: 'Geotechnical Investigation for the Proposed Irvine Avenue and Jamboree Road Water Transmission Main Replacement, City of Newport Beach, California" prepared by Leighton and Associates Geotechnical Consultants and dated January 3, 2002.'A copy of the boring logs from the geotechnical report is in Appendix B." 2 -9 SURVEYING 2 -9.2 Construction Surveying Staking. Add to this section: "The City will provide one set each of the following construction survey controls: 1. Proposed pipeline alignment at 200 -foot intervals to be used for USA notification. 2. Proposed pipeline alignment at about 40 -foot intervals including bends, grade breaks and appurtenances (survey control for pipeline construction will not be provided until the City has obtained from the Contractor all of the required pothole data). Any additional stakes or any restaking or costs thereof shall be at the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed." 2 -9.5 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. • SP3OF84 2 -12 PRE - CONSTRUCTION VIDEO. Prior to any construction activities, the Contractor shall provide the City with a videotape of the condition of the existing street, curb, gutter, sidewalk and bike /walk trail adjacent to the proposed pipeline. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When a Subcontractor performs all or any part of the extra work, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. The Contractor may add a markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractors readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. E SECTION 5 - -- UTILITIES • SP4OF84 5 -1 LOCATION. Add to the end of this section: "The Contractor shall field verify the location and depth (pothole) of all crossing utilities and services, parallel utilities in close proximity to the proposed pipeline, and point of connections prior to submittal of the pipe laying diagrams. The Contractor shall provide the City with the pothole information consisting of pipe station, distance from curb, depth of cover from the finished surface to the top of pipe, and the size and material of the utility /connection pipeline. In addition, the Contractor shall expose all utilities and services at least 300 linear feet in advance of the actual pipe excavation operations. The Contractor shall repair all potholes the same day the utility is exposed. The Contractor shall place permanent asphalt concrete per Section 302. Temporary (cold mix) A.C. will not be allowed. 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, City of Newport Beach, at (949) 718 -3402. 5 -9 TRAFFIC SIGNAL LOOPS. All traffic signal loops destroyed or damaged during construction shall be replaced or repaired by the Contractor immediately per the City of Newport Beach requirements. The Engineer shall inspect all traffic loop construction. All costs for replacing or repairing traffic signal loops shall be included in the lump sum price contained in the Proposal." SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6.1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed'." No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work • • SP5OF84 shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional men and equipment were required on the job." The term "work" as used herein shall include all removals, adjustments, installation, and replacements. The Contractor shall furnish City with original certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the city for processing and approval prior to City permitting any work on site to commence. 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "the Contractor shall complete all work under the Contract within 150 consecutive working days from the "Notice to Proceed ". The working days include time for shop drawing preparation, review and approval, pipe manufacturing and delivery. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 41h, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 A.M. to 4:30 P.M. Monday through Friday except as specified on traffic control plans. No lane closures are permitted before 9:00 A.M. or after 3:30 P.M. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $50.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the one hundred and forty consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. • • SP6OF84 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption time to the public. 6 -11 SEQUENCE OF CONSTRUCTION 6 -11.1 Multiple Headings. In order to meet the contract schedule, the Contractor will be allowed to initiate and maintain two or more construction headings. However, the Contractor will not be allowed to have multiple phases of work occurring that have the corresponding traffic control devices in conflict with each other. 6 -11.2 Sequencing Construction to Maintain Water Service. The proposed water main replacements will need to be sequenced in order to maintain water service to the project area. The sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and /or shut downs of existing water mains. The Contractor may use the following suggested sequencing plan or submit an alternative sequencing plan. The alternative sequencing plan shall be approved by the City prior to commencement of construction. 6- 11.2.1 Irvine Avenue (Santiago to University) 1. Construct the proposed 24 -inch diameter water main within Irvine Avenue from about Station 10 +00 ±to about Station 65 +90 ±. 2. Construct the proposed 8 -inch diameter water main within Private Road, the proposed 8 -inch diameter water main within Indian Spring Lane, the proposed 8 -inch diameter water main within 23rd Street, and the proposed 4- inch lateral at Station 47 +63 to a location in the vicinity of the point of connection (minimum of five feet away from the existing 12 -inch water main). 3. Construct all new fire hydrants, valves, air release valves and blow -offs. 4. Construct all services to a location adjacent to existing meters. 5. Complete pressure and disinfection testing of the new water mains. 6. Energize the new water main by connecting to the existing 16 -inch water main at Irvine Avenue and Santiago Drive. 7. Reconnect services from the existing water main to the new water main. 8. Connect to the existing 8 -inch water main within Private Road. 9. Connect to the existing 8 -inch water main within Indian Spring Lane. • • SP7OF84 10. Connect to the existing 8 -inch water main within 23`' Street. 11. Connect to the existing 4 -inch water main at Station 47 +63. 12. Connect to the existing 6 -inch fire hydrant lateral at Station 42 +00. 13. Connect to the existing 12 -inch water main within University Drive. 14. Abandon existing 12 -inch water main within Irvine Avenue. 6- 11.2.2 Jamboree Road (Santa Barbara to Eastbluff /Ford Road) 1. Construct the proposed 24 -inch main from about Station 101 +05± to about Station 127 +00± including butterfly valve. 2. Construct all new air release valves. 3. Construct the proposed 12 -inch lateral at Station 116 +12, including the new fire hydrant. 4. Complete pressure and disinfection testing of the new water main. 5. Energize the new water main by connecting to the 30 -inch water main at Jamboree Road and San Joaquin Hills Road. At the same time, cut -in the proposed tee and valving on 30 -inch main for the new 12 -inch lateral and connect to the existing 6 -inch water main. 6. Construct the proposed 12 -inch main within Jamboree Road and San Joaquin Hills Road to a location in the vicinity of the point of connection near the existing 20 -inch main. Complete pressure and disinfection testing of the new water main. Connect to the existing 12 -inch water main (including cutting and removing the existing 20 -inch water main as required. 7. Construct the proposed 12 -inch lateral at Station 106 +70 to a location in the vicinity of the point of connection to the existing 12 -inch water main (including cutting and removing the existing 20 -inch water main as required). Complete pressure and disinfection testing of the new water main. Connect to the existing 12 -inch water main. 8. Connect to the existing 18 -inch water main within Eastbluff Drive (including cutting and removing the existing 20 -inch water main as required). 9. Perform the modifications at the valve vault located to the north of Santa Barbara. 10. Abandon the existing 20 -inch water main and the existing valve vaults. 11. Abandon the existing 16 -inch water main (Zone 3) within San Joaquin Hills Road including installation of bulkhead. • • SP8OF84 6 -11.3 Isolation of Existing Water Mains. The valve closures required to isolate the existing water mains for the proposed connections shall only be performed by the City. The Contractor shall maintain the supply of water to the customers at all times except for the time to make the necessary connections to the existing mains. This shutdown will occur at an agreed upon time. A four -hour shut down of water facilities shall be done during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor shall maintain adequate fire protection at all times during the construction of the project. It is the Contractor's responsibility to provide advance notification to and coordinate the construction with the local fire department. Several of the connections will require the existing water mains outside of the limits shown on the construction plans. The following is a summary of these proposed connections and the corresponding impact on existing services due to the isolation of the existing mains. 6- 11.3.1 Irvine Avenue (Santiago to University) 1. In order to isolate the 16- inch /12 -inch main at Santiago Drive the following valves will be required to be closed; valve on 16 -inch main within Irvine Avenue at Holiday Road, valve at Francisco Drive, valve at 22nd Street/Santiago Drive and 12 -inch valve north of Santiago. Three fire hydrants and service to 16 customers will be taken out of service. 2. In order to isolate the existing 8 -inch lateral at Private Drive, the following valves will be required to be closed: three valves within the intersection of Irvine Avenue and Private Drive; the existing 12 -inch valve north of the Santiago Drive; and the 12 -inch valve located approximately 200 feet north of the Private Drive. This will isolate 17 customers and two fire hydrants. Contractor shall install highline to provide service to the customers. Connect to existing fire hydrant on the northwest corner of Irvine Avenue and 22nd Street and construct highline to the existing fire hydrant on Private Drive, approximately 300 feet. 3. In order to isolate the existing 8 -inch lateral at Indian Springs Lane, the following valves will be required to be closed: the valve on 12 -inch main approximately 200 feet south of the intersection and valve on 12 -inch main at 23rd Street. One fire hydrant and 7 customers will be taken out of service. 4. In order to isolate the existing 8 -inch lateral at 23rd Street, the following valves will be required to be closed: valve at the intersection; 8 -inch valve on 23`d Street and Park Lane; and valve on the 12 -inch main in Irvine Avenue, approximately 400 feet north of the intersection. No customers or fire hydrants will be taken out of service. 5. In order to isolate the 4 -inch lateral at Station 42 +00 and 47 +63, the following valves will be required to be closed: the valve on the existing 12 -inch main at Irvine Avenue and Santa Isabel Avenue; and the valve on the existing 12- inch main approximately 200 feet north of Monte Vista Avenue. Four fire hydrants and five customers will be taken out of service. • • SP9OF84 6. In order to isolate the 12 -inch main at University Drive the following valves will be required to be closed: the two valves at the intersection of Irvine Avenue and University Drive; and the valve north of Monte Vista Avenue. No fire hydrants or customers will be taken out of service. 6- 11.3.2 Jamboree Road (Santa Barbara to Eastbluff /Ford Road) 1. In order to isolate the existing 30 -inch main in Jamboree Road and San Joaquin Hills Road the following valves will be required to be closed: the valve in the valve vault north of Santa Barbara Drive; and the valve in the valve vault in San Joaquin Hills Road. Two fire hydrants and a 6 -inch fire service will be taken out of service and no customers will be impacted. 2. In order to isolate the existing 12 -inch lateral in San Joaquin Hills Road the following valves will be required to be closed: the 8 -inch valve located approximately 150 feet west of the intersection; and the 12 -inch valve located approximately 300 feet west of the intersection. In addition, the following valves on the existing 20 -inch main will be required to be closed and will remain closed for the remaining work: the valve in the valve vault north of Santa Barbara; the existing valve in the valve vault located 100 feet south of the Big Canyon Golf Course reclaimed water pump station; and the 16 -inch valve at San Joaquin Hills Road (east). One fire hydrant will be taken out of service and no customers will be impacted. 3. In order to isolate the existing 12 -inch lateral at Station 106 +70 the following valves will be required to be closed in addition to the valves closed on the existing 20 -inch main noted above: the existing valve just north of the 20 -inch valve near the pump station (this valve is to remain closed); and the two valves (12 -inch and 8 -inch) at the intersection of Newport Drive and Park Newport Drive. Two fire hydrants and 5 customers (within the Park Newport development) will be taken out of service. 4. In order to isolate the existing 18 -inch main in Eastbluff Drive the following valves will be required to be closed: the existing 18 -inch valve in the valve vault in Eastbluff Drive; the existing valve in the valve vault 900 feet south of Eastbluff; and the two 12 -inch valves (normally closed) within the intersection. No fire hydrants or customers are taken out of service. 5. In order to isolate the existing valve vault south of San Joaquin Hills Road the following valves will be required to be closed; the new 30 -inch valve installed (30 -inch x 12 -inch tee, southerly valve) at San Joaquin Hills Road, the two normally closed 8 -inch valves at the valve vault bypass line around the existing valve vault in Santa Barbara and the existing 30 -inch inside valve vault. No fire hydrants or customers will be taken out of service. 6. In order to isolate the existing 16 -inch main in San Joaquin Hills Road (east), the following valves will be required to be closed: the existing 12 -inch valve on the existing Zone 3 main in Jamboree Road; the normally closed 10 -inch valve at the intersection; the two 10 -inch valves located about 300 feet west • • SP 10 OF 84 of Santa Cruz; the two 10 -inch valves at Santa Cruz; the two 10 -inch valves located about 300 feet east of Santa Cruz; and the existing 16 -inch valve located about 500 feet east of Santa Cruz. Two fire hydrants will be taken out of service and no customers will be impacted. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Delete the first sentence and replace with the following: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of work. The City has obtained or is in the process of obtaining the following permit(s): County of Orange Public Property Encroachment Permit (for the work within the Back Bay bike and walking path - Irvine Avenue portion of work). No work shall be done within the County jurisdictional area until the permit has been issued." A NPDES permit for dewatering will be required for this project. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Waste Discharge Permit for Construction Dewatering issued to the City. A copy of the permit is attached in Appendix A." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any night time work in advance. " 7 -7.1 Archaeological Excavations and Monitoring 7 -7.1.1 General. Prior to beginning work, the Contractor shall meet with the City and the City's Archaeological Consultant so that required archaeological monitoring procedures are thoroughly understood by the Contractor. These archaeological monitoring procedures shall include excavations in layers less than six (6) inches in depth and the temporarily halting or redirecting of work to allow the sampling, identification, and evaluation of significant artifacts and features as requested by the City's archaeologist. Delays caused by halting the work within the areas of archaeological excavation as requested by the City's archaeologist shall not be sufficient cause for granting time extension to the project schedule. 7 -7.1.2 Locations. Excavation for the pipeline or removal and reconstruction of bike trail from Station 30 +00 to Station 47 +00 are within the limits of the archaeological site. • • SP 11 OF 84 The total estimated quantity of archaeological excavation is 1,530 cubic yards. The Contractor shall assume that a total of (10) ten- (2) two -hour shut downs for a total of 20 hours for work stoppage will be required by the City's archaeologist. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this section: "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the bay, or the ocean." 7 -8.8 Dewatering. Groundwater may be encountered during the excavation of the project. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area if groundwater is encountered. The Contractors dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Waste Discharge Permit for Construction Dewatering issued to the City. A copy of the permit is attached in Appendix A. 7 -8.9 Disposal of Flushing Water. The Contractor will be required to flush the proposed 24 -inch pipeline with water to remove dirt and debris as specified in Section 306 - 1.4.7. The Contractor will be required to discharge this water into a sanitary sewer system and will not be allowed to discharge it in an existing storm drain facility or to a natural drainage channel. The Contractor will need to coordinate this disposal of water with the City of Newport Beach and the County Sanitation Districts of Orange County in order to schedule the flushing as well as confirm that the sewer system has adequate capacity to handle the proposed flushing rate. All costs for the disposal of the flushing water shall be borne by the Contractor. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7.10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. Traffic control plans have been provided as part of the Contract documents. If the Contractor elects to revise these Plans or prepare his own traffic control plans, he shall do so at no expense to the City of Newport Beach. The Contractor shall be fully responsible for the adequacy of any traffic plan utilized, for obtaining approval from the City of Newport Beach and for conformance with his intended construction schedule and staging and to provide for its proper implementation. All traffic control plans shall be prepared by a licensed Traffic Engineer." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "For the Irvine Avenue Project, construction equipment and materials shall not be stored in streets, roads, sidewalk or bike /walk trail • • SP 12 OF 84 areas. The Contractor may store equipment and materials within the work area designated on the construction plans. Contractor will restore all areas to its pre - construction condition. For the Jamboree Road Project, construction equipment and materials shall not be stored in streets, roads or sidewalk areas. For both projects, at the end of each work day, the Contractor shall either backfill and place base pavement or steel plate all excavations within street right -of -way so the Contractor can open all travel lanes to traffic. The Contractor shall under no circumstances use residential tract streets adjacent to the project site for stockpiling construction materials or equipment or for access to the work site. Contractor shall not obstruct or close any existing sidewalks without prior approval of the City of Newport Beach." 1. 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall adhere to the traffic control plans included as a part of the Contract Documents per Section 7- 10.1." 7- 10.3.1 Temporary Steel Plates. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non -skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: 1. Steel plates used for bridging shall extend a minimum of 12- inches beyond the edges of the trench. 2. Steel plate bridging shall be installed to operate with minimum noise. 3. The trench shall be adequately shored to support the bridging and traffic loads. 4. Temporary paving with cold asphalt concrete shall be used to feather the edges of the plates, if plate installation by Method (2) described below, is used. 5. Bridging shall be secured against displacement by using adjustable cleats, shims, or other devices. Steel plate bridging and shoring shall be installed using either the following Method (1) or Method (2): Method (1) (For speeds more than 45 MPH — Irvine Avenue and Jamboree Road and Back Bay biking and walking trail). The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. • • SP 13 OF 84 Method (2) (For speeds 45 MPH or less) Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of two (2) dowels pre - drilled into the comers of the plate and drilled 2- inches into the pavement. Subsequent plates are butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope of 8.5 percent with a minimum 12 -inch taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines of asphalt concrete mix, concrete slurry or an equivalent slurry that is satisfactory to the City and /or Caltrans. The Contractor shall be responsible for maintenance of the steel plates, shoring and asphalt concrete ramps. The following table shows the advisory minimal thickness of steel plate bridging required for a given trench width (A -36 grade steel, designed for HS20 -44 truck loading). Trench Width Minimum Plate Thickness 10" 1/2" 1' -11" 3/4" 2' -7" 7/8" 3' -5" ill 5' -3" 1 1/4" For spans greater than 5-3" a structural design shall be prepared by a California registered civil engineer. All steel plates within the right -of -way whether used in or out of the travel way shall be without deformation. Steel plates shall be non -skid. Advanced signs shall be required for steel plates within traveled ways (Type P per the Watch Manual or a Rough Road sign (W33) per Caltrans requirements). 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." • • SP 14 OF 84 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs), which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight 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 R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY' sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Notices to Residents. Forty -eight hours before the start of any construction, the Contractor shall distribute to adjacent residents within 500 feet of the project, a written notice stating when construction operations will start and what disruptions may occur and approximately when construction will be complete. The City will prepare the written notices. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require the Contractor re- notification using an explanatory letter fumished by the City. 7 -10.7 Public Information Sign. The Contractor shall post public information signs at least thirty (30) days prior to construction or delivery of material or equipment to the construction site. The project sign shall remain in place until all construction has been completed within the corresponding street. Two project signs shall be placed for each of the projects. The project signs shall be 3/4-inch plywood or other material approved by the City and shall be four feet high by six feet wide. The sign shall have black lettering on a white background. The City shall provide the lettering and layout. A firm regularly engaged in the business of sign making shall make the sign. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. • • SP 15 OF 84 The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 8 — FACILITIES FOR AGENCY PERSONNEL No facilities will be required for the City personnel. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: 'The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, and maintaining the project site in a safe and orderly manner during construction. This item also includes any costs incurred for securing bonds, insurance permits and financing prior to beginning the construction work. Irvine Avenue Transmission Main Replacement Item No. 2 Furnish and install 24 -inch CML &TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe, fittings, couplings, welded joints, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the pipe complete in place. Item No. 3 Furnish and Install Connection at Irvine Avenue and Santiago Drive: Work under this item shall include furnishing and installing all 16 -inch pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, compaction, installation of pipe, 16 -inch valve, valve box and cover, fittings, couplings, welded joints, coatings, removal or protection of interfering portions • • SP 16 OF 84 of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 4 Furnish and Install Connection at Irvine Avenue and University Drive: Work under this item shall include furnishing and installing 12 -inch pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe, fittings, couplings, coatings, 12- inch resilient wedge gate valve, valve boxes and cover, thrust blocks, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 5 Furnish and Install Irvine Avenue 8 -inch Lateral Connections (at Private Drive, Indian Spring and 23rd Street): Work under this item shall include furnishing and installing all pipe material and valves at the Private Road, Indian Spring, 23° Street laterals including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe, fittings, 8 -inch resilient wedge gate valve, valve box and cover, thrust blocks, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 6 Furnish and Install Irvine Avenue 6 -inch Lateral Connection (Sta. 42 +00): Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe, fittings, 6 -inch resilient wedge gate valve, valve box and cover, couplings, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 7 Furnish and Install 4 -inch Lateral Connection (Sta 47 +63): Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, pipe, fittings, 4 -inch resilient wedge gate valve, valve box and cover, couplings, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 8 Furnish and Install 4 -inch Valve with 2 -inch Service Connection (Sta. 43 +11 and Sta. 45 +00): Work under this item shall include furnishing and installing all material including, but not limited to, pavement removal and replacement, temporary r • • SP 17 OF 84 paving and patching or trench plates, control of ground water and surface water, bedding, slurry backfill, compaction, pipe, fittings, 4 -inch resilient wedge gate valve, valve box and cover, blind flange, bushing, 2 -inch service, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 9 Furnish and Install Fire Hydrant with 2 -inch Service Connection: Work under this item shall include furnishing and installing all material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, compaction, fire hydrant and bury, pipe, fittings, 6 -inch resilient wedge gate valve, valve box and cover, thrust blocks, copper pipe and fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the fire hydrant with 2 -inch service connection complete in place. Item No. 10 Furnish and Install Fire Hydrant: Work under this item shall include furnishing and installing all material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, compaction, fire hydrant and bury, pipe, fittings, 6 -inch resilient wedge gate valve, valve box and cover, thrust blocks, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the fire hydrant complete in place. Item No. 11 Furnish and Install 24 -inch Butterfly Valve: Work under this item shall include furnishing and installing 24 -inch butterfly valves including, but not limited to, valve, valve operator, valve box and cover, valve extension and all other work necessary to install the valve complete in place. Item No. 12 Furnish and Install 2 -Inch Air and Vacuum Release Valve Assembly: Work under this item shall include furnishing and installing air and vacuum release assembly including, but not limited to, service saddle, corporation stop, copper tubing, fittings, all valves, brass nipples, combination air release and vacuum valve, valve box, steel cover, painting, concrete base, excavation, bedding, backfill, slurry backfill, compaction, pavement and sidewalk removal and replacement, and all other work necessary for an operable air and vacuum release valve assembly complete in place. Item No. 13 Furnish and Install Blow -off Assembly: Work under this item shall include furnishing and installing blow -off assembly including, but not limited to, excavation, backfill, slurry backfill, compaction, sidewalk and pavement removal and replacement, piping, fittings, valve, valve box and cover, precast concrete manhole sections, manhole cover and frame, concrete base and all other work necessary for an operable blow -off assembly complete in place. r • • SP 18 OF 84 Item No. 14 Furnish and Install Anode Test Station: Work under this item shall include furnishing and installing two -wire test station including, but not limited to, pavement and sidewalk removal and replacement, excavation backfill, slurry backfill, compaction, magnesium anode lead wires, split -bolt connectors, shunts, test leads, brass tags, PVC conduit, warning tape, concrete test box, and all other work necessary for an operable two -wire test station installation complete in place. Item No. 15 Furnish and Install Insulating Flange Kit Test Station: Work under this item shall include furnishing and installing insulating flange kit and four -wire test station including, but not limited to, pavement and sidewalk removal and replacement, excavation backfill, slurry backfill, compaction, insulating gasket, insulating sleeve and washers, steel washers and nuts, aluminothermic welds, lead wires, split -bolt connectors, shunts, test leads, brass tags, PVC conduit, warning tape, concrete test box, and all other work necessary for an operable insulating flange and four -wire test station installation complete in place. Item No. 16 Pothole Utilities and Connections. Work under this item shall include potholing of all utilities and connections prior to submittal of steel pipe line lays including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, excavation, exposing existing utility, verifying horizontal and vertical location, providing information to the City, backfill, compaction, and all other work necessary to pothole the utility. Item No. 17 Pressure Test, Disinfect and Flush New Water Mains. Work under this item shall include successfully pressure testing, disinfecting and flushing new water mains per the project specification. Item No. 18 Abandon in Place Existing Irvine Avenue 12 -Inch Water Main: Work under this item includes furnishing all labor, materials and equipment to abandon in place the existing 12 -inch water main for the limits shown on the plans, the existing fire hydrants (including laterals) and valves including, but not limited to, furnishing and installing steel plates (1/4 -inch thick minimum) as permanent bulkheads, filling abandoned portion of 12 -inch main with cement slurry (one sack), filling existing valve box with cement slurry, removing and disposing of existing fire hydrants, capping existing main where shown and all other work necessary to abandon in place the existing 12 -inch water main complete in place. Item No. 19 Furnish and Install 15 -inch RCP and Catch Basin: Work under this item shall include furnishing and installing reinforced concrete pipe and catch basin per CNB Std -305 -L including, but not limited to, pavement removal and replacement, excavation, temporary paving and patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, manhole frames and covers, 15 -inch RCP pipe (D- 1500), connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the 15 -inch RCP and catch basin complete and in place. • • SP 19 OF 84 Item No. 20 Replace Traffic Loops Damaged by Construction: Work under this item shall include the removal and replacement of all traffic loops damaged during construction activities and constructing new conduit and wire at Santa Isabel per the project plans and specifications. Item No. 21 Grind 1 -1/2 -Inch AC and Place 1 -1/2 -Inch Final Asphalt Pavement Overlay: Work under this item shall include the grinding and placing of 1 -1/2 -inch final asphalt pavement overlay in accordance with the City of Newport Beach requirements. The Contractor will be compensated with this bid item for only the grinding and capping required on the plans. The City will not pay for additional quantity of grinding and placing of paving cap, which may be required due to the Contractor's construction operations. This work will be done at the Contractor's own expense. Item No. 22 Remove and Replace Back Bay Bike and Walking Trail: Work under this item shall include all material and labor to reconstruct the bike and walking trail where shown on the plans including, but not limited to, excavation, scarification and compaction of top 6 inches, compaction of subgrade, steel plating, pavement and base replacement, striping, redwood headers, disposal of excess excavation materials and all other work necessary to remove and replace the Back Bay Bike and Walking Trail complete in place per the County of Orange permit requirements. Item No. 23 Remove and Replace Existing Curb, Gutter and Sidewalk: Work under this item shall include all material and labor to remove and replace existing curb, gutter and sidewalk in accordance with the City of Newport Beach standards including, but not limited to, excavation, compaction, pavement and base replacement, forms, concrete, disposal of excess excavation materials and all other work necessary to remove and replace the existing curb, gutter and sidewalk complete in place. Item No. 24 Protect in Place or Replace in Kind Existing Landscaping and Exposed Aggregate Concrete: Work under this item includes the protecting in place or replacing in -kind existing landscaping (trees, ground cover, etc) and exposed aggregate concrete complete in place. Item No. 25 Furnish and Install Additional Imported % -inch Rock Backfill in Ground Water or Unstable Ground Conditions: Work under this item shall include all material and labor to fumish and install the additional rock backfill in groundwater or unstable ground conditions complete in place. Item No. 26 Furnish and Install Additional Imported Sand Bedding for and Additional 12- inches of Over Excavation due to Rock: Work under this item shall include all material and labor to furnish and install additional imported sand bedding area where an additional 12 -inch over excavation is required in the event bedrock is encountered complete in place. Item No. 27 Archaeological Excavations and Monitoring: Work under this item shall include furnishing all additional labor and equipment to perform the excavation of materials within this archaeological monitoring area from Station 30 +00 to Station 47 +00 including, but not limited to, all necessary incidentals and additional time as • • SP 20 OF 84 necessary for accommodating and coordination with the City's archaeologist as described in Section 7 -7.1.1 and Section 300 -12 in these Specifications. Item No. 28 Remove and Replace Existing Traffic Signal Conduit: Work under this item shall include removing existing conduit and wire, furnishing and installing new conduit, wire and pull box, and all other work necessary to remove and replace the existing traffic signal conduit complete in place. Item No. 29 Traffic Control: Work under this item shall include providing the required traffic control including, but not limited to, changeable message boards, signs, delineators, traffic cones, barricades, flashing arrow signs, steel plates, striping, restriping, and all other work necessary to comply with the traffic control plans and the City of Newport Beach requirements. This item shall also include the delivery of all required notices, posting of signs, and all other costs incurred in notifying the residents. Item No. 30 Excavation Safety: Work under this item shall include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Jamboree Road Transmission Main Replacement Item No. 31 Furnish and install 24 -inch CML &TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water and surface water, bedding, backfill, compaction, slurry backfill, installation of pipe, fittings, couplings, welded joints, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the pipe complete in place. Item No. 32 Furnish and Install 12 -inch Connection at Jamboree Road and San Joaquin Hills Road: Work under this item shall include furnishing and installing 12 -inch pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slung backfill, compaction, installation of pipe (36- inch CML &C steel pipe and 12 -inch PVC C -900 Cl 200 pipe), fittings, couplings, 12 -inch resilient wedge gate valve, 30 -inch butterfly valve, 6 -inch resilient wedge gate valve, valve box and cover, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. 0 • SP 21 OF 84 Item No. 33 Furnish and Install 30 -inch Connection at Jamboree Road and San Joaquin Hills Road: Work under this item shall include furnishing and installing 30- and 36 -inch pipe material including, but not limited to, pavement removal and replacement, temporary potholing or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe, fittings, couplings, welded joints, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 34 Furnish and Install 12 -inch Lateral Connection at Station 106 +70: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe, fittings, 12 -inch resilient wedge gate valve, valve box and cover, thrust blocks, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 35 Furnish and Install 12 -inch Lateral Connection at Station 116 +12: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, slurry backfill, compaction, installation of pipe, fittings, 12 -inch resilient wedge gate valve, valve box and cover, thrust blocks, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 36 Furnish and Install Connection 18 -inch Connection at Eastbluff Drive: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, slurry backfill, compaction, installation of pipe, fittings, couplings, welded joints, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 37 Furnish and Install Fire Hydrant Assembly: Work under this item shall include furnishing and installing fire hydrant assembly including, but not limited to, trench excavation, bedding, backfill, compaction, installation of fire hydrant and bury, pipe, fittings, thrust blocks, fire hydrant assembly, 6 -inch resilient wedge gate valve, valve box and cover, and all other work necessary to install the fire hydrant complete in place. • • SP 22 OF 84 Item No. 38 Furnish and Install 24 -inch Butterfly Valve: Work under this item shall include furnishing and installing 24 -inch butterfly valves including, but not limited to, valve, valve operator, valve box and cover, valve extension, and all other work necessary to install the valve complete in place. Item No. 39 Furnish and Install 2 -Inch Air and Vacuum Release Valve Assembly: Work under this item shall include furnishing and installing air and vacuum release assembly including, but not limited to, service saddle, corporation stop, copper tubing, fittings, all valves, brass nipples, combination air release and vacuum valve, valve box, steel cover, painting, concrete base, excavation, bedding, backfill, slurry backfill, compaction, pavement and sidewalk removal and replacement, and all other work necessary for an operable air and vacuum release valve assembly complete in place. Item No. 40 Furnish and Install Anode Test Station: Work under this item shall include furnishing and installing two -wire test station including, but not limited to, pavement and sidewalk removal and replacement, excavation backfill, slurry backfill, compaction, magnesium anode lead wires, split -bolt connectors, shunts, test leads, brass tags, PVC conduit, warning tape, concrete test box, and all other work necessary for an operable two -wire test station installation complete in place. Item No. 41 Furnish and Install Insulating Flange Kit Test Station: Work under this item shall include furnishing and installing insulating flange kit and four -wire test station including, but not limited to, pavement and sidewalk removal and replacement, excavation backfill, slurry backfill, compaction, insulating gasket, insulating sleeve and washers, steel washers and nuts, aluminothermic welds, lead wires, split -bolt connectors, shunts, test leads, brass tags, PVC conduit, warning tape, concrete test box, and all other work necessary for an operable insulating flange and four -wire test station installation complete in place. Item No. 42 Pothole Utilities and Connections. Work under this item shall include potholing of all utilities and connections prior to submittal of steel pipe line lays including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, excavation, exposing existing utility, verifying horizontal and vertical location, providing information to the City, backfill, compaction, and all other work necessary to pothole the utility. Item No. 43 Pressure Test, Disinfect and Flush New Water Mains. Work under this item shall include successfully pressure testing, disinfecting and flushing new water mains per the project specification. Item No. 44 Abandon in Place Existing Jamboree Road 20 -Inch Water Main: Work under this item includes furnishing all labor, materials and equipment to abandon in place the existing 12 -inch water main for the limits shown on the plans, the existing fire hydrants (including laterals) and valves including, but not limited to, furnishing and installing steel plates (1/4" inch thick minimum) as permanent bulkheads, filling abandoned portion of 24 -inch main with cement slurry (one sack), filling existing valve box with cement slurry, removing and disposing of existing fire hydrants, capping 0 • SP 23 OF 84 existing main where shown and all other work necessary to abandon in place the existing 20 -inch water main complete in place. Item No. 45 Abandon in Place Existing Valve Vaults: Work under this item includes abandoning the existing valve vaults in place including, but not limited to, removing and salvaging valve as called for on the plans, core drilling existing vault floor, removing existing air vents, filling the valve vaults and air vents with cement slurry (one sack), excavation, backfill, compaction, disposal of excess materials, and removing and replacing landscaping in -kind in order to abandon the valve vaults complete in place. Item No. 46 Modify Existing Valve Vault South of San Joaquin Hills Road: Work under this item includes modifying the existing valve vault in order to abandon the existing 20 -inch water main including, but not limited to, excavation, backfill, compaction, disposal of excess material, removal and replacement of pavement, removing existing 20 -inch piping and 20 -inch butterfly valve from inside the valve vault, piping modifications within the vault, abandon 8 -inch valve, remove existing 8 -inch valve and filling existing valve cans with cement slurry (one sack) in order to modify the existing valve vault and abandon the 20 -inch pipeline connection complete in place. Item No. 47 Remove and Relocate Existing Street Light: Work under this item shall include removing existing electrical conduit, furnishing and installing electrical conduit, wiring and electrical pullbox, per City of Newport Beach standards and all other work necessary to remove and relocated existing street light complete and in place. Item No. 48 Replace Traffic Loops Damaged by Construction: Work under this item shall include the removal and replacement of all traffic loops damaged during construction activities per the project specifications. Item No. 49 Grind 1 -1/2 -Inch AC and Place 1 -1/2 -Inch Final Asphalt Pavement Overlay: Work under this item shall include the grinding and placing of 1 -1/2 -inch final asphalt paving overlay in accordance with the City of Newport Beach requirements complete in place. The Contractor will be compensated with this bid item for only the grinding and capping required on the plans. The City will not pay for additional quantity of grinding and placing of paving cap, which may be required due to the Contractor's construction operations. This work will be done at the Contractor's own expense. Item No. 50 Grind 2 -Inch AC and Place 2 -Inch Final Rubberized Asphalt Overlay : Work under this item shall include the grinding and placing of 2 -inch final rubberized asphalt overlay in accordance with the City of Newport Beach requirements complete in place. The Contractor will be compensated with this bid item for only the grinding and capping required on the plans. The City will not pay for additional quantity of grinding and placing of paving cap, which may be required due to the Contractor's construction operations. This work will be done at the Contractor's own expense. Item No. 51 Remove and Replace Existing Curb, Gutter and Sidewalk: Work under this item shall include all material and labor to remove and replace existing curb, gutter and sidewalk in accordance with the City of Newport Beach standards including, but not limited to, excavation, compaction, pavement and base replacement, forms, concrete, • • SP 24 OF 84 disposal of excess excavation materials and all other work necessary to remove and replace the existing curb, gutter and sidewalk complete in place. Item No. 52 Protect in Place or Replace in Kind Existing Landscaping and Stamped Concrete Median: Work under this item shall include the protecting in place or replacing in -kind existing landscaping (trees, ground cover, etc) and stamped concrete medians complete in place. Item No. 53 Furnish and Install Additional Imported % -inch Rock Backfill in Ground Water or Unstable Ground Conditions: Work under this item shall include all material and labor to furnish and install the additional rock backfill in groundwater or unstable ground conditions complete in place. Item No. 54 Furnish and Install Additional Imported Sand Bedding for and Additional 12- inches of Over Excavation due to Rock: Work under this item shall include all material and labor to furnish and install additional imported sand bedding area where an additional 12 -inch over excavation is required in the event bedrock is encountered complete in place. Item No. 55 Traffic Control: Work under this item shall include providing the required traffic control including, but not limited to, changeable message boards, signs, delineators, traffic cones, barricades, flashing arrow signs, steel plates, striping, restriping, and all other work necessary to comply with the traffic control plans and the City of Newport Beach requirements. This item shall also include the delivery of required notices, posting of signs, and all other costs incurred in notifying the residents. Item No. 56 Excavation Safety: Work under this item shall include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of Califomia, pursuant to the provisions of Section 6707 of the Califomia Labor Code. 9 -3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 Requirements. Add to this section: "Concrete mix design shall be subject to review and approval by City of Newport Beach." • • SP 25 OF 84 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C -3250 unless otherwise specified." 201 -1.1.3 Concrete Specified by Compressive Strength. Add to this section: "Cement slurry backfill will consist of one sack (94 pounds) or two sack (188 pounds) type II portland cement added per cubic yard of imported sand. No calcium chloride will be allowed. Placement of pavement on cement slurry backfill will not be allowed until at least 24 -hours after slurry placement." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 207 -- -PIPE 207 -2 REINFORCED CONCRETE PIPE (RCP) 207 -2.5 Joints. Add to this section: "All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap' or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845 - 6962." 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids. 207 -9.2.3 Fittings. Add to this section, 'Ductile iron fittings shall be manufactured in accord with AWWA C -110 (ANSI A21 -10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. All fittings /bends shall be push -on unless otherwise specified on the plans. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fittings shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI 816.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full faced, 1/8 -inch thick, Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating. Revise this section to read: 'The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar then sealed with a bituminous coating in accord with AWWA C104 (ANSI A21 -4). Lining thickness shall be the double thickness listed in AWWA C104, Section 4.8. The outside surface of ductile iron pipe and fittings shall be coated with a bituminous coating 3 -mils thick in accord with AWWA C -110 and AWWA C- 151." • SP 26 OF 84 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read: "Ductile iron pipe, fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A21.5). Wrap shall be two (2) layers of loose 8 -mil thick polyethylene encasement such that the plastic will not tear due to soil pressure." 207 -9.4 AWWA Butterfly Valves 207 -9.4.1 General. All butterfly valves shall be of the tight - closing, rubber -seat type, conforming to the design standards of ANSI /AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and /or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be Henry Pratt Co. butterfly valve or approved equal prior to bidding. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI B16.1 flange drilling. All valves to have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65 -45 -12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18 -8 stainless steel, corresponding to the requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self - lubricating, corrosion - resistant, sleeve type. Bearings shall be designed for horizontal and /or vertical shaft loading. Shaft packing shall be self- adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI /AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI /AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators to be provided with 316 stainless steel exterior body bolts. • • SP 27 OF 84 207 -9.5 AWWA Resilient Wedge Gate Valves. 207 -9.5.1 General. All resilient wedge gate valves shall conform to Section 207 -22.3 of the City's Standard Special Provisions. The Contractor shall submit specific valve model for Engineer review and approval prior to Contractor purchase or installation. 207 -10 STEEL PIPE 207 -10.2 Fabricated Steel Pipe 207 - 10.2.1 General. Delete paragraph 4 beginning with, "Prior to fabrication of pipe... ". Replace with the following: "Only manufacturer's who manufacture a complete lined and coated pipe can be qualified for this work. All pipe manufacturing operations shall be performed at the same location for all pieces of pipe. All steel pipe shall be manufactured by organizations with at least ten years successful experience manufacturing, fabricating, lining and coating of the type of pipe specified. The City shall approve the manufacturer's product before its use. Prior to fabrication of pipe, the Contractor shall submit for approval detailed shop drawings of the steel pipe and outlets to be attached to the pipe, and all fabricated fittings to be incorporated in the pipeline, together with erection profile drawings showing: 1. Materials of construction, including references to industry standards being met (i.e. ASTM, ANSI, AWWA). 2. Inside diameter, steel wall thickness, internal design pressure (cement - mortar lining thicknesses) for each class of pipe to be furnished. 3. The location, length, plate thickness and designation by number of each steel pipe section and fabricated fitting to be furnished and installed; 4. The pipe axis station and elevation at all changes in gradient or horizontal alignment; 5. The station and invert elevation to which the spigot end of each pipe, within the limits of a horizontal or vertical curve, will be laid; 6. All elements of curves and bends, both in horizontal and vertical alignment, including elements of the resultant true angular deflections in all cases of combined curvature, and inside, outside, and centerline chords; 7. Locations of longitudinal and circumferential joints in the pipe, fabricated fittings, and outlets; 8. Details, locations, and calculations for bulkheads for hydrostatic testing of the pipeline, pipe restraints; 9. Limits of each type of field welded joint and of concrete encasements; and 10. Alignment data in the direction of stationing." • • SP 28 OF 84 207 - 10.2.2 Design Criteria. Delete second paragraph and replace with the following: "Steel cylinders shall have a wall thickness of not less than Y< -inch for all pipe diameters. In diameters up to 12- inches, the Contractor may substitute standard diameter pipe per ASTM A53, "Welded and Seamless Steel Pipe." It shall have a wall thickness known as Schedule 40." 207 - 10.2.5 Joints. Delete the types of joints and replace with the following: "1. Lap joints for field welding. 2. Plain ends fitted with butt straps for field welding. Hand holes for butt straps shall be a minimum of six (6) inches in diameter. 3. Plain ends fitted with flanges. Flanges shall be AWWA C207, Class D flat face." 207 - 10.2.8 Welding. Add to the first paragraph: "Field hand welding shall be done by certified welders in accordance with the latest edition of AWWA C206 by welders qualified under the standard qualification procedure of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications." 207 - 10.2.9 Product Marking. Each length of straight pipe and each special shall be plainly marked at the bell end to identify the design pressure or head, the steel wall thickness, the date of manufacture, and the proper location of the pipe item by reference to the layout schedule. For beveled pipe, the degree of bevel and the point on the circumference to be laid uppermost shall be shown. 207 -10.4 Protective Lining and Coating for Steel Pipe 207 - 10.4.1 General. Delete the paragraph and replace with the following: 'The interior surfaces of all steel water pipe shall be cement - mortar lined in accordance with AWWA C205 with a minimum lining thickness of 1/2-inch. Cement shall be Type Il. The exterior surfaces of all steel water pipe shall be coated with a 3- layer, 80 -mil tape wrap (per AWWA C209/C214 except as modified herein) with a Y4 -inch protective mortar overcoat. The '/< -inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. 207 - 10.4.7 Tape Coating System 207- 10.4.7.1 General. The exterior surfaces of all steel pipe shall be coated with a 3- layer, 80 -mil tape wrap with a % -inch protective mortar overcoat. The % -inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. Only manufacturers who manufacture a completed lined and coated pipe can be qualified for project work. All operations shall be performed at the same location for any piece of pipe. 11 207 - 10.4.7.2 Cold Applied Plastic Tape 207 - 10.4.7.2.1 General: • SP 29 OF 84 1. The Contractor shall furnish all necessary labor, equipment, and materials and shall install cold - applied plastic tape as hereinafter specified on steel surfaces where designated on the drawings or elsewhere in these specifications. The furnishing and installation of cold - applied plastic tape shall conform to the provisions of ANSI /AWWA Standards C214 and C209, except as modified herein. 2. This coating consists of an exterior cold - applied plastic tape coating applied to the bare metal surfaces of the steel plate. 3. For normal plant applied conditions, the prefabricated, cold - applied tapes shall be a four layer system consisting of (1) primer, (2) corrosion prevention tape (inner layer), (3) mechanical protective tape (first outer layer), and (4) mechanical protective tape (second outer layer). a. The primer shall be applied directly onto the exterior surface of a properly cleaned pipe. Primer shall be supplied in liquid form consisting of solid ingredients carried in a solvent. b. The primary inner layer tape shall be of a color contrasting from that of the outer layer tape. It shall be polyethylene furnished in rolled form having standard width and thickness. c. The first outer layer tape shall be an easily identifiable, contrasting color to the inner layer tape and second outer layer tape colors. It shall be polyethylene furnished in rolled form having standard width and thickness. d. The second outer layer, UV protected, tape shall be white or purple in color. It shall be polyethylene furnished in rolled form having standard width and thickness. 4. All plant applied primer and plastic tape, plant applied repair tape, field joint, and a single manufacturer for a complete cold - applied plastic tape coat system shall furnish field repair tape. 5. The entire coating operation shall be performed as a one station operation in a manner which will permit the application of the primer and plastic tape. 6. The entire coating operation shall be performed by experienced workers skilled in the application of prefabricated cold - applied tape wrap coating under qualified supervisors. Supervisors of tape coating operations shall have at least two (2) years continuous recent experience in the application of tape coating systems for steel pipe. A minimum of 14 days prior to the start of taping operations, the names and qualifications of the workers and supervisors to be employed on the coating operation shall be submitted to the Engineer. The Engineer is to be immediately informed of all personnel changes associated with the pipe coating operation. • • SP 30 OF 84 7. All equipment for blasting and coating shall be of such design and condition to comply with all the requirements of these specifications. Any equipment which, in the opinion of the Engineer, does not produce the required results shall be repaired or replaced by the Contractor immediately. Equipment for use under this specification shall be included in the fabrication plan. A repair procedure for correcting defective tape application shall be included in the fabrication plan. A copy of this portion of the plan, and any updates, shall be available for review at the location of the coating operation. 207 - 10.4.7.2.2 Certificate of Compliance: Prior to shipment of the pipe sections, the Contractor shall furnish the Engineer a certificate of compliance stating that all tape materials and work furnished hereunder will comply or have complied with all the applicable requirements of these specifications and of ANSI /AWWA Standards C209 and C214. The certification shall be substantiated by the tape manufacturer's production quality control test results. The tape manufacturer shall supply test data on each batch used. 207 - 10.4.7.2.3 Weld Bead Preparation: Prior to surface preparation, the exterior weld bead from the ends of the pipe to 10 inches inside on both sides of the pipe shall be removed. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus or minus 1/32 inch. Removal of the weld bead is to be conducted in such a manner that no gouging or nicking of the plate surface will occur. This operation is to result in a smooth exterior surface with no ridges or valleys, which may result in bridging or disbondment of the tape from the surface of the pipe. Prior to applying the first layer of tape, a 6 -inch wide, 25 -mil seam tape shall be installed in accordance with AWWA C214. In lieu of seam tape the manufacturer may remove the weld bead from the entire length of pipe. 207 - 10.4.7.2.4 Surface Preparation: 1. Prior to coating, the pipe surface shall be completely dry. Any chemical solutions used in cutting or welding shall be washed off with hot water and the surface allowed to dry. Welding slag or scale shall be removed from all welds by wire - brushing, hammering, or other satisfactory means, and all welding splash globules shall be removed prior to priming. Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. 2. Where cold- applied tape coatings are to be applied to the exterior surfaces of spun mortar -lined pipe, sandblasting of said exterior surfaces shall be done after the initial curing of the spun mortar lining. The exterior sandblasting shall be performed in such a manner as not to endanger the mortar lining in the pipe. All corrosion and foreign substances shall be completely removed from the exterior of the pipe in the sandblasting operation, and the subsequent application of primer shall follow without delay. • • SP 31 OF 84 3. Prior to blastcleaning, surfaces shall be inspected and, if required, precleaned in accordance with the requirements of SSPC SP -1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Visible oil and grease spots shall be removed by solvent wiping. Only approved solvents that do not leave any residue shall be used. The type of solvent and application procedure, including safety precautions to be observed, is to be included in the manufacturer's fabrication plan. Preheating to remove oil, grease, and mill scale will be permitted; provided, all pipe is preheated in a uniform manner to avoid distortion. Preheat temperatures shall not exceed 500 degrees Fahrenheit or at any time when moisture is visible on the surface of the pipe, the steel cylinder shall be warmed to 45 degrees Fahrenheit for a period required to ensure a dry pipe surface at the time of primer application. 4. In the event the Contractor's welding methods result in the inclusion of gas forming elements in any of the shop or field welds, or results in any other condition found to be detrimental to the successful application and bonding of primer and plastic tape as herein provided, the Contractor shall devise and use, on all affected steel -plate work, suitable and effective measures for eliminating such inclusions or other detrimental conditions, or preventing their detrimental effects prior to primer or plastic tape application, said measures to include time - curing the pipe sufficiently, thoroughly neutralizing the gas forming elements, or other approved treatment. 207 - 10.4.7.2.5 Blast Cleaning: 1. After the preparation of the bare pipe as specified in Section G(6)d, the pipe surface shall be abrasive blasted using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP -6, Commercial Blast Cleaning, 2. The shot grit mixture shall not exceed 40% shot to 60 percent grit. The shot grit mixture is to be determined prior to the start of blast cleaning operations and this mixture ratio is not to be modified throughout the duration of the blast cleaning operations without the written approval of the Engineer. 3. The anchor pattern of the profile achieved from abrasive blasting shall be a minimum of 1.0 mils, but shall not exceed 2.0 mils. Anchor pattern standards shall be provided in the form of a 3- dimensional standard plate, which depicts a commercial blast profile. The Contractor shall prepare a sample of the blasted surface on a representative steel plate measuring 6- inches by 6- inches by Y4-inch or may elect to purchase standard industry plate samples of various blast finishes for comparisons. Standard plates shall be purchased from NACE, shall meet NACE TM- 01 -75, and shall conform to NACE No. 3 standard using grit. An agreement shall be made between the Engineer and the Contractor establishing the visual standards that meet the specified anchor pattern and degree of cleanliness. Upon the establishment of the said standards, the steel plate shall be sealed using a clear acrylic coating, • • SP 32 OF 84 moisture roof plastic bag, or other approved means to protect the plate from surface contamination or corrosion. This plate will be used as a visual comparitor during the blastcleaning and coating operations. The anchor pattern or profile of the blasted surface will be measured using comparitor tape as specified hereinafter. 4. A stabilized abrasive working mix shall be maintained in abrasive recycling blasting machines by frequent additions of new abrasive, all commensurate with abrasive consumption, to assure consistent steel surface finish. Infrequent but large additions will not be permitted. The abrasive working mix shall be kept clean of contaminants. 5. The blastcleaned exterior pipe surface will be inspected for adequate surface preparation prior to application of the primer. Surface comparitor tapes are to be used by the manufacturer in at least eight random areas, selected by the Engineer, along any given 40 -foot length of pipe. The results of the surface comparitor tapes are to be documented on the quality control sheet for each pipe section. Any surface imperfections such as slivers, scabs, burrs, weld splatter, and gouges shall be removed by hand filling or grinding, if necessary. 6. Blastcleaned pipe sections shall be protected from conditions of high humidity, rainfall, or surface moisture. All pipe sections shall be coated with primer and tape within the same day of being blastcleaned. No coating will be permitted on pipe sections showing evidence of rust. 207 - 10.4.7.2.6 Primer Application: 1. Primer applied to the surface of steelwork shall be a product of the same manufacturer supplying the tape and shall be that recommended by said manufacturer for use with the tape. The primer shall be applied in a uniform thin film at the coverage rate recommended by the manufacturer. The state of dryness of the primer prior to the application of the inner layer of tape shall be in accordance with the written recommendations of the manufacturer. Primer shall be applied by spray -type application or other suitable means approved by the Engineer to cover the entire exterior surface of the pipe. Primed surfaces shall be readily available at all times for inspection prior to the application of the inner layer tape. Adequate safety precautions, as outlined in the manufacturer's fabrication plan, are to be maintained throughout the application of the primer. 2. Prior to primer application, the pipe surface shall be free of all foreign matters such as sand, grease, oil, grit, rust particles, or dirt. The primer coat shall be uniform without floods, runs, sags, drips, or bare spots. 3. The application of primer shall be limited to that length of pipe, which can be wrapped within the same work day. Any pipe section coated with primer, which was not wrapped within the same workday may be rejected at the • • SP 33 OF 84 discretion of the Engineer. The primer shall be removed and the surface shall be reprimed at the discretion of the Engineer. 4. Primer coated pipe sections shall be protected from moisture, dirt, sand, and other potentially contaminating materials. Coating operations shall be protected from, or suspended during, times of high wind. The Engineer may reject sections not adequately protected. If rejection occurs due to contamination of the primer, the primer shall be completely removed form the exterior of the pipe section and the surface reprimed. 5. A technical representative from the tape material manufacturer shall be present at the tape application site, at the Contractor's expense, for at least the first 5 working days, at the beginning of initial primer application and during the initial phases of the inner and outer layer wrapping processes, to observe the coating process and to insure proper application. During the 5- day period, the tape material manufacturer's representative shall continuously meet with the Contractor, pipe manufacturer, and Engineer. At the completion of the 5 -day period, the tape material manufacturer's representative shall meet with the Contractor, pipe manufacturer, and Engineer to review and update the coating operation and fabrication plan. If, in the opinion of the Engineer, sufficient modifications to the manufacturer's operation are identified during this meeting, the tape material manufacturer's representative shall be retained an additional 5 days to evaluate the effectiveness of the revised operations. If the second 5 -day evaluations period is required a second review meeting shall be held. All changes to the pipe manufacturer's operation are to be properly documented and included into an updated contractor's and pipe manufacturer's fabrication plan within 3 working days of this meeting. Copies of all modifications are to be submitted to the Engineer in accordance with shop drawing submittal procedures as required in these specifications. Said tape manufacturer representative will periodically (at least bi- weekly) observe the coating application throughout the duration of the work. Said periodical observation shall be scheduled with the Engineer prior to the completion of the required 5 workday observation. The technical representative shall be retained by the Contractor and shall respond to any problem within a sufficient time period so as not to cause undue delays in the delivery of the coated pipe. All modifications to the Contractor's operations are to be properly documented and submitted to the Engineer within 3 working days of the modification. All costs that will be incurred in retaining the technical representative shall be bome by the Contractor. • • SP 34 OF 83 6. The primer shall be thoroughly mixed by agitation using Jiffy Mixer or an approved equal powered by air or explosion proof electric motor. The primer shall be thoroughly mixed and agitated continuously during application to prevent settling or lumping. 7. Primer shall only be applied to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. New primer at 70 degrees Fahrenheit shall be used. 8. Storage primer shall be applied to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Spray a minimum of 1.5 -mils and maximum of 2.5 -mils of storage primer to exposed steel per the manufacturer's recommendations. No storage primer shall be placed on the edge of the steel plate. 9. The solvent of the primer shall be certified by the manufacturer stating compliance with air pollution control rules and regulations and all requirements of agencies and other governmental bodies having jurisdiction. Air pollution control rules and regulations regarding the application of the primer shall be included in the manufacturer's fabrication plan. 207 - 10.4.7.2.7 Inner Layer Tape Application: 1. The inner layer tape shall be applied directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. A tight, smooth, mechanically induced, wrinkle -free coating must be maintained throughout the application process. 2. The application of tension shall be such that the width of tape will not be reduced by more than 1.5 to 2.0 percent of tape width prior to the pull. As an example, a 12 -inch wide tape shall not be reduced by more than 0.18 to 0.24 - inches when tension is applied. The tape let -off machine shall have a pressure readout gauge and chart recorder, suitable to the Engineer, to document the tape tension during application. 3. The inner layer tape shall be spirally wrapped over longitudinally welded pipe; however, for spiral welded pipe, the angle of the inner layer tape shall be wrapped as parallel as practicable to the spiral weld of the pipe or as approved by the Engineer. The overlap shall be 1 -inch nominal, but shall not be less than 3/4 -inch. 4. Each new roll shall be spliced by overlapping the new tape over the end of the preceding roll by at least 6 inches. This end lap slice shall be done either • • SP 35 OF 83 by hand or by a mechanical applicator. The said splice shall be wrinkle free and maintain the continuity of the inner wrap coating. The wrapping angle of the new roll shall be parallel to that of the previous roll. 5. Cutbacks shall be made 10 inches from and parallel to the end of the pipe. Cutbacks shall be done using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. 6. Inner layer tape shall be applied at a minimum roll temperature of 70 degrees Fahrenheit. The temperature of the tape shall be continuously monitored within 12- inches of the point of contact with the pipe surface. A chart recorder, suitable to the Engineer, shall be used to document the temperature of the tape during application. 7. Sections where the tape application tension and temperature is not maintained within manufacturer's recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. 8. The inner tape layer shall be continuously electrically tested at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application station and equipped with an indicator light and audio buzzer, suitable to the Engineer, to alert the workmen of the presence of holidays in the coating system. 207 - 10.4.7.2.8 Outer Layer Tape Application: 1. The first outer layer of tape shall be applied over the approved inner layer tape using the same type of mechanical equipment used in the application of the inner layer tape. No overlap splice of the other layer coinciding with the overlap splice of the inner layer will be permitted. Splices shall have a minimum 6 -inch separation between overlaps. Two outer layers of tape shall be applied as specified herein. The inner layer shall be electrically tested, inspected, and approved prior to the application of the first outer layer and the first outer layer shall also be visually inspected and approved prior to the application of the second outer layer. Both outer layers shall be smooth, tight and wrinkle -free. 2. The outer layer tapes shall be applied in accordance with the requirements of the previous sections, except that the minimum tape roll application temperature shall be 90 degrees Fahrenheit. Monitoring for tension and temperature will be required for the outer layer tapes. 3. Cutbacks for tape coating shall be as specified in the previous sections. At each end of the pipe section, a 3- inches holdback from the tape to the joint shall be left uncoated at the plant to permit sufficient tape coating overlap for construction of pipe joints as hereinafter specified. • • SP 36 OF 83 207 - 10.4.7.2.9 Materials: The following tape materials shall be used: 1. Primer Material: a. The physical properties of the anti - corrosion primer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": A primer solution containing 100 percent Butyl Rubber with resins and stabilizers in solvents which when applied and dry on pipe will provide adhesion, cathodic disbonding, and stress corrosion cracking resistance, in conjunction with the anti - corrosion inner layer tape coating. The primer is to provide interfacing between the metal pipe substrate and the anti - corrosion inner layer tape coating. % solids: >_ 12% Flash point: >_ 140° F Cathodic disbondment @ 20 °C, (68° F) 30 days; 0.2 in (ASTM G -8) Shear resistance @ 66 °C (150 °F) for 4 weeks 0.2 mm /day Viscosity -thin syrup The primer must contain stress corrosion cracking inhibitor to help alleviate SCC. The primer shall be Polyken #1029. b. Storage primer on the exposed steel at the tape cutbacks shall have the following properties: Base: Synthetic natural rubber and resins Solvent: Naptha, toluene blend Total solids: 19% by weight Viscosity: Thin syrup Flash point: 10 degrees Fahrenheit Color: Black Storage primer shall be Polyken #924. • • SP 37 OF 83 2. Plant Cold - Applied Plastic Tape Material: a. Anti - Corrosion Inner Layer Tape: The physical properties of the anti- corrosion inner tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing: Polyethylene tape backing shall consist of greater than or equal to 98 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100% Butyl based elastomers with resins for adhesion cathodic disbonding and long term in- ground performance. Thickness: Tensile strength @ Break: Elongation @ break: Adhesion to steel: Adhesion to primed steel: Adhesion to backing: Dielectric strength: Insulation resistance: Water vapor transmission rate: Cathodic disbonding @ 20° C (68° F) for 30 days Shear resistance @ 66 °C (150 °F) for 4 weeks: Hydrolytic stability for 200 hundred hours @ 98° C h201 Thermal stability for 2000 hours @ 100 °C air, Color: Total 20 -mil Backing 9 mil; Adhesive 11 mil 30 lb/in >_ 200% 100 - oz/in width 300 -oz/in width >_ 40 oz/in width >_ 20 KV 1 x 1012 ohms <0.2 gm /100 in/ 0.2 in' (ASTM G -8) 0.2 mm/day adhesion > 150 oz/in adhesion > 150 oz/in Black The inner layer tape shall be Polyken #989 YGIII (20 mils thickness). • • SP 38 OF 83 c. First Outer Mechanical Layer Tape: The physical properties of the first outer mechanical layer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Water vapor transmission Dielectric strength: Color: Total 30 mil Backing 25 mil: Adhesive 5 mil 45 lb/in width 200% 80 oz/in width 40 oz/in width < 0.2 gm /100in2/ 24 hr @70 °F > :25 KV Grey The first outer layer tape shall be Polyken #955 YGIII (30 mils thickness) d. Second Outer Mechanical Layer Tape: The physical properties of the second outer mechanical layer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. s • Thickness Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Water vapor transmission Dielectric strength: Color: SP 39 OF 83 Total 30 mil Backing 25 mil: Adhesive 5 mil 55 lb/in width >_ 200% 80 oz/in width 60 oz/in width < 0.2 gm /100in2/ 24 hr @ 70 °F 25 KV White The second outer mechanical layer tape shall be Polyken #956 YGII* UV1 (30 mils thickness). *Second Mechanical outer layer tape shall have UV protection. A statement reflecting the required UV protection shall be included in the certification. e. Total Coating System: The physical properties of the total coating system shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": 100 percent Polyethylene based backings 100 percent Butyl based elastomers Adhesion to steel: ? 100 oz/in Adhesion to backing: >_ 60 oz/in width Adhesion to primed steel: ? 300 oz/in Tensile strength: >_ 85 lb/in width Elongation: > 200% Dielectric strength: 20 KV C. 0 0 Insulation resistance: 1 x 10 12 ohms Water vapor transmission: <_ 0.25 gm /100 24 hr @70 °F Cathodic disbonding @ 20 °C (68 °F) for 30 days; 0.2 in (ASTM G -8) Shear rate @ 66 °C for 4 weeks, 0.2 mm /day Impact: 90 in -lbs Penetration: 11 -15% SP 40 OF 83 The Total Coating System shall be the Polyken YGIII System. Plant Coated Fittings* and Plant Repair Cold - Applied Plastic Tape Material: (1) Anti - corrosion inner layer: The physical properties of the anti- corrosion inner tape layer for plant coated fittings and plant repair cold - applied plastic tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing: Polyethylene tape backing shall consist of greater than or equal to 98 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing Water vapor transmission: Total 50 mil Backing 10 mil: Adhesive 40 mil 25 lb/in width 150% 225 oz/in width 60 oz/in width < 0.2 gm /100in2/ • • SP 41 OF 83 24 hr @ 70° F Dielectric strength: ? 28 KV The anti - corrosion inner tape layer for plant coated fittings shall be Polyken 932 - 50.(50 mil thickness) (2) Outer Mechanical Layer Tape: The physical properties of the outer mechanical layer tape for plant fittings and plant repair cold applied plastic tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100% Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing Water vapor transmission Dielectric strength: Total 30 mil Backing 25 mil: Adhesive 5 mil >_ 45 lb/in width >_ 200% 80 oz/in width 40 oz/in width < 0.2 gm /100in2/ 24 hr @ 70° F >_ 25 KV The outer mechanical layer tape for plant fittings and plant repair cold - applied plastic tape shall be Polyken #955 (30 -mils thickness). *For fittings type coated at the plant, which cannot be machine coated as specified herein. d. Field Joint, Field Coated Fittings, and Field Repair Cold - Applied Plastic Tape Material: C� • SP 42 OF 83 (1) Joint Filler Tape: The physical properties of the joint filler tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C209, Section 4.2, "Coating System Tests ": Color: Thickness: Elongation: Solids Content: Penetration Hardness Black 125 mil > 600% 98% minimum 85 -105 DMM (300 GM moving load) Low Temperature Flexibility: No cracking when bent around a 1 inch mandrel at -10 °F Chemical Resistance: No visible deterioration after 30 days immersion in the following solutions: 5% Caustic Potash 5% HCL 5% H2SO4 Saturated HS The lap joint filler material shall be Polyken 939. (2) Field Joint, Field Fitting, and Field Repair Outer Layer Tape: The physical properties of the field joint, field fittings, and field repair outer layer tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C209, Section 4.2, "Coating System Tests ": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. EA • SP 43 OF 83 Adhesive: 100 Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Adhesion to primed steel: Water vapor transmission: Dielectric strength: Total 50 mil Backing 10 mil: Adhesive 40 mil 25 lb/in width >_ 150% 225 oz/in width 60 oz/in width 350 oz/in width < 0.2 gm /100in2/ 24 hr @ 70 °F 28 KV The field joint, field fitting, and field repair outer layer tape shall be Polyken 932 -50. (50 -mil thickness) e. The final tape coating shall be free of holidays, as determined by the provisions as specified in ANSI /AWWA Standard C214, prior to application of cement mortar coating. The following material physical property tests shall be performed in addition to those required by ANSI /AWWA C214, Section 4.2: (1) Inner Layer Shear Rate Method: The shear test apparatus shall consist of a temperature - controlled surface to which is attached a flat steel test panel having a ground steel surface. This steel plate shall be used as the testing surface to which the primer and tape will be applied. A uniform layer of primer shall be applied to the test panel with a 25- micron drawdown bar. Allow primer to air dry for 15 seconds. A 5 -cm by 6 -cm tape sample shall then be applied to the primer surface after the appropriate dry time. Secure tape by placing the rough side of 180 grit cloth reinforced sandpaper on the tape backing surface. Place a 5 -cm by 6 -cm aluminum block having a rubber coated surface on the smooth side of the block having a rubber coated surface on the smooth side of the grit sandpaper - tape- primer -test panel composite. Apply a normal load (6 kg) to the composite and shall then conditioned at the test temperature for 48 hours. t , • • SP 44 OF 83 After conditioning, apply a 3 -kg shear load to the composite and determine the shear rates as follows: If the sample slips less than 6 -mm in 24 hours, the shear rate shall be calculated from the 18th to the 24th hour. If the sample slips more than 6 mm before the 24th hour test period elapses, the shear rate shall be calculated between the 3rd and 5th mm. (2) Thermal Stability: The tape - primer -test panel composite for thermal stability measurements shall be prepared in accordance with the preparation of the peel adhesion specimens. Condition the composite at 20 °C under a normal load of 0.2 kg/cm' for 48 hours. After conditioning, the composite shall be placed in an air - circulating oven at 100 °C and aged for 1000 hours. Remove samples from the oven at selected time intervals and condition at 20 °C for 24 hours. The peel force shall be measured at 20 °C in an Instron at peel rates of 100 mm per minute. (3) Hydrolytic Stability: The tape - primer -test panel composite for hydrolyitic stability measurements shall be prepared in accordance with the preparation of the peel adhesion specimen. After conditioning the samples at 20 °C for 48 hours, place the composite samples in a water bath of distilled water set at 98 °C and aged for 1000 hours. Remove samples from the water bath periodically and condition at 20 °C for 24 hours. The peel force shall be measured at 20 °C in an Instron at a peel rate of 100 mm per minute. 3. Coating of Field Joints: a. Joints of pipe sections to be coated with cold - applied plastic tape coating shall be prepared and wrapped with cold - applied tape as specified herein. b. Prior to welding any field joints, an 18 -inch strip of heat resistant material shall be wrapped over the entire coated pipe sections on each side of the joint to be welded to avoid damage to the coating by the hot weld spatter. No grounding shall be made on the coated portion of the pipe. • • • SP 45 OF 83 C. Immediately prior to exterior welding of the pipe for double welded lap joints, remove storage primer and wire brush area to be welded per the manufacturer's recommendations. d. No joint coating will be permitted until the welding has been completed and the pipe section has cooled sufficiently so as not to damage the integrity of the coating system. e. No trapped air will be permitted in the joint. f. The pipe surface shall be clean of mud, mill lacquer, wax, tar, grease, or any foreign matter. Visible oil or grease shall be removed using an approved solvent that will not leave any residue on the pipe surface. g. After joint welding, flash rusting shall be removed by mechanical means such as a wire brush. Wire brush the weld, storage primed steel and all exposed steel. All burrs and weld slags shall be removed to achieve a smooth surface. The pipe surface shall be free of any moisture and all foreign matter prior to the application of primer. 4. Fittings and Field Wrapping Procedure: a. Fittings coated in the field, which cannot be plant machine coated in accordance with the previous sections, and field joints shall be tape coated in accordance with AMA Standard C209 using materials as previously specified. The field fitting and field joint cold - applied plastic tape shall be furnished by the same manufacturer as the plant applied plastic tape manufacturer. A 55 percent overlap shall be maintained on all field coated fitting and joint tape wrap to produce a minimum thickness of 100 -mils. Tape shall be applied to the entire fitting and joint and shall extend a minimum of 3 inches onto the mill coat. End splices shall be a minimum of 6 inches and shall be staggered. The tape coating shall overlap at least 3 inches on the adjacent tape wrap. The tapes shall be applied with sufficient tension to conform with the surface irregularities. The finished wrap shall produce a smooth, wrinkle -free surface. b. Fittings coated at the plant, which cannot be machine coated in accordance with the previous sections, shall be tape coated in accordance with AWWA Standard C209 using materials as specified in the previous sections. The plant coated fitting cold - applied plastic tape shall be furnished by the same manufacturer as the plant applied plastic • • • SP 46 OF 83 tape manufacturer. An inner tape layer of Polyken 932 -50 shall be applied with a 1 -inch nominal, 3/4 -inch minimum, tape overlap on all plant coated fittings. An outer layer of cold - applied plastic tape as specified in the previous sections shall be applied with a 55 percent overlap on all plant coated fittings. The total tape coat system for plant coated fittings shall have a minimum thickness of 110 mils. c. All completed tape coated fitting and field joints shall be tested by the pipe manufacturer or Contractor in the presence of the Engineer with an electrical flaw detector. Applied voltage shall be in the range of 11,000 to 15,000 volts. Any holidays found shall be repaired by the Contractor at no expense to the Owner. d. The tape manufacturer shall furnish a technician to provide assistance during the initial joint wrapping to ensure proper installation of the materials. The technician shall be retained, at the Contractor's expense, for a minimum of five working days of joint wrapping for each project heading. At the completion of the 5 -day period, the tape material manufacturer's representative shall meet with the Contractor and Engineer to review and update the joint wrapping operation plan. The tape manufacturer representative shall be retained by the Contractor for the duration of the work and shall respond to field problems and questions from the Contractor and Engineer within a sufficient time period so as not to cause delay in the installation and backfill of pipe. Costs incurred for retention of the tape manufacturer's representative shall be borne by the Contractor. All changes to the pipe manufacturer's operation are to be properly documented and updated by submittal within 3 working days of this meeting. Copies of all modifications are to be submitted to the Engineer in accordance with shop drawing submittal procedures as required in these specifications. e. When more than 30 percent of the tape coating is removed from the circumference of the pipe for the installation of fittings, the entire pipe tape coating shall be removed. The fitting shall be reprimed and retaped in accordance with these specifications. f. Tape coating repair for fittings and field joints shall be in accordance with the procedure described in this section. • • SP 47 OF 83 5. Inspection of Tape Coating: a. All coating work shall be done in the presence of the Engineer. Any coatings applied in the absence of the Engineer will be rejected. b. The Contractor shall provide the Engineer with reasonable facilities and space, at the Contractor's expense, for the inspection, testing, and obtaining of any information required to determine the characteristics of the material to be used. The Contractor shall furnish to the Engineer at least two electrical pipe coating flaw detector at the plant and one electrical pipe coating flaw detector per pipe installation heading in the field to aid in the inspection of the tape coating. Two electrical flaw detectors shall remain the property of the Owner upon completion of the work. c. The Engineer shall have free access to plants of the manufacturer furnishing the materials and to worksite. 6. Holiday Detection for Tape Coating: a. The total system shall be tested prior to shipment. The detector for the test shall impress a voltage conforming to NACE Standard RP- 02 -74. b All holidays electrically or otherwise detected, due to flaws, or mishaps, shall be clearly marked upon discovery and immediately repaired. Wrapping of the first outer layer of tape of any pipe section shall be discontinued until the detected holiday has been repaired and approved by the Engineer. Repairs shall be done using methods specified in the previous sections. After the repair, the affected areas shall then be retested with the holiday detector prior to the application of the outer layer wrap. This process will be done until the coating has successfully passed the test. 7. Tape Coating Repairs: a. Plant and field cold - applied plastic repair tapes shall be furnished and installed in accordance with AWWA Standard C209 during plant and field applied tape materials as specified in the previous sections. The joint cold - applied plastic repair tapes shall be from the same manufacturer as the plant applied plastic tape manufacturer. The tapes and primer shall be completely compatible with the tape system used for straight -line pipe. a • • SP 48 OF 83 b. Any damage in the form of holidays, flaws, or mishaps found in the total coating system shall be repaired by removing the outer tape layers and inner tape layer from the damaged area of the pipe. The damaged area shall be thoroughly cleaned using the methods and materials approved by the Engineer. The methods and materials to be used in repairing the damaged areas will depend on the type and cause of damage. After cleaning, a suitable primer shall be applied, followed by a patch of repair tape over the affected area. The patch repair tape shall overlap the undamaged coating by a minimum 4 inches in all directions. The repaired area shall then be retested with a holiday detector. An outer tape layer shall be the same material as the "second outer layer tape" as specified in the previous section and shall overlap by a minimum 6 inches past the repair tape area. At the discretion of the Engineer, depending on the extent of the repair area, the outer tape layer shall be wrapped around the entire circumference of the pipe. c. If the outer tape layers are damaged and holidays or other flaws are not detected in the inner layer wrap at the same area, the repair of the inner tape layer may not be necessary; however, if the damage is determined by the Engineer, to be severe enough to jeopardize the integrity of the inner tape layer, the Engineer will direct the Contractor to repair the inner tape layer. If such action is taken, the Contractor shall remove the outer tape layers up to the boundaries of the damaged area, taking care not to damage the inner tape layer any further. Before replacing the outer tape layers, a holiday detector shall be applied to the inner tape layer to determine that no damage has been made to this primary tape coating during the outer layer removal process. The repair of the outer tape layers shall be done in accordance with the requirements of the previous paragraph. The patch repair tape shall overlap the undamaged coating by a minimum of 4 inches in all directions. d. When the area tests showing no holiday, a notation shall be applied to the area indicating the test is satisfactory. Cement mortar coating shall then be applied over the cold - applied plastic tape coat. 8. Protecting Coated Pipe: a. The Contractor shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. b. Any tape coated pipe, including exposed tape ends at the cement mortar hold- backs, subjected to ultraviolet exposure longer than 90 calendar days prior to installing cement mortar coating shall be physically inspected by the Engineer prior to installation of plant or field applied cement mortar coating. Ultraviolet degradation will not be accepted; except that if in the opinion of the Engineer, the degree of degradation will not affect the integrity of the coating, he may allow the installation of the pipe section. • • • SP 49 OF 83 c. While laying tape and cement mortar coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point. Coated pipe shall be lowered into the trench using belt sling not less than 16 inches wide. The use of chains, hooks or other equipment that might injure the pipe coating will not be permitted. The Engineer shall approve all other pipe handling equipment and methods. Pipe stored alongside of the trench shall be supported on saddles used in transporting the pipe, sandbags, or rock free piles of sand at 114 points providing a minimum of 36 inches of bearing surface at each point. d. Immediately before placing the pipe in the trench a visual inspection of the cement mortar coating shall be made. All repairs to defects in the cement mortar coating shall be made prior to the installation of the pipe in the trench in accordance with these specifications. If damage to the underlying tape coat is suspected and at the direction of the Engineer, the cement mortar coating shall be removed from the damaged area, visually inspected, and electronically tested for holidays in accordance with AWWA C214, subsection 4.3.2 as applicable. Repairs to tape defects are to be made in accordance with previous sections and the tape manufacturer's repair procedure submittal as outlined in the fabrication plan. Repairs to cement mortar coating defects are to be made in accordance with these specifications. The entire coating operation shall be performed as a one - station operation where the pipe is supported at the ends in a manner that will permit the application of the specified coatings. No additional handling following the initial setup of the pipe section, from application of primer, tape coating, and cement -mortar coating, will be allowed. No application involving rollers to support the pipe during the primer application, plastic tape, or cement -mortar coating application will be permitted. 207 -25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 207 -25.1 General. All polyvinyl chloride (PVC) pipe shall be SDR -14 (Class 200) and shall be manufactured in strict accordance with the latest revisions of AWWA C- 900, and Section 207 -21 of the City's Standard Special Provisions. 207 -25.2 Fittings. All fittings for PVC pressure pipe shall be ductile iron and shall be in accordance with the latest revisions of AWWA C110, C153, C111, C104 and Section 207 -9 of the Standard Specifications. All fittings shall be push -on type and shall be thrust - blocked and anchored in accordance with the City Standard Plans. • • SP 50 OF 83 207 -25.3 Pipe Identification. All PVC pressure pipe shall have a tracer wire or metallic warning tape installed per Section 207 -22.7 of the City's Standard Special Provisions. 207 -26 TEMPORARY HIGHLINE PRESSURE PIPE 207 -26.1 General. Highline piping and appurtenances shall be suitable for potable water service and shall have a minimum pressure rating of 200 psi. The highline piping shall be Victualic joint welded steel pipe or aluminum pipe and shall be suitable for potable water service. Piping shall be a minimum of 6- inches in diameter. All highlining facilities shall be disinfected after installation and prior to be placed into operation. Pressure testing is not required, but the piping and connections shall not leak. All visible leaks shall be repaired immediately. No highline piping shall be allowed to be traveled over without adequately protecting the highlining pipe as well as, safely ramping the pipe for vehicle protection. The Contractor shall obtain approval from the City for all highline piping crossing driveways or streets. Adequate protection of vehicles crossing the highline will be the sole responsibility of the Contractor. The Contractor may consider a shallow trench for the highline if ramping is not feasible. 207 -27 PIPE APPURTENANCES 207 -27.1 General. Unless otherwise specified, all pipe appurtenances shall comply with the appropriate Standard Drawings of the City of Newport Beach and Section 207- 22 of the City's Standard Special Provisions, unless modified herein. 207 -27.2 Valve Boxes. Valve boxes shall comply with the appropriate Standard Drawing of the City and Section 207 -22.4 of the City's Standard Special Provisions. 207 -27.3 Sleeve -Type Couplings. Sleeve -type couplings shall comply with Section 207 -22.6 of the City's Standard Special Provisions. 207 -27.4 Nuts and Bolts. Above ground and buried nuts and bolts for flanges shall be Type 316 stainless steel conforming to ASTM A 193, Grade 68M for bolts, and ASTM A 194, Grade 8M for nuts. A washer shall be provided for each nut. Washers shall be of the same material as the nuts. Bolts for flange insulation kits shall conform to ASTM A 193, Grade B7. Nuts shall conform to ASTM A 194, Grade 2H. SECTION 209 - -- ELECTRICAL COMPONENTS 209 -3 CORROSION MONITORING SYSTEM 209 -3.1 General. Furnish all labor, materials, tools equipment, and incidentals to install cathodic protection and corrosion monitoring facilities on the buried steel piping associated with the City of Newport Beach, Irvine Avenue and Jamboree Road Transmission Main Replacement project. Facilities shall include: insulating flange kits, sacrificial anodes, corrosion monitoring test stations, continuity bonding, attendant wiring, inspection, and testing for a complete and workable system. SP 51 OF 83 209 -3.2 Specifications and Standards. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designations only. 1. ANSI B16.21 -92 Nonmetallic Flat Gaskets for Pipe Flanges 2. ASTM C94 -81 Ready -Mix Concrete 3. ASTM D1248 -89 Polyethylene Plastics Molding and Extrusion Materials 4. ASTM D2220 -80 Polyvinylchloride Insulation for Wire and Cable, 750 Operation 5. AWWA C217 -90 Cold - Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines 6. NACE RP0169 -96 Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems 7. NACE RP0286 -97 Electrical Isolation of Cathodically Protected Pipelines 8. NEMA LI -1 -1983 Industrial Laminate Thermosetting Products 9. MIL- C- 18480B Coating Compound, Bituminous, Solvent, Coal Tar Base 10. UL 83 -80 Thermoplastic- Insulated Wires 11. UL 486 -76 Wire Connectors and Soldering Lugs for Use with Copper Conductors 209 -3.3 Submittals. The following information shall be submitted for approval of the Engineer in accordance with the General Requirements of these specifications. 1. Catalog Cuts (5 copies): a. Pre - packaged high potential magnesium anodes b. At -grade test boxes c. Shunts d. Brass split -bolts e. Brass wire tags f. Wire and cable • g. Insulating flange kits h. Wax tape wrap i. Weld caps j. Weld coating k. Warning tape • SP 52 OF 83 2. As -built Drawings: The Contractor shall maintain as -built drawings showing the exact locations of all anodes, insulators, corrosion monitoring test stations, and wire trenching runs. Location changes from the design shall be legibly indicated in red on a blue line copy of the design drawings. These drawings shall be submitted to the Engineer before the work is considered complete. 3. Qualifications: Qualifications of Corrosion Engineer retained by the Contractor for testing purposes. The Corrosion Engineer shall be experienced with buried water line cathodic protection and either be a registered corrosion engineer in the State of California or a NACE International Certified Cathodic Protection Specialist. 4. Test Results: a. Insulator tests b. Continuity tests c. Anode testing and cathodic protection performance 209 -3.4 Test and Inspection Notification. The Contractor shall notify the Engineer at least five days in advance of installation of anodes, insulators, test leads, or test boxes. The Engineer or the Owner shall, at their discretion, inspect and witness the testing of all insulators, anodes, corrosion control or monitoring test stations with the assistance of the Contractor. 209 -3.5 Materials. Materials and equipment furnished under this section of the specifications shall be new and of the highest quality, the standard product of manufacturers regularly engaged in the manufacturing of such products, and shall be the manufacturer's latest standard design that complies with specification requirements. All materials and equipment shall bear evidence of U.L. approval when U.L. standards exist. 209 -3.5.1 Pre - Packaged Magnesium Anodes 1. Capacity: High potential magnesium anodes shall have a theoretical energy content of 1000 ampere -hours per pound and have a minimum useful output of 500 ampere -hours per pound. • 2. Chemical Composition (High Potential Magnesium): Aluminum 0.01 percent (max) Manganese 0.5 to 1.3 percent Zinc 0.002 percent (max) Copper 0.02 percent (max) Nickel 0.001 percent (max) Iron 0.03 percent (max) Silicon 0.002 percent (max) Other 0.05 percent each (max) and 0.3 percent total (max) Magnesium Balance • SP 53 OF 83 Open Circuit Potential: The open circuit potential of all anodes, buried in the soil, shall be between 1.65 and 1.75 volts DC versus a copper- copper sulfate reference electrode. 4. Ingot Size and Weight: Anodes shall be 48 -pound bare magnesium ingots with a trapezoidal cross section. Ingot size shall be 32 inches long. 5. Anode Construction: Anodes shall be cast magnesium with a galvanized steel core rod. Recess one end of the anode to provide access to the rod for connection of the lead wire. Silver braze the lead wire to the rod and make the connection mechanically secure before brazing. Insulate the connection to a 600 -volt rating by filling the recess with epoxy and covering any exposed bare steel core or wire with heat shrinkable tubing. The insulating tubing shall extend over the lead wire insulation by not less than one -half inch. 6. Anode Pre - Packaged Backfill Material: The anodes shall be completely encased and centered within a permeable cloth bag in a special low resistivity backfill mix with the following composition: Gypsum 75% Powdered Bentonite 20% Anhydrous Sodium Sulfate 5% Backfill grains shall be such that 100 percent is capable of passing through a screen of 100 mesh. Backfill shall be firmly packed around the anode such that the ingot is approximately in the center of the backfill and surrounded by at least two inches of backfill material. The resistivity of the backfill shall be no greater than 50 ohm -cm when tested wet in a soil box with no extraordinary means of compaction. The total prepackaged weight shall be approximately 105 pounds. • • SP 54 OF 83 209 -3.5.2 At -Grade Test Stations 1. Test Box: Test boxes shall be a round, precast concrete with dimensions of 14 -inch 0. D. by 11%2 - inches high, with a cast iron supporting ring and lid and shall have sufficient strength to support occasional vehicular traffic. The lid shall be 9 -5/8 -inch O.D. and cast with the legend "Test Station" using characters as large as space allows. The test boxes shall be flush with grade. 2. Shunts: Anode test boxes shall have 0.01 -ohm shunts rated at 6 amperes, Holloway Type RS or equal, and accurate to plus or minus one percent. Shunts shall be attached to anode and cathode lead wires with split bolt connectors as shown in the drawings. Note that anode leads shall be left unconnected until system activation in the presence of the Engineer. 3. Split Bolt Connector: Split bolt connectors shall be UL 486 copper or brass and sized to accommodate the lead wire and shunt being used. 4. Brass Identification Tags: All test leads shall be identified in each test box with an 18 ga., 1 -1/2 -inch diameter brass tags with a 3/16 -inch diameter hole. All tags shall be die - stamped with the pipe size and service in '/< -inch high characters. The tags shall be securely attached to the test leads with un- insulated No. 14 copper wire. 5. Concrete Pad: Test boxes mounted in un -paved areas shall be mounted in a 26- inches square by 4- inches thick, reinforced concrete pad constructed of ASTM C94 Ready -Mix concrete. 209 -3.5.3 Wire and Cable. All wire shall be single conductor, stranded copper of the gauge indicated. Wire sizes shall be based on American Wire Gauge (AWG). Copper wire shall be in conformance with U.L. Standard 83 and shall be suitable for direct burial in corrosive soil and water. Wire with high molecular weight polyethylene (HMWPE) insulation shall conform to the requirements of ASTM D1248 Type 1, Class C, Grade 5. Wire with THWN insulation shall conform to the requirements of ASTM D2220. 1. Test Wires. Wire sizes shall be as shown in the Drawings. All pipe test leads shall have black HMWPE insulation. 2. Anode Lead Wires. All anodes shall have No. 12 AWG wire with white THWN insulation. 3. Bond Wires. Bond wires at mechanical joints, i.e., valves, flanges and couplings and at ductile iron pipe joints shall be No. 4 or 6 AWG as shown in the drawings with black HMWPE insulation. • • SP 55 OF 83 209 -3.5.4 Insulating Flange Kit 1. Standard: NACE RP0286 "Electrical Isolation of Cathodically Protected Pipelines." 2. Gasket. ANSI B- 16.21, Type "E" full- faced, laminated glass NEMA LI -1 G -10 material with rectangular nitrile or Viton O -ring seal for operation between 20 °F and 150 °F. Gaskets shall be suitable for the temperature and pressure rating of the piping system in which they are installed. 3. Insulating Sleeves. 1/32 -inch thick tube, full length, laminated glass material as per NEMA LIA G10 for operation between 20 °F and 150 °F. For installation at threaded valve flanges, the sleeves shall be half - length. 4. Insulating Washers. 1/8 -inch thick laminated glass material as per NEMA LI -1 G10 for operation between 20 °F and 150 °F. For installation at threaded valve flanges, the sleeves shall be half - length. 5. Steel Washers. 1/8 -inch thick cadmium plated steel to be placed between the nut and the insulating washer. 209 -3.5.5 Wax Tape Wrap 1. Where Required: All buried non - tape /mortar coated pipe fittings and appurtenances such as valve bodies, flanges, insulating flanges, couplings, etc. shall be wrapped with a wax tape primer and wrap per AWWA C217 and this specification section. 2. Primer: Prime coat with a blend of petrolatum, plasticizer, inert fillers, and corrosion inhibitor having a paste -like consistency. 3. Tape Wrap: Wrap primed surfaces with a synthetic felt tape saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. A compatible petrolatum filler should be used to smooth over irregular surfaces. 4. Outer Covering: The primed and wax -tape wrapped fitting shall be wrapped with a plastic tape covering consisting of 1.5 mil, polyvinylidene chloride or metallocene resin material. The tape shall have high dielectric strength, be stretchable and be able to conform well to irregular shapes. The outer covering shall be Trenton Poly -Ply, Denso Poly -wrap or equivalent. 0 209 -3.5.6 Alumino- Thermic Weld Kits • SP 56 OF 83 1. Weld Kits: Cable -to -metal connections shall be made by the alumino- thermic welding process. Weld kits shall include graphite mold, weld charges and accessories. The charge size and alloy and the mold size shall be as specified by the manufacturer of the weld kit for use on steel pipe. 2. Weld Caps: Alumino- thermic welds shall be sealed with a pre- fabricated plastic cap filled with formable mastic compound on a base of elastomeric tape. Weld caps shall be Royston Handy Cap 2 or equivalent. Prime coat the surface before application of the weld cap with a material specially designed for this purpose such as Royston Roybond Primer. 3. Weld Coating: All alumino- thermic welds and weld caps shall be coated with a cold - applied fast -drying mastic consisting of bituminous resin and solvents per Mil. Spec MIL- C- 18480B such as Carboline Bitumastic 50, Tnemec 40 -H- 413, Tape -coat TC Mastic or "3M Scotch Clad 244 ". The minimum coating thickness shall be 25 mils (0.025 inch). 209 -3.5.7 Plastic Warning Tape 1. Warning Tape: The plastic warning tape shall be 3- inches wide and shall have a printed warning "Caution - Cathodic Protection Cable Buried Below ". 209 -3.6 Execution. All work shall be performed by qualified, experienced personnel working under continuous, competent supervision. Work not specifically described herein shall conform to NACE RP0169 or NACE RP0286. 209 -3.6.1 Magnesium Anodes 1. Inspection: All lead wires shall be inspected to ensure that the lead wire is securely connected to the anode core and that the lead wire insulation has sustained no damage. Anode lead wire -to -anode connection failures shall require replacement of the complete anode and lead wire assembly. 2. Pre - Packaged Anode Inspection: Each unit shall be inspected to ensure that the backfill material completely surrounds the anode and that the cloth bag containing the anode and backfill material is intact. If the prepackaged anodes are supplied in a waterproof container or covering, that container or covering shall be removed before installation. 3. Excavation Type and Depth: Anodes are to be installed in augured holes 12 feet deep as shown in the drawings. • • SP 57 OF 83 4. Location: Approximate anode locations are shown in the drawings. Anode positions can be adjusted slightly to avoid interference with existing structures. The Engineer must approve alternate anode positions, greater than 10 feet from those shown in the drawings. 5. Handling: Care shall be taken to ensure that the anode is never lifted, supported, transported, or handled by the lead wire. All anodes shall be lowered into the hole using a sling or a rope. 6. Soaking Requirements, Pre - Packaged Anodes: All prepackaged anodes shall be completely submerged in water for 30 minutes before being placed in the hole or trench. Once in the hole or trench, 15 gallons of water shall be poured on top of the anode such that it is completely covered with water. Allow the anodes to soak for a minimum of 30 minutes before any soil backfill is added. Backfill with native, rock -free (1/2 -inch maximum rock size) soil such that the soil backfill is 3 to 5 inches over the top of the anode. Add an additional 5 to 10 gallons of water to the hole or trench to completely saturate the soil around the anode. Allow the anode and soil to soak for 15 minutes (minimum) before completing the backfill operation. 7. Anode Upper Backfill: After the anode has soaked in the hole or trench, the hole or trench is backfilled with native trench spoil (not sand) with all stones over 1 -inch diameter removed. Backfill in 18 -inch lifts and carefully tamp to compact the soil. No voids shall exist around the anode bags and the anode lead wire shall not be damaged. 209 -3.6.2 At -Grade Test Stations 1. Location: At -grade corrosion monitoring test boxes shall be placed just behind the curb and /or over the pipe as shown in the drawings. The Engineer must approve alternate test station positions. Test boxes shall not be placed in the roadway or traffic lanes. 2. Native Soil: The bottom of the box shall be native soil not gravel, rock, or sand. 3. Test Lead Attachment: Test leads shall be attached to the pipe using the alumino- thermic weld process as shown in the drawings and as described below. A single 18 -inch slack wire coil shall be placed at each weld. 4. Wire Installation: All buried lead wires (test or anode) shall be installed without damage or splices. All wire leads shall terminate at an anode, the pipe or in a test box. Provide slack wire in the test box such that all wires extend above the top of the box (grade) by 18 inches. • • SP 58 OF 83 5. Anode Connection: Contractor shall connect the shunt to the pipe lead with a split bolt connector as shown. The anode lead shall be left unconnected for testing and completion by the Engineer. The Contractor shall connect a second split bolt to the other end of the shunt for connecting the anode lead to the shunt; however, the anode wire shall be left out of the connection until the system is activated in the presence of the Engineer. 6. Concrete Pad: A 26 -inch square by 4 -inch deep, reinforced (No. 4 rebar) concrete pad is required around each at -grade test station that is not located in a paved area. The pad shall be flush with grade except in grass areas where it shall be slightly raised. 209 -3.6.3 Wire and Cable 1. Test Lead Trenching and Backfilling: Horizontal test lead and anode lead runs shall be placed in a trench with a minimum depth of 24 inches. The bottom of the finished trench shall be sand or stone -free earth. Test lead shall be centered in the bottom of the trench and covered and tamped in a 6- inch layer of stone -free earth. Trench spoil can be used for the remainder of the backfill unless directed otherwise in these specifications. Soil compaction shall be as specified elsewhere in these specifications. Do not stretch or kink the conductor. Care shall be taken when installing wire and backfilling trench so insulation is not broken, cut, or bruised. Do not place roots, wood scraps, organic matter or refuse in the backfill. 2. Plastic Warning Tape: Plastic warning tape shall be run in the wire trench at a depth of 12- inches and above each buried wire. 3. Damaged Wire: If any wire insulation is damaged during installation, it shall be rejected and replaced completely at the Contractor's expense. All rejected wire shall be removed from the job site at the close of each workday. 4. Splicing: No wire splices are allowed unless specifically approved by the Engineer. 209 -3.6.4 Insulating Flange Kits 1. Flange Kit Preparation: Insulating kits shall be installed as shown on drawings and as recommended by the manufacturer. Moisture, soil, or other foreign matter must be carefully prevented from contacting any portion of the mating surfaces prior to installing insulator gaskets. If moisture, soil, or other foreign matter contacts any portion of these surfaces, the entire joint shall be disassembled, cleaned with a suitable solvent, and dried prior to reassembly. • • SP 59 OF 83 2. Pre - Assembly: All insulating flange kits 20- inches or greater shall be pre - installed and tested in the pipe spool before it is installed in the trench. If possible, smaller flanges shall be pre - installed and tested above grade. 3. Component Compatibility: The Contractor shall be responsible that insulating flange kits fit up properly. Specifically, the Contractor is responsible to verify that the bolts or studs are the correct material and size and that there are the correct number of bolts (studs), nuts, sleeves, insulating washers and steel washers. The Contractor shall also verify that the gasket sealing surfaces match up properly on both flanges and that there is enough clearance for the sleeves between the bolts or studs and the flange hole. Misaligned or non- compatible flange kits shall be replaced by the Contractor at the Contractors expense. 4. Alignment: Alignment pins shall be used to properly align the flange and gasket. 5. Bolt Tightening: The manufacturers recommended bolt- tightening sequence shall be followed. Bolt insulating sleeves shall be centered within the insulation washers so that the insulating sleeve is not compressed and damaged. 6. Testing: All insulating flanges must be tested as specified below. All buried insulating flanges must be tested before backfilling and before the wax tape primer and wrap are applied. Insulating flanges over 20- inches in diameter shall also be tested after assembly in the pipe spool but before installation in the ditch. 209 -3.6.5 Wax Tape Coating. All buried pipe, pipe fittings and appurtenances such as tapping saddles, valves, flanges, insulating flanges, couplings and adapters (except casings) that are not tape /mortar coated shall be wrapped with petrolatum wax tape per AWWA C217 and this specification section. 1. Surface Preparation: All surfaces to be wrapped, including bolt and nut surfaces, must be clean and free of all moisture, dirt, mud, dust, mill scale, wax, paint, oil, grease or any foreign substance. Clean using a power or hand wire brush and by wiping with a clean cloth. If oil or grease is present clean using a suitable, safe solvent that does not leave a residue. The surface shall be dry prior to the application of the coating. 2. Primer: Apply primer by brush, hand, glove or roller. A thin coating of primer shall be applied to all surfaces and worked into all crevices. The primer shall be applied generously around threaded bolts and nut, coupling tie rods, flanges, followers, and other irregular surfaces and shall completely cover all exposed surfaces and fill all voids. The primer should overlap the pipe coating by a minimum of 3- inches. • • SP 60 OF 83 3. Wax Tape: The petrolatum wax -tape shall be applied immediately after primer application. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud -ends. Coupling tie rods and odd surfaces must be individually wrapped with wax tape to ensure complete coverage with tape directly against all surfaces. After all bolts and irregular surfaces are covered with short sections of tape, the tape shall be circumferentially wrapped over the flange, valve or coupling with sufficient tension and pressure to provide continuous adhesion without stretching the tape. The tape shall be formed by hand into all voids and spaces. There shall be no gaps or air spaces under the tape. The barrel of couplings shall be wrapped under the tie rods. The tape shall be applied with at least a 55 percent overlap. The wax tape system shall have a minimum thickness of 50 -mils over smooth surfaces and 100 -mils over sharp projections such as bolts and nuts. 4. Outer Covering: The clear plastic outer covering shall be applied by hand such that the material conforms and adheres to the wax tape surface. Coupling tie rods shall be individually wrapped. Two layers of plastic outer wrapping shall be applied. 209 -3.6.6 Continuity Bonding 1. Ductile Iron Joints: All buried ductile iron joints shall be bonded with two copper wires as shown in the drawings. The Engineer must approve alternate bonding methods. 2. Mechanical Joints: All buried non - welded pipe joints and all mechanical joints (i.e., flanges, valves, couplings expansion joints) not specifically identified as an insulating joint shall be bonded with bond wires as indicated in the drawings. 3. Bond Wires and Wax Tape: Attached, test and inspect bond wires before wax tape wrap is applied. 209 -3.6.7 Wire to Pipe Connections 1. Welds: All connections of copper wires to the cathode /structure shall be made by the alumino- thermic weld method as shown in the drawings. 2. Preparation of Wire and Cable: Use a cutter to prevent deforming cable ends. Do not deform cable. Clean oily or greasy cable with a rapid -drying solvent, which leaves no residue. Remove only enough insulation from the cable to allow the alumino- thermic weld connection to be made. • • SP 61 OF 83 3. Preparation of Metal: Remove all coating, dirt, grime, and grease from the metal structure at weld locations by wire brushing and /or use of suitable safe solvents. Clean the structure to a bright, shiny surface free of all serious pits and flaws by using a file. The area of the structure where the attachment is to be made must be absolutely dry. 4. Wire Position: The wire is to be held at a 30- degree angle to the surface when welding. Only one wire shall be attached with each weld. 5. Testing of All Completed Welds: As soon as the weld has cooled, the weld shall be tested by the Contractor as described below. 6. Re- welding Failed Welds: Before attempting a weld where a previous weld has failed, it is necessary to completely remove all weld metal and remnants of the previous weld by grinding or by filing. 7. Coating of All Completed Welds: Assure that the area to be coated is thoroughly wire brushed, clean, and completely dry. Apply the elastomeric weld cap primer and then the weld cap to the weld. Apply a bituminous mastic coating over the weld cap at sites where wax tape is not applied. Apply bituminous coating in accordance with the manufacturer's recommendations. This coating shall overlap the structure coating a minimum of three inches. Allow sufficient time to dry. Wax tape can be applied over the weld cap in lieu of the bituminous coating. 209 -3.7 Testing And Inspection 209 -3.7.1 Test Leads and Bond Wires Responsibility: The Contractor shall be responsible for testing all test leads and bond wire welds. 2. Test Method: All completed wire connection welds shall be tested for strength by striking the weld with a sharp blow with a two -pound hammer while pulling firmly on the wire. Welds failing this test shall be re- welded and re- tested. Wire welds shall be spot tested by the Engineer. After backfilling pipe, all test lead pairs shall be tested using a standard ohmmeter for broken welds. The resistance shall not exceed 130 percent of the total wire resistance as determined from published wire data. 3. Acceptance: Welds not loosened or broken by the hammer test can be backfilled. The resistance between each pair of test leads shall not exceed 130 percent of the total wire resistance as determined from published wire data. Ultimate bond wire acceptance shall be determined by the continuity test results. • • SP 62 OF 83 209 -3.7.2 Test Lead Trenching and Backfill 1. Responsibility: The depth, trench bottom padding, and backfill material shall be inspected by the Engineer at his discretion prior to backfilling. 2. Method: The depth, trench bottom padding, and backfill material shall be visually inspected prior to backfilling. 3. Acceptance: Conformance with these specifications. 209 -3.7.3 Continuity Testing 1. Responsibility: Full metallic continuity is the responsibility of the Contractor. A qualified Corrosion Engineer who is retained by the Contractor shall conduct continuity tests. The Contractor is also responsible for providing test access at either end of the pipe sections requiring testing. 2. Pipe Requiring Continuity Testing: All reaches or sections of pipe that contain one or more bonded, mechanical or non - welded joint must be tested for Continuity. 3. Notification and Scheduling for Testing: The Contractor shall notify the Engineer at least five days before the completed pipe installation is ready for testing. It is advised that continuity testing be done as soon as possible. 4. Test Method: Pipeline continuity shall be tested using the Direct Resistance Method. The Owner must approve alternate methods. The Direct Resistance Method consists of measuring the linear resistance of individual pipe sections between two adjoining test stations (2 -wire minimum) such that the entire line is tested. The resistance of the pipe section is measured by applying a known DC current through the section and measuring the IR drop. Current can be applied through the pipe using any DC source such as a battery. The IR drop shall be measured at a minimum of five different current values. Instruments used shall be sufficiently sensitive to measure a resistance equal to plus or minus 5% of the calculated resistance of the pipe section. 5. Acceptance: The continuity of the pipeline shall be considered acceptable if the actual resistance measured as described above is equal to or less than 130 percent of the calculated pipe section resistance. The calculated resistance shall include the cylinder resistance and the bond wire resistance. If the actual resistance is greater than 130 percent of the calculated value the Contractor shall, at his own expense, locate the open or high resistance joints, make all necessary corrections, and retest until this criterion is met. • • SP 63 OF 83 209 -3.7.4 Anodes and Cathodic Protection Performance 1. Responsibility: The Contractor is responsible for providing the proper rated potential anode, sufficient anode lead wire length, low resistance connections and the proper anode hole or trench depth. The Contractor shall be responsible for ensuring that the anode pre - packaged backfill sack is undamaged and that the wire leads are soundly attached. The Contractor's Corrosion Engineer shall test each installed anode for wire connection integrity and for open- circuit potential. 2. Notification for Testing: The Contractor shall notify the Engineer at least five days in advance of plans to install the anodes and five days in advance of system performance testing. At his or her discretion, the Engineer shall witness the anode installation. 3. Cathodic Protection Performance Test Method: The performance of the cathodic protection system will be tested by the Contractor's Corrosion Engineer in the presence of the Engineer. The testing shall include: measurement of all open- circuit anode potentials; pipe -to -soil potentials at each test station and other locations as needed to fully evaluate anode performance before the anodes are connected; initial anode currents after connecting anode leads to the pipe leads; and the pipe -to -soil potential at each previously tested site with all anodes connected. Pre- and post cathodic protection potentials at midpoints between anode beds are required to verify that the pipeline is fully protected. Adequate protection shall be as defined in NACE RP0169. 4. Test Report: All system checkout test results shall be recorded, tabulated and submitted to the Engineer in a report along with the Corrosion Engineer's conclusions regarding the performance of the cathodic protection system. Any deficiencies found during testing shall be reported to the Engineer immediately. The Contractor shall perform repairs due to system installation deficiencies. These repairs and system re- testing shall be provided at no additional cost to the Owner. 5. Acceptance: The system will be accepted if all anodes, insulators, test stations, and supporting facilities are installed and working properly. 209 -3.7.5 Insulator Testing Responsibility: Insulators shall be tested and certified by the Contractor's Corrosion Engineer. Testing shall be done in the presence of the Engineer and the Owner at their discretion. 2. Test Sequence: Buried Insulating flanges must be assembled onto the pipe spool and tested above grade prior to installation of the spool in the trench and the application of wax tape. 0 • SP 64 OF 83 3. Notification for Inspection: The Contractor shall notify the Engineer at least five days in advance of the testing of insulator installations. 4. Method: Two test methods are required. a. Spool Test Above - Grade: The assembled flange shall be tested with a Gas Electronics Model 601 Insulator Checker specifically designed for the testing of insulating devices. The testing shall be done by a qualified Contractor's Corrosion Engineer and in accordance with NACE RP0286- 97. b. Fully Assembled in the Trench: Retest with the Insulator Checker as above. Measure the pipe -to -soil potential of the pipe on each side of the insulator with a reference cell placed in the same location. A shorted condition is indicated by identical potentials. 5. Acceptance: a. Above Grade: The installation of the insulators shall be considered acceptable when the Insulator Checker test results indicate no shorts or partial shorts are present (zero percent meter deflection). b. In the Trench: No shorts or partial shorts as indicated by the Insulator Checker. Pipe -to -soil potentials on each side of the insulator must differ by a minimum of 20 millivolts. If the potential difference is less than 20 millivolts the Corrosion Engineer shall recommend additional tests to verify insulator performance. The additional tests shall be conducted with the approval of the Construction Manager. c. The installation shall be considered complete when the testing device indicates that no shorts or partial shorts are present. If shorts are detected the Contractor shall assist the qualified Corrosion Engineer in finding partial shorts or shorted bolts. All disassembly and re- assembly necessary to gain the acceptance of the qualified Corrosion Engineer shall be done at the Contractor's expense. 209 -3.7.6 Wax Tape Coating 1. Responsibility: the Engineer shall inspect all wax tape coating applications. 2. Notification for Inspection: The Contractor shall notify the Engineer at least five days in advance of completion of wax tape applications. 3. Test Method: Each tape wrapped component shall be visually inspected. The inspector shall verify that all irregular components are individually wrapped and that the tape if fully molded to the surface without gaps or voids. • SP 65 OF 83 Backfilling shall not be done until this inspection is complete and the Engineer approves the tape wrap application. 4. Acceptance: Conformance with this specification section. 209 -3.7.7 Compliance with Specifications. Deficiencies: Any deficiencies or omissions in materials or workmanship found by these tests shall be rectified by the Contractor at his expense. Deficiencies shall include but are not limited to: unconnected or broken anode or test leads; incorrect anode type; improper or un -clean wire trench backfill; lack of 18- inches slack wire on each test lead in each test box; shorted or partially shorted insulators; inadequate insulator coating; failure to notify the Engineer in sufficient time to test buried insulators; high metallic pipeline resistance; and improperly mounted or located test boxes. SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday." • • SP 66 OF 83 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 '/2 inch" of the last sentence with the words 'two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. 300 -12 Archaeological Excavations. A prehistoric archaeological site will be crossed by the pipeline excavation and reconstruction of the bike trail within the limits of the Upper Newport Bay Regional county Park at Station 30 +00 to Station 47 +00. Some excavation and grading along Irvine Avenue and the existing bike trail alignment within these limits will be required as shown on the plans and described in these Special Provisions. The Contractor shall follow the procedures outlined by the City's archaeologist for performing grading and excavation operations within the limits of the archaeological site and the provisions of Section 7 -7.1 of these Special Provisions. It is the Contractor's responsibility to understand, prior to beginning work, the full potential for excavation and grading requirements within the limits of the areas to receive archaeological monitoring as shown on the plans and as described in these Special Provisions. 300 -12.1 Payment. Payment for Archaeological Excavation shall be made at the Contract Lump Sum Price bid and shall include compensation for all additional labor, equipment, and incidentals involved in following the procedures required to coordinate and accommodate the excavation of materials within the locations described to required archaeological monitoring. The lump sum price paid shall include compensation for additional time as necessary for accommodating and coordinating with the City's archaeologist and no additional payment shall be made therefore. • • SP 67 OF 83 SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: 'The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks % -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom. Asphalt paving shall be done the day after the cold - milling (grinding) is completed. No segment of street shall be left in a cold - milled state for more than one day." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: 'The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: 'The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." • • SP 68 OF 83 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City, Mr. Ed Burt, at (714) 718 - 3402." 303 -5.5.4 Gutter. Add to this section: 'The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 306 - -- UNDERGROUND CONDUIT CONSTRUCTION 306 -1.1.1 General. Add to this section: 'Per the Geotechnical investigation prepared for this project, the soils within the Irvine Avenue project should be readily excavated by conventional earthmoving equipment. However, bedrock may be encountered within the Jamboree Road project. In addition, the potential for raveling soils is present at both Irvine and Jamboree project locations. If raveling soils is encountered during excavation, the trench should be properly shored. Excavation shall include without classification the removal of all material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an off -site location. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor. All excess native material excavated during the construction shall become the property of the Contractor and shall be disposed of by him outside the limits of work in accordance with the applicable ordinances and regulations of the governmental agencies having jurisdiction. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor." 306 -1.1.2 Maximum Length of Open Trench. Revise the length of open trench from "500 feet' with "300 feet'. In addition, the Contractor shall place the base paving (for temporary pavement) flush with surrounding pavement within at least three (3) calendar days after traffic is allowed back onto the trench. 306 -1.1.5 Removal and Replacement of Surface Improvement. Add to this section: "The thickness of the existing AC pavement and base sections will vary. The Contractor shall assume the following existing minimum pavement sections. The type and depth of the existing pavement and base sections shown below were obtained from improvement plans or soil borings and the City does not guarantee the accuracy of this determination. E Street Irvine Avenue Santiago Drive to Santa Isabel Avenue Santa Isabel Avenue to University Drive Jamboree Road • SP 69 OF 83 Pavement Structural Section 6" AC over 18" AB 6" AC over 12" AB 9° AC over 16" AB 306 -1.1.6 Bracing Excavations. Add to this section: Braced Shoring shall be designed per the lateral earth pressures provided in the project Geotechnical Report by Leighton and Associates, dated January 3, 2002. 306 -1.1.7 Dewatering. The Contractor shall provide and maintain at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water, from any source, entering the excavations or other parts of the work. Dewatering shall be accomplished by methods that will ensure a dry excavation and preservation of the lines and grades of the bottoms of excavations. For pipeline work, the methods may include sump pumps, deep wells, well points, suitable rock or gravel placed below the required bedding for draining and pump purposes, temporary pipeline and other means. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accord with the provisions of this section or other requirements. Standby pumping equipment shall be provided on the jobsite. A minimum of one standby unit (one for each ten in the event well points are used) shall be available for immediate installation should any well unit fail. The design and installation of well points or deep wells shall be suitable for the accomplishment of the work. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. Disposal methods shall conform to the Porter - Cologne Water Control Act Amendment of 1972; and the California Administrative Code, Title 23, Chapter 3. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property. Conveyance of the water shall be such as to not interfere with traffic flow. No water shall be drained into work built or under construction without prior consent of the CNB. Water shall be desilted before disposal of any sewer, storm drain or other conveyance system. The system used for desilting the water shall be baffled structure and shall provide not less than five minutes detention time and shall be designed to have a "flow - through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow - through limitations specified above. r • • SP 70 OF 83 The Contractor shall ensure that all extracted and discharged water meets the basin plan water quality criteria. An NPDES permit will be required for this job. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Water Discharge Permit for Construction Dewatering issued to the City. A copy of the permit is attached in Appendix A. 306 -1.2.1 Bedding. Add to this section: 'Bedding material shall be clean, well graded imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be a granular material free from clay balls, organic material and other deleterious substances. The bedding material shall be compacted to a minimum relative compaction of 90% and shall be a minimum thickness of twelve (12) inches. In the event the subgrade soils below the bedding are excessively weak or disturbed during excavation, the unsuitable soils shall be overexcavated to expose firm native material or removed and recompacted for a minimum depth of twenty -four (24) inches below the proposed bedding (recompacted to 90% relative compaction)." 306 - 1.2.14 Installation of Cement Mortar -Lined and Tape Wrapped /Mortar Overcoat Steel Pipe. Add Section 306 - 1.2.14 as follows: "306- 1.2.14.1 Installation of Pipe. The Contractor shall install all pipe, fittings, closure pieces, bends, reducers, tees, crosses, outlets, manifolds, and other steel plate specials, bolts, nuts, gaskets, jointing materials, and all other appurtenances as indicated and as required to provide a complete and workable installation. No pipe shall be installed when the lining or coating /interior or exterior surfaces show cracks that may be harmful as determined by the Engineer. Such damaged lining and coating /interior and exterior surfaces, shall be repaired, or a new undamaged pipe shall be provided. All pipe damaged prior to Substantial Completion shall be repaired or replaced by the Contractor. The Contractor, shall inspect each pipe and fitting to insure that there are no damaged portions of the pipe. The Contractor shall remove or smooth out any bums, gouges, weld splatter or other repairable defects prior to laying the pipe. Trenches shall be in a reasonably dry condition when the pipe specials are laid. Necessary facilities including slings shall be provided for lowering and properly placing the pipe sections in the trench without damage. The pipe and specials shall be laid to the line and grade shown, and they shall be closely jointed to form a smooth flow line. Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign substance which may have collected thereon and shall be kept clean at all times thereafter. In placing pipe in the trench, the pipe shall be held by the sling that supported the pipe section at the quarter points. The sling shall be constructed with padded attachment straps as approved by the manufacturer of the pipe. Bare cable or chain attachment • • SP 71 OF 83 straps will not be allowed. The pipe shall not be dragged on the bottom of the trench but shall be supported by the sling while being fitted to the adjacent pipe section. Immediately before placing each section of pipe in final position for jointing, the bedding for the pipe shall be checked for firmness and uniformity of surface. When the pipe is being laid, it shall be turned and placed where possible, so that any slightly damaged portion will be on top. The damaged area shall be repaired for the protection of any exposed steel. All damaged areas shall be repaired using materials and methods acceptable to the City. Pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coating on field joints. The protective stulling and bracing shall be removed after the sand backfill has been thoroughly compacted and prior to completing the interior joints. After each section of pipe has been set into position, it shall be attached to the adjoining section by means of an arc - welded joint as shown on the Plans. The use of dogs, clips, lugs, or equivalent devices welded to the pipe for the purpose of forcing it into position will not be permitted. Care shall be exercised at all times to avoid contaminating any pipe, valves or fittings. During laying operation, no debris, tools, clothing or other material shall be placed in the pipe. Dirt shall be prevented from entering the pipe and if necessary, the pipe shall be swabbed before placing in position. If the pipe - laying crew cannot place the pipe into the trench without getting foreign material into it, the City may require placing a heavy canvas cover over each end of the pipe that shall remain in place until the pipe lengths are to be joined. Each section of pipe shall be laid in the order and position shown on the laying schedule. In laying pipe, it shall be laid to the set line and grade, within approximately one inch plus or minus. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the City may change the alignment and /or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed the maximum deflection recommended by the pipe manufacturer. No joint shall be misfit by any amount which will be detrimental to the strength and water tightness of the finished • • SP 72 OF 83 joint. In all cases, the joint opening, before finishing with the protective mortar inside the pipe, or prior to applying in -place mortar lining, shall be the controlling factor. Moderate deflections and long radius curves may be made by means of beveled joint rings, by pulling standard joints, by using short lengths of pipe, or a combination of these methods; provided that pulled joints shall not be used in combination with bevels. The maximum total allowable angle for beveled joints shall be 5 degrees per pipe joint. Bevels shall be provided on the bell ends. Mitering of the spigot ends will not be permitted. The maximum allowable angle for pulled joints shall be in accordance with the manufacturer's recommendations or the angle which results from a % -inch pull out from normal joint closure, whichever is less. All horizontal deflections or fabricated angles shall fall on the alignment. All vertical deflections shall fall on the alignment and at locations adjacent to underground obstructions, points of minimum earth cover, and pipeline outlets and structures. The pipe angle points shall match the angle points indicated. Except for short runs, which may be permitted by the City, pipes shall be laid uphill on grades exceeding 10 percent. Pipe that is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. All bends shall be properly installed. The openings of all pipe and specials where the pipe and specials have been cement - mortar lined in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to prevent unauthorized access by persons, animals, water or any undesirable substance. The bulkheads shall be so designed to prevent drying out of the interior of the pipe. The Contractor shall introduce water into the pipe to keep the mortar moist where moisture has been lost due to damaged bulkheads. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any source, shall assume full responsibility for any damage due to this cause, and shall at its own expense restore and replace the pipe to its required condition and grade if it is displaced due to floating. As pipe laying progresses, the Contractor shall keep the pipe interior free of all debris. The Contractor shall completely clean the interior of the pipe of all sand, dirt, mortar, splatter and any other debris following completion of pipe laying, pointing of joints and any necessary interior repairs prior to testing (and disinfection) the completed pipeline. Where pipe support details are indicated, the supports shall conform thereto and shall be placed as indicated; provided that the support for all exposed piping shall be complete and adequate regardless of whether or not supporting devices are specifically indicated. Where indicated, concrete thrust blocks or welded joints shall be provided." • • SP 73 OF 83 306 - 1.2.14.2 Welded Joints. General: Field welded joints shall be in accordance with ANSI /AWWA C206. Where exterior welds are performed, adequate space shall be provided for welding and inspection of the joints. During installation of welded steel pipe in either straight alignment or on curves, the pipe shall be laid so that the lap joint clearance, at any point around the circumference of the joint, shall comply with the requirements of AWWA C206. Unless double fillet welds are indicated, field welded lap joints may, at the Contractor's option, be made on either the inside or the outside of the pipe. After the pipe and pipe joint are properly positioned in the trench, the length of pipe between joints shall be backfilled to at least one foot above the top of the pipe. Care shall be exercised during the initial backfilling to prevent movement of the pipe and to prevent any backfill material from being deposited on the joint. To control temperature stresses the unbackfilled joint areas of the pipe shall be shaded from the direct rays of the sun by the use of properly supported awnings, umbrellas, tarpaulins, or other suitable materials for a minimum period of 2 hours prior to the beginning of the welding operation and until the weld has been completed. Shading materials at the joint area shall not rest directly on the pipe but shall be supported to allow air circulation around the pipe. Shading of the pipe joints need not be performed when the ambient air temperature is below 45 degrees Fahrenheit. Prior to the beginning of the welding procedure, any tack welds used to position the pipe during laying shall be removed. Any annular space between the faying surfaces of the bell and spigot shall be equally distributed around the circumference of the joint by shimming, jacking, or other suitable means. The weld shall then be made in accordance with ANSI /AWWA C206. Where more than one pass is required, each pass except the first and final one shall be peened to relieve shrinkage stresses; and all dirt, slag, and flux shall be removed before the succeeding bead is applied. All welding shall be done by an unvarying arc - welding process which excludes the atmosphere during the process of deposition and while the metal is in a molten state. The size and type of electrode used, and the current and voltage required, shall in all cases be subject to the approval of the City. The type of wire and flux to be used for automatic processes shall also be subject to the approval of the City. Rusted or otherwise damaged electrodes shall not be used, and violation of this provision shall be sufficient cause for rejection of the work. Used flux from automatic welders shall be sifted free of fines and coarse pieces and shall have all mill scale removed before reusing. • • • SP 74 OF 83 All welds shall be of uniform composition, neat, smooth, full strength, ductile, and shall be made with a technique which will ensure uniform distribution of load throughout the welded section with a minimum tendency to produce eccentric stress or distortion in the weld or in the metal adjacent thereto. There shall be no greater evidence of oxidation in the metal of the weld than in the metal of the unwelded plate. All welded joints shall be of a type that will produce complete fusion of the plates and shall be free from unsound metal, pinholes, and cracks. The finish of welded joints shall be reasonably smooth and free from grooves, depressions, bums, and other irregularities, and there shall be no valley or undercut in the center of edges of any weld. All back chipping on both automatic and hand welding, whether for repairs or preparation of the groove for the original weld, shall be subject to inspection before being filled with weld metal. All butt welds shall be back chipped with a round -nosed tool to sound metal and inspection before welding the reverse side. Field joints shall be lap welded slip or buttstrap as shown on the Plans. At all single welded butt- strapped field joints, the outside weld or welds, as the case may be, shall be made with one (1) downhand pass and one (1) uphand pass. Fitting of butt straps shall be done with angle -bar clips and bolts pulled tight; provided that such angle -bar clips shall be removed to the satisfaction of the City upon completion of welding. The use of chains and jacks to pull up straps will not be permitted. In all hand welding, the metal shall be deposited in successive layers so that there will be at least 8s many passes or beads in the completed weld as indicated in the following table: Plate Thicknesses, Inches 3/16 1/4 5/16 3/8 Fillet Weld, Minimum Number of Passes 1 2 3 3 For all hand butt welds and other hand welds where possible, except plain 90- degree fillet welds, the plate edges shall be so prepared that there will be sufficient angle in the welding groove to prevent side arcing of the electrode and to permit penetration at the deepest point of the groove. All such welds shall be back chipped with a round -nosed tool to clean metal on the reverse side from the side of deepest penetration before any welding is done on said reverse side. Each hand pass and each back chipped welding groove shall be subject to inspection before the ensuing pass is made. Each hand pass shall be the full width of the weld. • • • SP 75 OF 83 For all hand welds, not more than 1/8 -inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side will not be permitted. All porosity and cracks, trapped welding flux, or other defects in the welds shall be completely chipped out in a manner which will permit proper and complete repair by welding. Defective welds shall in general be repaired by hand welding; provided that the repair of defects in automatic welds shall be made on automatic welding machines where, in the City's opinion, the defect is so extensive as to make a hand repair undesirable. The Contractor's equipment for all welding and flame cutting shall be designed and maintained in such conditions, at all times, as to permit qualified welding operators to obtain the requirements prescribed in these specifications, and shall be approved by the City. The use of a semiautomatic welding process will not be permitted. In all welding by an automatic process, both the rate of deposition of weld metal and the rate of travel of the electrode shall be automatically controlled. The submerged melt process shall be used for automatic welding. Welding shall be done by skilled welders who have had adequate experience in the method and materials to be used. All welding operators shall be qualified under the standard qualification procedure of the latest edition of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications. Any welder or welding operator performing work under this contract shall have been qualified for the process involved within the past three (3) years. The Contractor, when required by the City, shall conduct tests of his welders to determine their ability to produce welds that are in compliance with these specifications. Tests shall be made in accord with the above -named qualification procedure using machines and electrodes similar to those that are to be used on the work and in the presence of the City, who shall determine the quality of the work done. In lieu of test conducted in the presence of the City, the City may require that welders be qualified under the ASME qualification procedure by a testing agency approved by the City. The specimens shall be welded in the same position in which the welder is qualifying to work, and the same number of passes shall be used. The City may call for additional test plates as the work progresses and may demand the removal of any welder from the work under the contract whose work on the pipe is not satisfactory, regardless of the quality of the test welds. The Contractor shall furnish all materials and bear all expense of qualifying welders. The sequence of welding and welding procedures shall be subject to approval by City. SP 76 OF 83 As soon as practicable after welding of each joint, all field- welded joints shall be tested by the liquid penetrant inspection procedure conforming to the requirements of ANSI /ASMT E 165 under Method "B" and "Leak Testing." All defects shall be chipped out, re- welded and retested. Upon retest, the repaired area shall show no leaks or other defects. Following tests of the joint, the exterior joint spaces shall be coated in accordance with these specifications after which backfilling may be completed. 306 - 1.2.14.3 Joint Coating and Lining. The interior and exterior joint recesses shall be thoroughly wiped clean and all water, loose scale, dirt and other foreign material shall be removed from the inside surface of the pipe. The cement for joint grout and mortar shall be portland cement acceptable under ASTM C150. After the pipe has been laid and after sufficient backfill has been placed between the joints to hold the pipe securely in place, the outside annular space between pipe sections shall be completely filled with grout formed by the use of polyethylene foam - lined fabric bands. The grout shall be composed of one part cement to not more than two parts sand, thoroughly mixed with water to a consistency of thick cream. The grout space prior to filling shall be flushed with water so that the surface of the joint to be in contact with the grout will be thoroughly moistened when the grout is poured. The joint shall be filled with grout by pouring from one side only, and shall be rodded with a wire or other flexible rod or vibrated so that the grout completely fills the joint recess by moving down one side of the pipe, around the bottom of the pipe and up the opposite side. Pouring and rodding the grout shall be continued to allow completion of the filling of the entire joint recess in one operation. Care shall be taken to leave no unfilled space. Grouting of the outside joint spaces shall be kept as close behind the laying of the pipe as possible except that in no case shall grouting be closer than three joints of the pipe being laid. Grout Bands (Diapers): The grout bands or heavy -duty diapers shall be polyethylene foam -lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist rodding of the mortar and allow excess water to escape. The foam plastic shall be 100 percent closed cell, chemically inert, insoluble in water and resistant to acids, alkalies and solvents. The fabric backing shall be cut and sewn into 9 -inch wide strips with slots for the steel strapping on the outer edges. The polyethylene form shall be cut into strips 6 inches wide and slit to a thickness of 1/4 -inch which will expose a hollow or open cell surface on one side. The foam liner shall be attached to the fabric backing with the open or hollow cells facing toward the pipe. The foam strip shall cover the full interior circumference of the grout band with sufficient length to permit an 8 -inch overlap of the foam at or near the top of the pipe joint. Splices to provide continuity of the material will be permitted. The polyethylene foam material shall be protected from direct sunlight. r • • SP 77 OF 83 The polyethylene foam -lined grout band shall be centered over the joint space with approximately equal widths extending over each pipe end and securely attached to the pipe with steel straps. After filling the exterior joint space with cement grout, the flaps shall be closed and overlapped in a manner that fully encloses the grout with polyethylene foam. The grout band shall remain in position on the pipe joint. Joint Lining: After the backfill has been completed to final grade, the interior joint recess shall be filled with mortar of stiff consistency mixed in proportions of one part cement to two parts sand. The mortar shall be tightly packed into the joint recess and troweled flush with the interior surface, and all excess shall be removed. At no point shall there be an indentation or projection of the mortar exceeding 1/16 -inch. For pipe smaller than 24- inches in diameter, before the spigot is inserted into the bell, the bell shall be daubed with mortar containing one part cement to two parts sand. The spigot end then shall be forced to the bottom of the bell and excess mortar on the inside of the joint shall be swabbed out. The City will field inspect the inside of the pipeline and /or TV inspect the interior mortar lining prior to pressure testing of the new main. The Contractor will be required to provide necessary access points and ventilation for the interior inspection of the water main. 306 - 1.2.14.4 Installation of Pipe Appurtenances. Protection of Appurtenances: Where the joining pipe is concrete or coated with cement mortar, buried appurtenances shall be coated with a minimum thickness of one -inch of cement mortar having one part cement to net more than two parts plaster sand. Installation of Valves: All valves shall be handled in a manner to prevent any injury or damage to any part of the valve. All joints shall be thoroughly cleaned and prepared prior to installation. The Contractor shall adjust all stem packing and operate each valve prior to installation to insure proper operation. All valves shall be installed so that the valve stems are plumb and in the location indicated. Installation of Flanged Joints. Before the joint is assembled, the flange faces shall be thoroughly cleaned of foreign material with a power wire brush. The gasket shall be centered and the connection flanges drawn up watertight without unnecessarily stressing the flanges. All bolts shall be tightened in a progressive diametrically opposite sequence and torqued with a suitable, approved and calibrated torque wrench. All clamping shall be applied to the nuts only. All buried flanges shall be coated and protected per Section 209 -3.6.5 "Wax Tape Coating." s • SP 78 OF 83 Insulated Joints: Insulated joints and appurtenant features shall be made by the Contractor as shown on the Drawings. The Contractor shall exercise special care when installing these joints to prevent electrical conductivity across the joint. After the insulated joint is completed, the City will perform an electrical resistance test. Should the resistance test indicate a short circuit, the Contractor shall remove the insulating units to inspect for damage, replace all damaged portions, and reassemble the insulating joint. The insulated joint shall then be retested to assure proper insulation. Flexible Coupled Joints: When installing flexible couplings, care shall be taken that the connecting pipe ends, couplings and gaskets are clean and free of all dirt and foreign matter with special attention being given to the contact surfaces of the pipe, gaskets and couplings. The couplings shall be assembled and installed in conformity with the recommendation and instruction of the coupling manufacturer. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling manufacturer. Coupling bolts shall be tightened so as to secure a uniform annular space between the follower rings and the body of the pipe with all bolts tightened approximately the same amount. Diametrically opposite bolts shall be tightened progressively and evenly. Final tightening shall be done with a suitable, approved and calibrated torque wrench set for the torque recommended by the coupling manufacturer. All clamping torque shall be applied to the nut only. Upon completion of the coupled joint, the coupling and bare metal of the pipe shall be cleaned, primed and epoxy coated (16- mils). Bonding and Electrical Conductivity: All un- welded pipe joints shall be bonded for electrical conductivity in accordance with the details indicated. 306 -1.3 Backfill and Densification. Add to this section: 'Based upon the Geotechnical report, onsite soils may be used as compacted backfill, provided it is free of organic material and construction debris if approved by the City's Geotechnical Engineer. Where proper compaction of native material is not feasible, import san having a minimum sand equivalent of 30 shall be used. Cost of said import soil shall be sole responsibility of the Contractor and no additional compensation shall be made therefor. Water densification getted backfill) of bedding and backfill shall not be allowed. 306 -1.4 Testing Pipelines. Delete Section in its entirety. Replace with the following: "Hydrostatic testing shall conform to the requirements of the Section 306- 1.4.5 of the City's Standard Special Provisions. The test pressure as measured at the lowest elevation along the pipeline shall be 225 psi and the duration of the test shall be a minimum of four (4) hours." 306 -1.4.7 Watermain Disinfection. Water main disinfection shall conform to the requirements of Section 306 -1.4.7 of the City's Standard Special Provisions. Disposal of all water used during flushing of the pipeline shall be in conformance with Section 7- 8.9 of these specifications. • • • SP 79 OF 83 306 -5 ABANDONMENT OF CONDUITS AND STRUCTURES 306 -5.1 Abandoning Water Mains. Contractor shall remove existing water mains and appurtenances at the locations shown on the plans or as directed by the Engineer. Water mains specified to be abandoned in place, 12- inches in diameter and larger, shall be filled with one sack cement slurry and have their ends plugged. The slung shall be installed wet enough to insure that it does not bridge but rather fills the pipeline entirely. Water mains specified to be abandoned in place, 10- inches in diameter and smaller, shall have their ends plugged and be left intact. 306 -5.2 Abandoning Valves. Where the valves are located in the parkway, the valves shall be abandoned by closing the valves, removing the valve cans, filling the hole with satisfactory material, and compacting it to 90 percent relative compaction and restoring the area to match adjacent. Where the valves are located in concrete, the valve shall be abandoned by closing the valve, sawcutting the concrete, removing the valve can, and filling the hole with concrete. Where the valves are located in asphalt, the valves shall be abandoned by closing the valves, sawcutting the asphalt, removing the valve cans, filling the hole with slurry to the bottom of the asphalt section, and providing an asphalt cap on the slurry. 306 -5.3 Abandoning Fire Hydrants. All fire hydrants required to be abandoned shall be removed to the bottom of the bury and the service line capped. All abandoned hydrants shall be salvaged and delivered to the City Utilities yard. 306 -5.4 Removal of A.C. Pipe and Fittings. The Contractor will be required to remove asbestos cement pipes during the prosecution of his work. Removal of existing asbestos material shall be performed by a Contractor registered by CAUOSHA and certified by the State Contractor's Licensing Board for asbestos removal. Copies of the certification shall be submitted to the City prior to the commencement of any asbestos removal activities. The Contractor shall comply with all State and Federal laws regarding handling all removal of asbestos materials. The Contractor shall be responsible for the proper removal and disposal of all asbestos materials. The Contractor shall not field cut the existing A.C.P. In the specific instance of making connections to the existing A.C.P., disconnect, at the nearest joints, the length of pipe to be connected to the new pipe. This length of existing A.C.P. will be replaced by the new pipe making the tie -in. Contractor shall handle the A.C. pipe in strict conformance with all applicable CAL/OSHA, EPA and governing health agency requirements. The Contractor shall provide sufficient supervision and monitoring to assure conformance. SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this section to include: 'Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -56 and shall be • SP 80 OF 83 Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 GENERAL. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall arrange for this work with the City's Urban Forester, Mr. John Conway at (949) 644- 3083, a minimum of five workdays prior to beginning work. Method of pruning and removing tree roots shall be determined, approved, and inspected by the City's Urban Forester as follows: 1. Root Pruning a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of the work. He may inspect any and all work sites as necessary. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. C. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root- cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk of root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. • • SP 81 OF 83 d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. In addition, the Contractor shall coordinate the marking of the existing irrigation pipes and control wiring a minimum of 48 hours in advance by contacting Randy Kerns, Park Maintenance Supervisor, relative to the work performed on the medians. All repairs of landscape and irrigation and subsequent final approval shall be coordinated with the Mr. Kerns at 949 - 644 - 3082." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 -mils wet. The final striping shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 -mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 -mm minimum thickness. • • SP 82 OF 83 If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: 'The Contractor shall use crushed aggregate base as base materials." n U PART 6 • SP 83 OF 83 SECTION 600 -- MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 600 -2.1 Asphalt- Rubber 600 -2.1.1 General. Add to this section: "Asphalt- rubber shall be type B." 600 -2.6 Asphalt- Rubber Hot Mix Gap- Graded 600 -2.6.3 Rolling. Add to this section: "Asphalt- Rubber Hot Mix Gap Graded material shall be compacted at or above 290 degrees Fahrenheit. Due to this requirement, the Contractor shall maintain three large self - propelled, vibrating steel wheel rollers, in working condition, on site to facilitate the initial breakdown rolling and intermediate rolling. The third roller will act as a stand -by in case of breakdown by one of the other rollers. Rubber tire rollers are not permitted. A minimum relative compaction of 95 percent is required. For each percentile less that the required 95 percent compaction the unit price for Item No. 6, Construct 2 -Inch Thick Asphalt Rubber Overlay, will be reduced by 10 percent. Any areas of roadway that does not have 90 percent relative compaction shall be removed, reinstalled and properly compacted at the Contractor's sole expense." 600 -2.7 Asphalt- Rubber and Aggregate Membrane (ARAM) Surfacing or Interlayer. Add to this section: "Asphalt- rubber and aggregate membrane (ARAM) surfacing or interlayer shall be applied to the project." F: \USERS \PBVAShared \Contracts \FY 01 -02 \IRVINE AVE WATER MAIN - SANTIAGO C- 3412\SPECS C- 3412.doc 0 0 APPENDIX A NPDES Permit . � California Rwaonal Water Quality Co rol Board�`L l \- Santa Ana Region W Peter M. Rooney - Internet Add=: htJ1 .j mb.ra.r;w Semuoyfor 3737 Main Sheet, Suite 500, Riverside, California 92501 -3339 Firnrerannuai Phone (909) 7824130 • FAX (909) 781 fi288 Pane m September 24, 1998 Michael J. Sinacori City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92625 WASTE DISCHARGE REQUIREMENTS, ORDER NO. 98-67, NPDES NO. CAG998001 (DE MINIMUS DISCHARGES), CITY OF NEWPORT BEACH, ORANGE COUNTY Dear Mr. Sinacori: On August 24, 1998, you submitted a Notice of Intent to continue discharging wastewater from various projects and sites within the City of Newport Beach under the terms and conditions of Regional Board's newly adopted general permit, Order No. 98 -67. This newly adopted order replaces Order No. 93-49, under which'you previously had authorization to discharge. Effective immediately, you are authorized to discharge wastewater under the terms and conditions of Order No. 98 -67. Enclosed is Monitoring and Reporting Program No. 98 -67 -049 which specifies the frequency of sampling and constituents that must be monitored. Please note that modifications to the sampling frequency and constituents to be monitored can be considered on a case -by -case basis. Order No. 98 -67 will expire on July 1, 2003. However, if you wish to terminate coverage under this general permit prior to that time, please notify us immediately upon project completion so that we can rescind this authorization and avoid billing you an annual fee of $400.00 If you have any questions regarding the permit or the monitoring and reporting program, please contact Wanda Smith at (909) 782 -4468 or Susan Beeson at (909) 782 -4902. Sincerely, Gerar . Thibeault Executive Officer Enclosure: Monitoring and Reporting Program No. 98 -67 -049 cc w/o enc: U.S. EPA, Region IX - Terry Oda (WTR -5) SWRCB, DWQ - John Youngerman SKB(c)data/nb.doc California Environmental Protection Agency 0 Reoyded'Paper r • 0 • California Regional Water Quality Control Board Santa Ana Region Monitoring and Reporting Program No. 98 -67 -049 for City of Newport Beach I. Monitoring and Reporting Requirements All monitoring reports, or information submitted to the Regional Board shall be signed and certified in accordance with CFR 122.22 2. All sampling, sample preservation, and analysis shall be performed in accordance with the latest edition of 40 CFR Part 136 "Guidelines Establishing Test Procedures for the Analysis of Pollutants ", promulgated by the United States Environmental Protection Agency, unless otherwise noted. In addition, the Board and/or EPA, at their discretion, may specify test methods which are more sensitive than those specified in 40 CFR 136. 3. All analytical data shall be reported with method detection limits (MDLs) and with identification of either practical quantitation levels (PQLs) or limits of quantitation (LOQs). 4. Whenever the discharger monitors any pollutant more frequently than is required by this general permit, the results of this monitoring shall be included in the calculation and reporting of the data submitted in the discharge monitoring report specified by the Executive Officer. 5. The discharger shall deliver a copy of each monitoring report in the appropriate format to: California Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501 -3339 6. The discharger shall assure that records of all monitoring information are maintained and accessible for a period of at least five years from the date of the sample, report, or application. This period of retention shall be extended during the course of any unresolved litigation regarding this discharge or by the request of the Board at any time. Records of monitoring information shall include: a. The date, exact place, and time of sampling or measurements; b. The individual(s) who performed the sampling, and/or measurements; C. The date(s) analyses were performed; d. The individual(s) who performed the analyses: e. The analytical techniques or methods used; f All sampling and analytical results; g. All monitoring equipment calibration and maintenance records; Page ! of 4 0 • M&RP 98-67 4 NPDESNo. GC998001 Cay of Ntwport ♦teach h. All original strip charts from continuous monitoring devices; i. All data used to complete the application for this general permit, and; j. Copies of all reports required by this general permit. 7. Weekly samples shall be collected on a representative day of each week. H. Effluent Monitoring Page 2 of 1. A sampling station shall be established for the point of discharge where representative samples of the discharge can be obtained before the discharge mixes with the receiving waters. 2. The following shall constitute the effluent monitoring program: Flow - -- gpd Daily Methylene Blue Active Substances' Grab mg/I During the first 30 minutes of each discharge and then weekly, thereafter Total Residual Chlorine Z 3 Grab mg/I During the first 30 minutes of each discharge and then weekly, thereafter Suspended Solids 3 Grab mg/l During the fast 30 minutes of each discharge and then weekly, thereafter Total Inorganic Nitrogen 4 Grab m9/1 During the first 30 minutes of each discharge and then weekly, thereafter Sulfides s Grab mg/I During the fast 30 minutes of each discharge and then weekly, thereafter Phosphorous 4 Grab 1119/1 During the fast 30 minutes of each discharge and then weekly, thereafter Total Petroleum Hydrocarbons 6 Grab µg/t During the first 30 minutes of each discharge and then weekly, thereafter I Onlyfor groundwater dewafermgprojects in the vicinity of active sewer lines. 1 Unless it is known that chlorine is not in the discharge. 3 Not applicable if all wastewater will percolate prior to reaching receiving waters. 4 Only for discharges from construction dewawmg wastes, wastes association with well installation, development, test pumping and purging, aquifer testing wastes, dewatering wastes from subterranean seepage and similar wastes discharging info the San Diego Creek/Newport Bay watershed 5 Onlyfor groundwater dewateringprojects. 6 Only for grmrndwaler dcw uer/ng projects in an area where gasolme leaks, ,spills, or contamination has occurred, ar where aclrve groundwater remediation projects are occurring (i.e., service station leaking underground storage tank). 0 0 AMRP 98 -67-0 � PDEY No. G 4 G998001 Page 3 of III. Reporting 1. Five days prior to any discharge from locations already reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the date and time of the proposed discharge. 2. Five days prior to any planned discharge' from locations not yet reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the following: a. Specific type of the proposed wastewater discharge (see listing on Finding 2. of the Order); b. The estimated average and maximum daily flow rates; C. The frequency and duration of the discharge; d. The affected receiving water(s); e. A description of the proposed treatment system (if appropriate); and f. A description of the path from the point of initial discharge to the ultimate location of discharge (fax a map if possible). 3. Monitoring reports shall be submitted by the 30th day of each month. The monitoring reports shall cover the previous month's monitoring activities and shalt include: a. The results of all laboratory analyses for constituents required to be monitored (see Section H., above), b. The daily flow data, C. A summary of the discharge activities (when and where discharge occurred, description of type of discharge, etc.) including a report detailing the discharger's compliance or noncompliance with the requirements of the general permit and discharge authorization letter, and d. For every item where the requirements of the general permit and discharge authorization letter are not met: (1) A statement of the actions undertaken or proposed which will bring the discharge into full compliance with requirements at the earliest time, and 7 For those unplanned discharges, as much prior nonfication as possible is required before any discharge is initiated. M&RP 9867 -019 NPDFS Na CAG999001 Gry of N —port ♦teach (2) A timetable for implementing the proposed actions. Page ! of e. If no discharge occurs during the previous monitoring period, a letter to that effect shall be submitted in lieu of a monitoring report. All reports shall be signed by a responsible officer or duly authorized representative of the discharger and shall be submitted under penalty of perjury. Ordered by 4J. ZK:IiIL�-reault Executive',oiiicer September 24, 1998 • California Regional Rater Quality Control Board Santa Ana Region ORDER NO. 98 -67 NPDES No. CAG998001 GENERAL WASTE DISCHARGE REQUIREMENTS FOR DISCHARGES TO SURFACE WATERS WHICH POSE AN INSIGNIFICANT (DE MINIMUS) THREAT TO WATER QUALITY The California Regional Water Quality Control Board, Santa Ana Region (hereinafter Board), finds that: I. On July 16, 1993, the Board adopted Order No. 93-49, NPDES No. CA8000234' prescribing waste discharge requirements for various types of waste discharges posing an insignificant threat to water quality. The types of discharges regulated under Order No. 9349 include: a. Construction de%mering wastes; b. Wastes associated with well installation, developmem test pumping and purging; C. Aquifer testing wastes; d. Dewatering wastes from subterranean seepage; and e. Wastewater from hydrostatic testing. 2. On March 8, 1996, the Board adopted Order No. 96-17, amending Order No. 93-49 to include the following specific types of waste discharges (hereinafter de minimus discharges): a. Construction dewatering wastes; b. Wastes associated with well installation, development, test pumping and purging; C. Aquifer testing wastes; d. Dewatering wastes from subterranean seepage, except for discharges from utility company vaults; e. Discharges resulting from hydrostatic testing of vessels, pipelines, tanks, etc.; f Discharges resulting from the maintenance of potable water supply pipelines, tanks, reservoirs, etc.; g. Discharges resulting from the disinfection of potable water supply pipelines, tanks. reservoirs, etc.; h. Discharges from potable water supply systems resulting from system failures, pressure releases. etc.; i. Dischar ges from fire hydrant testing or flushing; The T: °DES member was later changed to C4G998001 Order No 98 -67, NPDES Vo. C4G99• • Page 2 of 13 De Minimuu Dischargers j. Non- contact cooling water, k. Air conditioning condensate; 1. Swimming pool drainage; m. Discharges resulting from diverted stream flows; and U. Other similar types of wastes which pose a de minimus threat to water quality yet technically must be regulated under waste discharge requirements. 3. Order No. 9349, as amended, satisfied all the criteria cited in 40 CFR' 122.28 and as such, was classified as a General NPDES Permit. 40 CFR 122.28 pertains to the issuance of general permits to regulate discharges of waste which meet the following criteria: a. Involve the same or substantially similar types of operations; b. Are of the same types; C. Require the same effluent limitations or operating conditions; d. Require the same or similar monitoring; and e. Are more appropriately regulated under a general permit rather than individual permits. 4. Order No. 93-49, as amended, has expedited the processing of numerous applications for waste discharge requirements and the early implementation of projects requiring waste discharge requirements. The general NPDES permit has allowed the Regional Board to better utilize limited staff resources. 5. Order No. 93-49, as amended, expired on July 1, 1998. To date, 78 dischargers have been authorized to discharge wastewater under the general permit and 58 dischargers are still active. Most of these authorized dischargers will wish to continue their coverage under the general permit. Approximately 16 new applications for coverage under the general permit are received each year. Therefore, renewal of this general permit is necessary to expedite the permitting process. 6. A revised Rater Quality Control Plan (Basin Plan) became effective on January 24, 1995. The. Basin Plan contains beneficial uses and water quality objectives for waters in the Santa Ana Region. 7. The existing and potential beneficial uses of surface waters in the Santa Ana Region include: a. Agricultural Supply, b. Cold Freshwater Habitat, C. Commercial and Sportfrshing, d. Estuarine Habitat, 2 CFR is the Code of Federal Regulations Page 3 of 13 Order o. 93- 67..NPDES SO C.4G993001 De dlininius Discharges e. Groundwater Recharge, f. Hydropower Generation, g. Industrial Service Supply, h. Industrial Process Supply, i. Limited Warm Freshwater Habitat, j Marine Habitat, k Municipal and Domestic Supply, 1, Navigation, M. Non- contact Water Recreation, vial Significance' n. Preservation of Biological Habitats Of g o. Rare, Threatened or Endangered Spe 1 P. Shellfish Harvesting, q. Spawning, Reproduction, and Development r. Water Contact Recreation. S. Warm Freshwater Habitat. and t Wildlife Habitat. 8. Many surface waters within the region recharge underlying groundwater basins. The existing and potential beneficial uses of groundwater within the Santa Ana Region include: a. Municipal and Domestic Supply, b. Agricultural Supply, C, Industrial Service Supply . and d. Industrial Process Supply. 9. The requirements contained in this general permit are necessary to implement the Basin Plan. 10. In accordance with Section 303(d) of the Clean Water Act (CWA), the Regional Board listed San Diego Creek and Newport Bay as water quality limited due to excessive nutrient input. On April 17, 1998, the Regional Board adopted a Basin Plan amendment Watershed (Resolution No. 98 -9), incorporating a San Diego Creek/Newport Bay Nutrient Total Maximum Dthe State Water Resources Control amendment and anedtthe Office of effective upon approval by targets for both nitrogen and Administrative Law. The TMDL specifies loading tang phosphorus and includes allocations of those loads among point and nonpoint sources. Implementation of the TMDL is intended and expected to assure compliance with water quality objectives and the protection of beneficial uses. t • Order No. 98 -67, .VPDES No. CAG998001 • Page 4 of 1V De Minimus Discharges 11. In accordance with the approved Nutrient TMDL (Part 2b. Phase I of the Nutrient TMDL, Section 3, Revision of Existing Waste Discharge Requirements, Paragraph c.,) this general permit requires discharges from construction dewaten.ng wastes, wastes associated with well installation, development, test pumping and purging, aquifer testing wastes, dewatering wastes from subterranean seepage (as listed in Finding 2.a through 2.d., above) and similar wastes discharging into the San Diego Creek/Newport Bay watershed to be monitored for total nitrogen and phosphorus. These data will be used to develop appropriate wasteload allocations for these discharges. (De minimus discharges as listed in Finding 2.e. through Finding 2.n., above, are not expected to contain any appreciable amount of phosphorus or nitrogen; therefore, monitoring for these constituents is not necessary for these type of discharges). (see Attachment B for San Diego Creek/Newport Bay Watershed Map). I2. This general permit does not preempt or supersede the authority of municipalities, flood control agencies, or other local agencies to prohibit. restrict, or control discharges of waste to storm drain systems or other water courses subject to their jurisdiction. 13. This general permit regulates de minimus discharges (as listed in Findings No. 2., above) to surface waters. Entity(iesyindividual(s) proposing de minimus: discharges are hereinaher referred to as "discharger" and are subject to the terms and conditions of this general permit. l 14, For coverage under this general permit, a discharger is required to submit a completed Notice of Intent Form (see Attachment A of this Order) together with other information required in Section H. "APPLICATION REQUIREMENTS:" and to receive approval from the Executive Officer. If the proposed discharge meets the requirements of this general permit, the Executive Officer will provide the discharger with a written authorization to initiate the discharge. If not, an individual NPDES permit will be developed for consideration by the Regional Board. 15. Any discharger proposing de minimus discharges at multiple locations within the Santa Ana Region may be covered under one discharge authorization letter on a case by case basis, subject to the approval of the Executive Officer. 16. The Executive Officer may require any discharger authorized under this general permit to apply for and obtain an individual NPDES permit. Cases where an individual NPDES permit may be required include the following: a. The discharger is not in compliance with the conditions of this general permit or the discharge authorization letter from the Executive Officer; b. A change has occurred in the availability of demonstrated technology or practices for the control or abatement of pollutants applicable to the point source; 0 Order,vo. 98 -67, NPDESNo. CAC998001 page j of 13 De thnnnus Discharges C. Effluent limitation guidelines are promulgated for point sources covered by the general NPDES permit; d. Changes to the water quality control plan containing requirements applicable to such point sources are approved; e. The requirements of 40 CFR 122.28 (a) are not met; or f. The discharge may adversely affect the water quality objectives of the receiving water. 17. De minimus discharges complying with the provisions and requirements of this general permit are not expected to violate the applicable water quality standards. 18. The de minimus discharges described in Finding No. 2 above are not expected to cause toxicity, therefore no toxicity limits are specified in this general permit. 19. Effluent limitations and national standards of performance established pursuant to Section 301, 302, 303(d), 304, 306, and 307 of the Federal CWA and amendments thereto are applicable to this type of discharges. 20. On June 8, 1989, pursuant to 40 CFR 122.28, the State Water Resources Control Board (hereinafter State Board), applied to the Environmental Protection Agency (hereinafter EPA) for revisions of its N-PDES program in accordance with 40 CFR 123.62 and 403.10. The application included a request to add general permit authority to its approved NPDES program. On September 22, 1989, Region IX EPA approved the State Board's request and granted authorization for the State's issuance of general NPDES permits. 21. The Regional Board has considered antidegradation pursuant to 40 CFR 131.12 and State Board Resolution No. 68 -16 and finds that de minimus discharges are consistent with those provisions. 22. In accordance with California Water Code Section 13389, the issuance of waste discharge requirements for de minimus discharges is exempt from those provisions of the California Environmental Quality Act contained in Chapter 3 (Commencing with Section 21100), Division 13 of the Public Resources Code. 23. The Regional Board has notified interested agencies and persons of its intent to issue general waste discharge requirements for de minimus discharges, and has provided them with an opportunity to submit their written views and recommendations. 24. The Regional Board, in a public meeting, heard and considered all comments pertaining to general waste discharge requirements for de minimus discharges. Order No. 98 -67, N "PDES Nb. CAG998001 De Alinimus Discharges • Page 6of13 IT IS HEREBY ORDERED that dischargers, their agents. successors, and assigns, who are discharging the types of wastes listed in Findings No. 2. above, in order to meet the provisions contained in Dii ision 7 of the California Water Code and regulations adopted thereunder and the provisions of the Clean Water Act as amended and regulations and guidelines adopted thereunder, shall comply with the following: A. DISCHARGE SPECIFICATIONS: 1. The discharge of wastewater shall not contain constituent concentrations in excess of the following limits: Constituents Maximum Concentration Oil and Grease 15 mg/l Sulfides 0.4 meA Total Residual Chlorine ' 0.1 mg,tl Total Suspended Solids' 75 mg11 Total Petroleum Hydrocarbons 100 µg/1(ppb) ?. The pH of the discharge shall be within 6.5 and 8.5 pH units- 3. There shall be no visible oil and grease in the discharge. B. RECEIVING WATER LI>tiIITATIONS: The discharge of wastes shall not cause a violation of any applicable water quality standard for receiving waters adopted by the Regional Board or the State Board, as required by the Federal CWA and regulations adopted thereunder. 2. The discharge shall not cause any of the following: a. Coloration of the receiving waters which causes a nuisance or adversely affect beneficial uses. b. Result in deposition of oil, grease, wax or other materials in concentrations which result in a visible film or in coating objects in the water, or which cause a nuisance or affect beneficial uses. 3 Compliance shall be determined at a point before wastewater mixes with any receiving water. 4 Not applicable if all wastewater will percolate Friar to reaching any receiving water. lJ L Order So 9s -67, VPDES A'o. C4G993001 Poze 7 of 13 De Himmus Discharges C. The increase in the amounts of suspended or settleable solids of the receiving waters which will cause a nuisance or adversely affect beneficial uses as a result of controllable water quality factors. d. Contain taste or odor producing substances at concentrations which cause a nuisance or adversely affect beneficial uses. C. The presence of radioactive materials in concentrations which are deleterious to human, plant or animal life. f. ., The depletion of the dissolved oxygen concentration below 5.0 mgl in the receiving water. In addition, the waste discharge shall not cause the median dissolved oxygen concentration to fall below 85% of saturation or the 95th percentile concentration to fall, below 75% of saturation within a 30-day period. e. Raise the temperature of the receiving waters above 90 °F (32 °C) which normally occurs during the period of June through October, or above 78 °F (26 °C) during the rest of the year. h. Pollutants not specifically mentioned and limited in this Order shall not be discharged at levels that will bioaccumulate in aquatic resources to levels which are harmful to human health. C. PROHIBITIONS: 1. The discharge of oil, trash, industrial waste sludge, or other solids directly to the surface %3 aters in this region or in any manner which could ultimately affect surface waters in this region is prohibited. 2. The discharge of any substances in concentrations toxic to animal or plant life is prohibited. 3. Odors, vectors, and other nuisances of waste origin are prohibited beyond the limits of each discharger's facility. 4, unless approved by the Executive Officer, the addition of chemicals to the discharge is prohibited. D. PROVISIONS: Neither the treatment or discharge of pollutants shall create a nuisance or pollution as defined by Section 1 3050 of the California Water Code. C� Order No. 98 -67. NPDESNo. C4G998001 De Minima Discharges • Page 8 of 13 2. This general permit shall serve as a National Pollutant Discharge Elimination System permit pursuant to Section 402 of the Federal CNA or amendments thereto. This general permit shall become effective 10 days after the date of its adoption provided the Regional Administrator of the Environmental Protection Agency has no objections. If the Regional Administrator objects to its issuance, the permit shall not become effective until such objection is withdrawn. 3. This general permit expires on July 1, 2003. However, it shall continue in force and effect until a new general permit is issued. Only those dischargers authorized to discharge under the expiring general permit will be regulated by the continued general permit_ Upon reissuance of a new general permit, the dischargers shall file a notice of intent within 45 days of the effective date of the new general permit and obtain a new authorization to discharge from the Executive Officer. 4. Upon receipt of an application to discharge waste under this general permit, the Executive Officer shall determine whether the proposed discharge is eligible for coverage under this general permit, after which, the Executive Officer shall; a- Authorize the proposed discharge by transmitting a "Discharge Authorization Letter" to the discharge proponent (now an "authorized discharger') or, b. Require the discharge proponent to obtain an individual NPDES permit prior to any discharge to surface waters within the Santa Ana Region. 5. The discharge authorization letter from the Executive Officer shall: a. Authorize the initiation of the proposed discharge tinder the terms and conditions of this Order, b. Include a Monitoring and Reporting Program developed for the proposed discharge. The discharge authorization letter may be terminated or reused by the Executive Officer at any time. 6. The Executive Officer is authorized to issue a single discharge authorization letter to a discharger proposing unknown future de minimus discharges at multiple locations within the Santa Region, provided that the general nature of the discharges and the general locations are reported and included in the application to discharge wastes under this general permit and that at least five days prior to each discharge, more detailed information regarding each discharge is reported. 0 • Order No 9.4 -6'. S'PDES Co. CAG998001 De Atinimus Discharges Page 9 of 13 7. Monitoring and Reporting Program No. 98 -67 included with this general permit shall serve as a template for the Monitoring and Reporting Program (M &RP) to be issued by the Executive Officer to each discharger authorized under this general permit. Revision of the M&-RP by the Executive Officer may be necessary to confirm that the discharger is in compliance with the requirements and provisions contained in this general permit, Revision may be made at any time during the term of the discharge authorization, and may include a reduction or an increase in the number of parameters to be monitored, the frequency of monitoring or the number and size of samples collected. 8. De minimus discharges from construction dewatering wastes, wastes associated with well installation, development, test pumping and purging, aquifer testing wastes, dewatering wastes from subterranean seepage (as listed in Finding 2.a through 2.d., above) and similar wastes discharging into the San Diego Creek/Newport Bay watershed shall be monitored for total nitrogen and phosphorus. 9. The discharger shall comply with all requirements of this general permit, the terms, conditions and limitations of the discharge authorization letter; and the Monitoring and Reporting Program issued by the Executive Officer. 10. The discharger shall take all reasonable steps to minimize or prevent any discharge that has a reasonable likelihood of adversely affecting human health or the environment. 11. The discharger shall take 0 reasonable steps to minimize any adverse impact to receiving waters resulting from noncompliance with any discharge limitations specified in this general permit, including such accelerated or additional monitoring as necessary to determine the nature and impact of the noncomplying discharge. I2. The discharger shall comply with discharge standards or prohibitions established under section 307(a) of the CWA for toxic pollutants within the time provided in the regulations that establish these standards or prohibitions, even if this general permit has not yet been modified to incorporate the requirement. 13. The requirements prescribed herein do not authorize the commission of any act causing injury to the property of another, nor protect the discharger from his liabilities under federal. state, or local laws, nor guarantee the discharger a capacity right in the receiving waters. 14. The provisions of this general permit are severable, and if any provision of this general permit. or the application of any provisions of this general permit to any circumstance, is held invalid, the application of such provision to other circumstances, and the remainder of this general permit shall not be affected thereby. 15. This general permit does not convey any property rights of any sort, or any exclusive privilege. Order No. 98 -67, WDES No. CAG998001 • Page /0 of 13 De ,ifinimus Discharges 16. An authorization to discharge wastes under this general permit is not transferable to any person except after notice to and approval by the Executive Officer. 17. Any violation of this general permit constitutes a violation of the CWA, its regulations, and the California Water Code, and is grounds for enforcement action and/or termination of the authorization to discharge. 18. Any permit noncompliance constitutes a violation of the CWA and the California Water Code and is grounds for enforcement action; for permit or authorization letter termination, revocation and reissuance, or modification; the issuance of an inditiidual permit; or for denial of a renewal application. 19. Compliance determinations shall be based on available analyses for the time interval associated with the discharge limitation. Where only one sample analysis is available in a specified time interval (e.g., weekly, monthly), that sample shall serve to characterize the discharge for the entire interval. 20. The Regional Board, EPA, and other authorized representatives shall be allowed: a. Entry upon premises where a regulated facility or activity is located or conducted, or where records are kept under the conditions of this general permit; b. Access to copy any records that are kept under the conditions of the general permit; C. To inspect any facility, equipment (including monitoring and control equipment), practices, or operations regulated or required under this general permit; and d. To photograph, sample and monitor for the purpose of assuring compliance with this general permit, or as otherwise authorized by the CWA. E. PERMIT REOPENING, REVISION, REVOCATION, AND RE- ISSUANCE: 1. If more stringent applicable water quality standards are promulgated or approved pursuant to Section 303 of the Federal CWA, or amendments thereto, the Board will revise and modify this general permit in accordance with such standards. 2. This general permit may be reopened to address any changes in State or federal plans, policies or regulations which would affect the quality requirements for the discharges. 3. This general permit may be modified by the Regional Board prior to the expiration date to include discharge or receiving water limitations for toxic constituents determined to be present in significant amounts in the discharge through the comprehensive monitoring program included as part of this general permit. Order,No. 9.4 -67. NPDES.Vo. C4G99S001 Page 11 of 13 De ,4finimus Discharges 4. This general permit may be modified, revoked and reissued, or terminated for cause. F. PENALTIES: 1. The CWA provides that any person who violates a provision implementing sections 301, 302, 306, 307, or 308 of the CWA is subject to a civil penalty not to exceed $10,000 per day of such violation. Any person who willfully or negligently violates provisions implementing these sections of the CWA is subject to a fine of not less than $2,500 nor more than $25,000 per day of violation, or by imprisonment for not more than 1 year, or both. 2. The CWA provides that any person who knowingly makes any false statement, representation, or certification in any record or other document submitted or required to be maintained under this permit, including monitoring reports or reports of compliance or noncompliance shall, upon conviction, be punished by a fine of not more than 510,000 per violation, or by imprisonment for not more than 6 months per violation, or by both. 3. The CWA provides that any person who falsifies, tampers with, or knowingly renders inaccurate any monitoring device or method required to be maintained under this permit shall, upon conviction, be punished by a fine of not more than $10,000 per violation, or by imprisonment for not more than six months per violation, or by both. 4. The California Water Code provides that any person who -violates a waste_ discharge requirement or a provision of the California Water Code is subject to civil penalties of up to 55,000 per day, $10,000 per day, or $25,000 per day of violation, or when the tiolation involves the discharge of pollutants, is subject to civil penalties of up to $10 per gallon per day, or $20 per gallon per day of violation; or some combination thereof, depending on the violation, or upon the combination of violations. G. REQUIRED REPORTS AND NOTICES: Reporting Provisions: a. All applications, reports, or information submitted to the Regional Board shall be signed and certified in accordance with 40 CFR 12122. b. Any discharger authorized to discharge waste under this general permit shall furnish, within a reasonable time, any information the Regional Board or EPA may request to determine whether cause exists for modifying, revoking and reissuing, or terminating their authorization or this general permit. The discharger shall also furnish to the Regional Board, upon request, copies of records required to be kept by this general permit. Order.Vo. 93 -67, ,iPDES No. C,4G9 1 • Page 11 of 19 De M.nimus Discharges C. Except for data determined to be confidential under Section 308 of the CWA, all reports prepared in accordance with the terms of this general permit shall be available for public inspection at the offices of the Regional Water Quality Control Board and the Regional Administrator of EPA. As required by the CWA, effluent data shall not be considered confidential. Knowingly making any false statements on any such report may result in the imposition of criminal penalties as provided for in Section 309 of the Act and Section 13387 of the California Water Code. 2. The discharger shall give advance notice to the Regional Board of any planned changes in the permitted facility or activity that may result in noncompliance with these waste discharge requirements. 3. In the event of any change in control or ownership of land or waste discharge facilities currently owned or controlled by the discharger, the discharger shall notify the succeeding owner or operator of the existence of their authorization to discharge wastewater under this general permit by letter, a copy of which together with the signed agreement between previous owner and the new owner accepting responsibility and liability for complying with this general permit shall be forwarded to the Executive Officer. 4. Upon completion of the project, the discharger shall notify the Executive Officer of the Regional Board in writing about cessation of the discharge and shall request for termination of coverage under this general permit. H_ APPLICATION REQUIREMENTS: i. Dischargers already covered under Order No. 93-49 and those dischargers under individual permits who wish to be and believe they can and should be covered under this renewed general permit shall submit a completed Notice of Intent Form (see Attachment A of Order No. 98 -67) within 45 days of adoption of this general permit. In addition, those dischargers who want to request a modification to the Template Monitoring and Reporting Program shall specifically state the modification being requested and shall submit informationmjustification supporting their request. The Executive Officer may also require the discharger to submit additional information about any recent change in ownership of facility, changes in the character and treatment of the discharges and any other relevant information that will update facility information which are on the Regional Board files. 2. FOR A NEW DISCHARGERS: At least 60 days before the start of a discharge, the discharger shall submit an application and obtain the authorization letter from the Executive Officer to discharge wastewater. The application shall consist of the following information: New discharger is an eutity%individual who is not cm+rrently authorized to discharge waste under this general permit and :oho is proposing de nmirinuhs discharges to he cozered un:er this general permit. 0rder.No..98 -6 t'PDES;Vo c4G998001 Page 13 of 13 De dlinimus Discharges a. Completed Notice of Intent Form (see Attachment A of this Order). b. For projects involving well development, well purging and groundwater extraction, a site characterization study report defining the proximity of the extraction well to known contaminated sites, the presence of contaminated groundwater onsite, contaminants and their properties, and a three dimensional assessment of the extent and concentration of contaminants in the subsurface. The study report shall include a description of the geologic and hydrologic factors that control the migration of the contaminants. It shall also include a list of known or suspected leaking underground tanks and other facilities or operations which have, or may have impacted the quality of the underlying groundwater within 200 feet of the site. C. A report which shall include the following: I) Characterization of the proposed wastewater discharge; 2) The estimated average and maximum daily flow rates; 3) The frequency and duration of the discharge; 4) The affected receiving water(s); 5) A description of the proposed treatment system (if appropriate); and 6) A map showing the path from the point of initial discharge to the ultimate location of discharge; d. Any other information deemed necessary by the Executive Officer. 1, Gerard J. Thibeault, Executive Officer, do hereby certify that the foregoing is a full, true, and correct copy of an general permit adopted by the California Regional Water Quality Control Board, Santa Ana Region, on July 10, 1998. l G r d J. Thibeault Executive Officer II. III. III Tu Attachment A • 0 California Re°_IOnal Water Quality Control Board Santa Ana Region NOTICE OF INTENT TO COMPLY WITH THE TERMS AND CONDITIONS OF THE GENERAL PERMIT TO DISCHARGE WASTEWATER WHICH POSE INSIGNIFICANT THREAT TO WATER QUALITY (Order No. 98 -67, NPDES No. CAG998001) PERMITTEE (Person/Agency Responsible for the Disdnarge) AGENCY /COMPANY Street Gty State ZIP CONTACT FACILITY Street city State ZIP CONTACT Person: Phone:_( BILLING INFORMATION (ydhere annual fee invoices should be sent) AGENCY /COMPANY Name: Address:_ Street CONTACT City INDICATE EXISTING PERMIT NUMBER (fopplicable) a. Individual Permit Order No. NPDES.No. b. General Permit Order No. 9349 CERTIFICATION: State MW I certify under penalty of law that I am an authorized representative of the perminee and that I have personally examined and am familiar with the information submitted in this application and all attachments and that, based on my inquiry of those persons immediately responsible for obtaining the information contained in the application, I believe the information is true, accurate and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment. In addition, I certify that the perminee will comply with the terms and conditions stipulated in Order No. 98- 67 including the monitoring and reporting program issued by the Executive Officer of the Regional Board. Name and Official Title: S ignantre: ("type or print) Date: Remarks: If changes to facility aiunership an&lbr treahnettt Processes were wade after the issuance of the existing permit, please ride a ttescriPtior. Glfsuch changes on another sheet and submit it with this Notice of Intent. Attachment B San Diego CreekNcwport Bay Watershed Map LEGEND: peJ _ a=WVLl w--mD MQOIEL pp - EAAYa9' C% '*` jP1- SAJlrA ANA LNEI Em - wrtvwo 0I 0[ f01 - SAJRA AMA OELA OIA` n POl . SAMiA AMA GAADCV cy- R1 FO - PAM-M M OVJ'� rOf - SAN OQCO OIS7<Z O"ML ra - wrw CANTON 0-1041 W- EL6=VLA- VMO""+ L Watershed Boundary rw. SA"LACA OIAMQI T A - SAMIA AMA -SAMfA iE OLQIQL F I - SOV1IMM ru" CNX*I& Eit.VOLIMrUMT CIIAMEL rII -SzD L01A041 rw - SAV IOAQkd OUIO21 F 15 - SAGO CAMYOM [MAMA r II . $a CANYON CIN041 l is - AGI:A C1@d OUMJFI F IA • MUAMO CLL= OMMR np - LOLABOD CAKYOM CKk"HM nI - CA.wA olAME1 nI _ CEJW RYM C A/LIi1 nl- LATSt1i� CAMYOM OWe nI - tOW GV'JDM CIIAVAL DppDTJ - MAJJM VIEW DAM Om - EAEr COCA bSA CUMRl COI - SAMA MALf1A CNAMRI o -'0 CAAIQ: V A.SM 0 California Regional Water Quality Control Botar Santa Ana Region Template Monitoring and Reporting Program No 98 -67 NPDES NO. CAG998001 GENERAL WASTE DISCHARGE REQUIREMENTS FOR DISCHARGES TO SURFACE WATERS WHICH POSE AN INSIGNIFICANT (DE MINIMUS) THREAT TO WATER QUALITY L MONTTORING AND REPORTING REOUIREMENTS: Monitoring and reporting shall be in accordance with the following: 1. All monitoring reports, or information submitted to the Regional Board shall be signed and certified in accordance with 40 CFR 12222. 2. All sampling, sample preservation, and analysis shall be performed in accordance with the latest edition of 40 CFR Part 136 "Guidelines Establishing Test Procedures for the Analysis of Pollutants ", 'promulgated by the United States Environmental Protection Agency, unless otherwise noted. In addition, the Board and/or EPA, at their discretion, may specify test methods which are more sensitive than those specified in 40 CFR 136. 3. All analytical data shall be reported with method detection limits (MDLs) and with identification of either practical quantitation levels (PQLs) or limits of quantitation (LOQs). 4. Whenever the discharger monitors any pollutant more frequently than is required by this general permit, the results of this monitoring shall be included in the calculation and reporting of the data submitted in the discharge monitoring report specified by the Executive Officer. 5. The discharger shall deliver a copy of each monitoring report in the appropriate format to: California Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501 -3339 6. The discharger shall assure that records of all monitoring information are maintained and accessible for a period of at least five years from the date of the sample, report, or application. This period of retention shall be extended during the course of any unresolved litigation regarding this discharge or by the request of the Board at any time. Records of monitoring information shall include: d/ &RP.k'o. 98 -6.•7' WDES,.Vo. CAG998001 General Wasie Discharge Requirements a. The date, exact place, and time of sampling or measurements; b. The individual(s) who performed the sampling, and/or measurements; C. The date(s) analyses were performed; d. The individual(s) who performed the analyses; e. The analytical techniques or methods used; f. All sampling and analytical results; g. All monitoring equipment calibration and maintenance records; h. All original strip charts from continuous monitoring devices; i. All data used to complete the application for this general permit; and, j. Copies of all reports required by this general permit. 7. Weekly samples shall be collected on a representative day of each week. 8. Monthly samples shall be collected on a representative day of the month. Page 2 of 4 9. Quarterly samples shall be collected on a representative day of March, June, September, and December. 10. Semi - Annual samples shall be collected at the initiation of the project for the first sample and during January and July thereafter. l 11. Annual samples shall be collected on the month the discharge authorization letter was issued. & EFFLUENT MONITORING: A sampling station shall be established for the point of discharge where representative samples of the discharge can be obtained before the discharge mixes with the receiving waters. 2. The following shall constitute the effluent monitoring program: CONSTITUENT TYPE OF UNITS MIMMUM FREQUENCY OF SkkTLE SAMPLING AND ANALYSIS Flow - - -- gpd Daily During the first 30 minutes of Oil and Grease Grab mg/I each discharge and as directed by the Executive Officer, thereafter Sulfides Grab mgA " Total Residual Chlorine - Grab mg/I " Total Suspended Solids Grab mg/1 Unless it is known that chlorine is not in the discharge. z Sot applicable ifall wastewater will percolate prior to reaching receiving waters. Nf &RPNo_ 98 -67, NPDES,Vo. C4G998001 General Waste Discharge Requirements Page 3 of d CONSTITUENT TYPE OF UNITS MINIMUM FREQUENCY OF SAMPLE SAMPLING AND ANALYSIS During the first 30 minutes of Total Dissolved Solids (TDS) Grab mg11 each discharge and as directed by the Executive Officer, thereafter Phosphorus Grab mg/I " Total Nitrogen Grab mgA " Total Petroleum Hydrocarbons Grab µg/1 " 111. REPORTING: 1. Five days prior to any discharge from locations already reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the date and time of the proposed discharge. 2. Five days prior to any planned discharge from locations not yet reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the following: 1 } Specific type of the proposed wastewater discharge (see listing on Finding 2 of the Order); 2) The estimated average and maximum daily flow rates; 3) The frequency and duration of the discharge; 4) The affected receiving water(s); S) A description of the proposed treatment system (if appropriate); and 6) A description of the path from the point of initial discharge to the ultimate location of discharge (fax a map if possible); 3. Monitoring reports shall be submitted by the 30th day of each month.. The monitoring reports shall cover the previous month's monitoring activities and shall include: a. The results of all laboratory analyses for constituents required to be monitored (see Section II. above), 3 Applicable only to discharges from construction dewatering wastes, wastes associated with well installation, development, test pumping and purging, aquifer testing wastes, de-watering wastes from subterranean seepage and similar wastes discharging into the San Diego Cree"ewport Bay watershed 4 For those unplanned discharges, as nntdt prior notification as possible is required before any discharge is initiated. AfARP .V0 98.67. NPDES No CAGt>Dl General Wasie Discharge Regwemenis b. The daily flow data. • Page 4 of ! C. A summary of the discharge activities (when and where discharged occurred, description of type of discharge, etc.) including a report detailing the discharger's compliance or noncompliance with the requirements of the general permit and discharge authorization letter. and d. For every item where the requirements of the general permit and discharge authorization letter are not met: 1) a statement of the actions undertaken or proposed which will bring the discharge into full compliance with requirements at the earliest time. and 2) a timetable for implementing the proposed actions. C. If no discharge occurs during the previous monitoring period, a letter to that effect shall be submitted in lieu of a monitoring report. 4. All reports shall be signed by a responsible officer or duly authorized representative of the discharger and shall be submitted under penalty of perjury. Ordered by: Gerard J. Thibeault Executive Officer July 14. 1998 0 • APPENDIX B Boring Logs GEO *HNICAL BORING LOGO -1 Date 12 -7 -01 Sheet 1 of 1 Project City of Newport Beach/ Irvine Avenue/) Project No. 010584001 Drilling Co. 2R Drilling Type of Rig CME -75 Hole Diameter 8" Drive Weight 140 Ibs Drop 30" Elevation Top of Hole 56' Location See Boring Location Map. o d I y �' yy DESCRIPTION I d f. m $d as z° 01 Ho di w v a A3 ~ 4, yLL pLL EJ w t7 ¢ m 00a 2 o o� Logged By RPK a v rn— IN S Sampled By RPK CL g&- Silty CLAY, brown, low plasticity, some fine grained sand with _ I small pieces of gravel and caliche. R.1 44 i 120.4 7.8 CL 'a2.3: Silty CLAY, brown, low plasticity, stiff, some fine grained sand _ with small pieces of gravel and caliche. \ID,CR Bag 1 S -t i 36 CL •¢5: Silty CLAY, brown, low plasticity, hard, some fine grained sand _ with small pieces of gavel and caliche. _ R -2 32 107.4 12.7 CL ¢].5; Silty CLAY, brown, low plasticity, stiff. some fine grained sand with small pieces of gavel and caliche. t0 45. S -2 I IS I CL g10: Silty CLAY, dark brown, low plasticin, very stiff, some fine _ i I gained sand with small pieces of gmvel and caliche. I _ 40- tD R -3 I I 10 97.5 26.2 CL a:15: Sihv CLAY, olive green low to high plasticity, soft, trace of fine . _ I gained sand. Total depth of the hole: 16.5 feet. r I No Sound water is encountered in the hole. — II Backfdled with cuttings. _ 20— 35- I I 25— 30- � I r I 30 SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAS SAMPLE US DIRECTSHEAR SA SIEVEANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS B BULK SAMPLE CN CONSOLIDATION EI EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R -VALUE LEIGHTON AND ASSOCIA TES, INC. GEO *HNICAL BORING LOGS -2 Date 12 -7 -01 Sheet 1 of 2 Project City of Newport Beach/ Irvine Avenue /J Project No. 010584-001 Drilling Co. 2R Drilling Type of Rig CME -75 Hole Diameter 8" Drive Weight 140 Ibs Drop 30" Elevation Top of Hole 30' Location See Boring Location Map. LEIGHTON AND ASSOCIATES, INC. y y" DESCRIPTION o y e — = ° aa d F `d 0 > y O mm O UA .°j o y U.1 O a E m a L, o C Logged By RPK 0. Cn o I I Sampled By RPK F- 0 CL tt,0': Silty CLAY, dark brown, low plasUciry, some fine grained sand with small to medium sized gravel. R -1 21 121.1 8.9 CL Q29': Silty CLAY, dark brown, low plasticity, medium stiff, some fine grained sand with small to medium sized gravel. 25�D S -1 35 SP @3': SAND, grayPoluish gray, dense, fine grinned sand. R -2 i 43 98.4 ! 24.6 SP @7.5': SAND, gray bluish envy, medium dense, fine grinned sand. 20 10 i S -2 10 SP @10% SAND, gray/bluish gray, wet, medium dense, fine grimed sand. 15 15 S_3 S CL QIS': Silty CLAY, bluish gray, low plasticity, medium stiff, some fine I f grained sand. 10 20 5 S-4 9 CL @20': Silty CLAY, bluish gray, low plasticity, stiff. some fine grained J sand. 5 25 R -3 13 1 173 16.0 SM C25': Silty SAND, bluish gray, very loose, fine grained sand. IIjr SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS =�� B BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX ' T TUBE SAMPLE CR CORROSION RV R.VALUE i LEIGHTON AND ASSOCIATES, INC. GEOIOHNICAL BORING LOGO -2 Date 12 -7 -01 Project City of Newport Beach/ Irvine Avenue /J Drilling Co. 2R Drilling Hole Diameter 8" Drive Weight 140 Ibs Elevation Top of Hole 30' Location Sheet 2 Project No. Type of Rig See Boring Location Map. 7 ti 010584 -001 CME -75 Drop 30" S m °d LL LU Ly cL LL O r� aO t7 I d -o ? r a O z y rM 3 °O _di m(L c� ]" o c yo ._ �e ad 2v y M VU _N w� DESCRIPTION Logged By RPK Sampled By RPK v w CL > 30 � +I S -5 19 SP @30': SAND, bluish gray, medium dense, fine grained sand. i SA •a 35- 1.:,:, i -.• S -6 I 32 SM @35': Silty- SAND, bluish gray, dense, fine grained Sand with small to S -a•t large sized gravel, with low plasticity Silt. I: • : 7 : J -10 40 ( 1 S -7 22 SM @40': Siln• SAND, bluish gray, medium dense, fine grained Sand with small to large sized with low Silt gravel, plasticity ,... I• f.l] 1 -'. R4 23 SM @45': Silty' SAND. bluish gray, medium dense, fine gained Sand with AL �• -L_l -: i small to large sized gravel, with tow plasticity Sfl ; trace of mica. J -20� �::. -�. 50 : }•� S -8 20 SM @50': Siln' SAND, bluish gray, medium dense, fine grained Sand with 'with small to large sized gravel, low plasticity Silt, trace of mica I Total depth of the hole: 51.5 feet. Ground water is encountered at 49 feet. y I BackSlled with cuisines. -2a' S5� i •30 60� SAMPLE TYPES: TYPE OF TESTS: p S SPLITSPOON G GRAB SAMPLE DS DIRECTSHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS B BULK SAMPLE CN CONSOLIDATION EI EXPANSION INDEX ftfti T TUBE SAMPLE CR CORROSION RV R -VALUE fts LEIGHTON AND ASSOCIATES, INC. GEO -WHNICAL BORING LOGS -3 Date 12 -7 -01 Sheet 1 of 1 Project City of Newport Beach/ Irvine Avenue /J Project No. 010584 -001 Drilling Co. 2R Drilling Type of Rig CME -75 Hole Diameter 8" Drive Weight 140 Ibs Drop 30" Elevation Top of Hole 71' Location See Boring Location Map. = y ° DESCRIPTION d O y "o o. M d"c Mtn V F LL O OLL m mL 2'q Logged By RPK CL y U rn Sampled By RPK 0 I CL @.0': Silty CLAY, brown, low plasticity, some sand. 70- j R -1 45 117.2 11.0 CL [^ju 2.5': Silty CLAY, brown, stiff, low plasticity, some sand. MD Bag I D S -I 17 SP @5': SAND, brown, medium dense, fine to medium grained sand, 6.5 some clay. R -2 25 105.8 2.2 1 SP C7,5': SAND, brown, medium dense, fine to medium grained sand, DS Jsome clay. S -2 26 SP C10': SAND, reddish brown, dense, fore grained sand, with some 60 i medium sized gravel. 15J , -. I I R -3 33 98.5 3.3 SP QI5': SAND, reddish brown, medium dense, fine grained sand, with � some medium sized gravel. 55- � . � .; I I Total depth of the hole: 16.5 feet. No around water is encountered in the hole. —{ BacXfilled with cuttines. i 20 50- i 1 I 25 i 45- i i I 30 SAMPLE TYPES: TYPE OF TESTS: 5 SPLI75POON G GRAS SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MO MAXIMUM DENSITY AL ATTERBERG LIMITS 0 BULK SAMPLE CH CONSOLIDATION EI EXPANSION INDEX T —JBE SAMPLE CR CORROSION RV R -VALUE LEIGHTON AND ASSOCIATES, INC. GEOiWHNICAL BORING LOG & -4 Date 12 -7 -01 Sheet 1 of 1 Project City of Newport Beach/ Irvine Avenue /J Project No. 010584 -001 Drilling Co. 2R Drilling Type of Rig CME -75 Hole Diameter V. Drive Weight 140 Ibs Drop 30" Elevation Top of Hole 76' Location See Boring Location Map. y- LEIGHTON AND ASSOCIATES, INC. N d° �" DESCRIPTION y O m t d d Z wo N y- Ry ) >L LmLL MJ a O` Da 3 —° Ui O W M a ao —in Logged By RPK CL rn U to Sampled By RPK o-a I CL @0': Silty CLAY, brown, low plasticity, some sand. 75 R -1 I 61 111.1 8.6 CL r@2.5': Silty CLAY, brown, very stiff, low plasticity, some sand. o S -1 12 CL rQ5': Silty CLAY, brown, stiff, low plasticity, some sand. 70 R -2 43 116.4 15.1 CL C7.5': Silty CLAY, reddish olive green, stiff, low plasticity, some sand. 10 S -2 19 CL @.10': Silty CLAY, reddish olive green, very stiff, low plasticity, some sand. 65 h R -3 42 98.3 3.3 SP rCi 15': SAND, brown, medium dense, fine to medium grained sand. 60l Total depth of the hole: 16.5 feet. No ground water is encountered in the hole. j Backfilled with cuttings. 20 55, 20 50 I I 30 — SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECTSHEAR SA SIEVEANALYSIS R RING SAMPLE C CORESAMPLE MD MAXIMUMOENSITY AL ATTERBERGLIMITS 1 —_ B BULK SAMPLE CN CONSOLIDATION EI EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R•VALUE i LEIGHTON AND ASSOCIATES, INC. GEO &HNICAL BORING L0G& -5 Date 12 -7 -01 Sheet 1 of 1 Project City of Newport Beach / Irvine Avenue /J Project No. 010584 -001 Drilling Co. 2R Drilling Type of Rig CME -75 Hole Diameter 8" Drive Weight 140 Ibs Drop 30" Elevation Top of Hole 71' Location See Boring Location Map. LEIGHTON AND ASSOCIATES, INC. 0 o 'ate m° y" DESCRIPTION `3 ^ o� �� ra CLO '2 2 30 �c m� j GEOWHNICAL BORING LOG& -6 Date 12 -7 -01 Sheet 1 Project City of Newport Beach/ Irvine Avenue /J Project No. Drilling Co. 2R Drilling Type of Rig of 1 010584-001 CME -75 Hole Diameter 8" Drive Weight 140 Ibs Drop 30" Elevation Top of Hole 70' Location See Boring Location Map. SAMPLE TYPES: TYPE OF TESTS: 5 SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS p B BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R -VALUE LEIGHTON AND ASSOCIATES, INC. i O '�� d' y'' DESCRIPTION oZI y� md: ad V stm ao 3Q 92 dU �c w� UV d M_J my w C? a I °°a Q 20 rn� Logged By RPK CL Sampled By RPK 70' 0 CL @0': Silty CLAY, reddish brown, low plasticity, some sand. I i j R -1' 36 116.1 11.1 CL @2.5': Silty CLAY, reddish brown, very stiff, low plasticity, some j i sand. 65" 5 S -1 9 SP @5': SAND, reddish brown, medium dense, fine to medium grained j sand. I i R -2 61 121.4 11.9 SM e7.5': Silty SAND /Sandy SILT, reddish olive green, very dense, fine to - medium grained sand, trace of clay. 60- 10— S -2 2I SP @10': SAND, reddish brown, medium dense, medium to coarse grained . sand. I j I I 55- 15 R -3 I 53 108.8 2.3 SP @15% SAND, reddish brown, dense, medium income wined sand, with some medium sized gravel. Total depth of the hale: 16.5 feet. i Noground water is encountered in the hole. Backtilled with cuttings. j 50 20 i I 451 25 I i i ! I I m�in SAMPLE TYPES: TYPE OF TESTS: 5 SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS p B BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R -VALUE LEIGHTON AND ASSOCIATES, INC. GEO *HNICAL BORING LOGS -7 Date 12 -7 -01 Sheet 1 of 2 Project City of Newport Beach/ Irvine Avenue /J Project No. 010584 -001 Drilling Co. 2R Drilling Type of Rig CME -75 Hole Diameter 8" Drive Weight 140 Ibs Drop 30" Elevation Top of Hole 67' Location See Boring Location Map. y y >L and LU aLL I In R0 i (2 ¢ Z a I yp d+- mEL N DO. ] ma; 2V Nfn 5. N=i DESCRIPTION Logged By RPK Sampled By RPK i d o [ `; 1 0 CL @0': Silty CLAY, reddish brown, low plasticity, some fine grained I Ir sand. I 651 _ R -I 21 102.4 15.7 CL tr 2.5': Silty CLAY, brown, medium stiff, low plasticity, some fine DS grained sand. + MD,CR Bag I o S -1 19 CL rit 5': Silty CLAY, reddish olive green, very stiff, low plasticity, some I ' fine grained sand. i 60 i I _ R -2 40 95.6 24.2 CL @7.5': Silty CLAY, reddish olive green, stiff, low plasticity, some fine I grained'sand. 10 S -2 29 CL @10'.S11 CLAY, reddish olive green, hard, low plasticity, some fine grained sand. 55 � — I I i I ' 15 R -3 44 103.6 2.1 SP i ' 15': SAND, reddish brown, medium dense, medium to coarse grained - i sand. i 50; 20 I. S -3 27 SP @20': SAND, reddish brown, dense, medium to coarse grained sand. I 45: 25 —, R4 59 101.9 2.1 SP @25': SAND, reddish brown, dense, medium to coarse grained sand. 40 �.... 30 SAMPLE TYPES: S SPLIT SPOON G GRAB SAMPLE TYPE DS DIRECT OF TESTS: SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MO MAXIMUM DENSITY AL ATTERBERG LIMITS 8 BULK SAMPLE CN CONSOLIDATION — EI EXPANSION INDEX '`.� T TUBE SAMPLE CR CORROSION RV R -VALUE � LEIGHTON AND ASSOCIATES, INC. GEO *HNICAL BORING LOGO -7 Date 12 -7 -01 Sheet 2 Project City of Newport Beach/ Irvine Avenue/J Drilling Co. 2R Drilling Hole Diameter 8" Drive Weight 140 (bs Elevation Top of Hole 67' Location Project No. Type of Rig See Boring Location of 2 010584 -001 CME -75 Drop 30" LEIGHTON AND ASSOCIATES, INC. H ° 0 DESCRIPTION d s :tM CL d a . ; N U I m >U- y a c O o w (7 E w a g o _my^ o: Logged By RPK Cd L U) U U)-- I Sampled By RPK 30 S-4 17 CH @430': FATCLAY /CLAY, olive green, very stiff, moderate to hied plasticity. 35 j 35 I = R -5 12 91.5 I 32.9 CH ' cu 35': FATCLAY /CLAY, olive green, soft, moderate to high - plasticity. 30 40 �— _ _ S -5 IO CH Q40': FATCLAY /CLAY, olive green, stiff, moderate to high —� plasticity. 25 15 _ R -6 22 79.7 41.8 CH I a,45': m40': FATCLAY /CLAY, olive green, medium stiff, moderate to high plasticity. 20 50 S -6 41 SP a:50% SAND, bluish gray, dense, fine grained sand. Total depth of the hole: 51.5 feet. 15 I No ��oround water is encountered. Backfilled with cuttings. 55 I 10 i J 60 — SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVEANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS B BULK SAMPLE CN CONSOLIDATION EI EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R•VALUE LEIGHTON AND ASSOCIATES, INC. GEOAHNICAL BORING LOGG-8 Date 12-10-01 Sheet 1 Project City of Newport Beach/ Irvine Avenue/J Project No. Drilling Co. — 2R Drilling Type of Rig Hole Diameter 81, Drive Weight 140 lbs Elevation Top of Hole App !a 100' Location See Bodag L ocation Map. of 2 010584-001 CME-75 Drop 30" 0 —Z :"� LU E-4 am . U- 1 in 6 .0 Z 0 'i E M U) N § 00 0 rn �; Q. WQ In 1:56 Z 0 Win 2( (J —. '6=i DESCRIPTION Logged By RPK Sampled By RPK 0 4) CL 0 SM @0': Silty SAND, brown, fine grained sand, some clay. R-1 36 119.0 7.8 SM @25': Silty SAND, brown, medium dense, fine gained sand, some clay, I - 4 -1- SA,RV,CR Bag I S-1 I I SM-SP @5': Silty SAND/SAND, medium dense, brown, fine to medium i grained sand. R-4 23 114,2 3A SP @7,1': SAND, brown, medium dense, medium to coarse grained sand. DI 10J. S-2 20 SP @10': SAND, brown, medium dense, medium to coarse gained sand. I SA R-3 26 103.6 19.8 SP @15': SAND, olive green, loose, saturated, some mica. 20 4 S-3 11 CL @20% Silty CLAY, olive green, stiff, saturated, low plasticity, some fine grained sand with mica. 25— R-4 19 96.8 265 CL @25': Silty CLAY, olive green, medium stiff, saturated low plasticity, some fine grained sand with mica. -ZU ZU 30 SAMPLE TYPES: TYPE OF TESTS: pp * SPLIT SPOON G GRAB SAMPLE US DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS * BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R•VALUE LEIGHTON AND ASSOCIATES, INC. GEOTPHNICAL Date 12 -10 -01 BORING LOG 0-8 Project City of Newport Beach/ Irvine Avenue /J Drilling Co. 2R Drilling Sheet 2 of 2 Project No. 010584001 Type of Rig CME -75 Hole Diameter 8" Drive Weight 140 Ibs Drop 30" Elevation Top of Hole Ap rop X.: 100' Location See Boring Location Map. °� -O dl >LL u3 I �y Gd Oil- 2 - z� iJ (7 H 'o Z; ..� ¢ j i ° a m y 3O OLL i ma cw N V O CL Z �� 3c N N c ,�° o U H- mN V U _f!j o� In — m DESCRIPTION d I- w O Logged By RPK OL Sampled By RPK 30 S-4 9 CL @30': Silty CLAY, reddish olive Veen, stiff, saturated, low plasticity, ! I I some fine grained sand with mica 35 I i RS 22 79.3 41.6 CL @35': Silty CLAY, reddish olive green, medium stiff, saturated, low I � plasticity, some fine grained sand with mica. i 40-1X i ! I S -5 � I 7 � j I CL j @40': same as above. ! j i i 45 i R-6 i 23 81.1 39.4 CL @45': same as above, 50 S -6 i 21 I CL @50`. Silty CLAY, reddish olive green, very stiff, saturated, low I plasticity, some fine grained sand with mica. 7 i Total depth of the hole: 51.5 feet. Ground water is encountered at 17.9 feet. Backfilled with cuttings and the surface is finished with quick set j concrete. 60 SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS JIM R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS =.= e BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R- VALUE LEIGHTON AND ASSOCIATES, INC. I b ji x r L- _. Q TIST BORING LOGO TYPE 8" D1A. HOLLOW STEM AUGER +ELEVATION 117 FEET IBORING B_15 - E I Asphaltic Conmetc 4 inches Aggregate Base: 6 inches BAG 1 SM TERRACE DEPOSITS . Compact, brown, fine to medium SILTY SAND 113 89 15 u 2 92 7A L4 3 5 ... (5 feet) trace of CLAY BAG 4 Brown, fine to medium CLAYEY SAND SC lzz 10.0 38 u s 10 _ — — — — — — — ML Very stiff, gray to olive. SILTY CLOY 541 21 14 6 15 71 553 . 25 2s 7 20 NOTES 1) Total depth: 21 feet. 2) No caving. 3) Groundwaterwas cnmuntzr d at 13 feet. ' 4) Backfilled with tunings and cold patched on April 2,1996. 5) Boxing elevations from preliminary layout plans prepared by ASL Consulting Engineers, no dam N IHISBORINGLOG SUMMARY APPLIES ONLYATTHE lt>I M to O m H to Z H rn o to TIME AND LOCATION INDICATED. SLJBSURFACE- ~~ z �.. t� N - �' Jj HJ CONDITIONS MAY DIFFERAT OTHER LOCATIONS D��n- }U Hv i CLH a itWL z� AND TIMES. Luz �0 C) LU ° oa .� m C. t¢rr N LOGGED BY EAR (DATE 4-._96 Job NO. 194-W - May 16,1996 I A -13 TEST BORING LOG • YPE 8" MAL HOLLOW STEM AUGER ELEVATION 117 FEET (BORING $-lj Asphaltic Concrete 4 inches Aggrcpm Bas- 6 inches A BG 1 SM TERRAC EDE30S11S Compact, brown, f ne m medium SILTY SAND 113 89 LS 9.21 24 I 1 HAG 4 5 172 I 10.0 I M I 15 I 5 I 10 54.1 I- M I 1.4 I 6 I 15 71 I 5531 25 I 25 I 7I 20 ob No..194 M - May 16, 1996 ... (5 feet) tram of CLAY SCI Brown, fine to medium CLAYEY SP.ND Very sz$, gray to olive, SILTY Q iY — - — — — — • I THIS BORING LOG SUMMARY APPLIES ONLY ATTHE �w TIME AND LOCATION INDICATED. SUBSURFACE -'L1J CONDMONS MAY DffT -=RAT OTHERLOCATIONS BY EAR JDATE A -13 . B S i W M Y Q �x D yZ TPLil Wt Wi w xw 0\ H" 3 m fLu. a E ¢ o Ov m U) N ob No..194 M - May 16, 1996 ... (5 feet) tram of CLAY SCI Brown, fine to medium CLAYEY SP.ND Very sz$, gray to olive, SILTY Q iY — - — — — — • I THIS BORING LOG SUMMARY APPLIES ONLY ATTHE �w TIME AND LOCATION INDICATED. SUBSURFACE -'L1J CONDMONS MAY DffT -=RAT OTHERLOCATIONS BY EAR JDATE A -13 . B TEST BORING LOG • TYPE 8' DIA. HOLLOW STEM AUGER (ELEVATION 78 FEET BORING B-16 Asphaltic Coax== 9 inches Aggre pte Bas= 7 inches BAG 1 ML I 106 S PBro — — — — S 25 2 Brown to olive, SANDY SILT ML Soft, brown, fmc SANDY SILT /SILTY SAND 5.1 5 1.4 3 S BAG 4 Light gray m clivc, SILTSTONE, diaromasous 48 I 76.7 I 23 I 25 I 5 I 30 nS I 28 1 1.4 1 6 1 15 177 I 44 I 1.4 I 7 Job No. 194-M - May.16,1996: A -14 NOTES: 1) Total dcpth: 215 f=t. 2) No oving . .. - 3) No grouudwatcr was cncountetrJi . - 4) Backfdlcd with cuttings and cold patchcd on April 2 1996- . 5) Boring elevations from preliminary layout plans pecpamd by ASL Consulting Engin=m no dam - N THIS BORING SAG SUM MARY AFP= ONLY ATTHE �d �� _ ? NW z Hr w¢ TIMS?AND LOCATION INDICATED. SUBSURFACE- CL LLL) CONDITIONS MAY DIFEERAT OTFIER LOCATIONS ¢¢ o U \ Nv N N\ 3t WU aZ J o_ Fw Q-LL ZJ AND TIMES' fit°-) a: _ ° . m my v m LOGGED BY EAR DATE 4-2-96 Job No. 194-M - May.16,1996: A -14 TEST BORING LOG• TYPE S' DIA_ HOLLOW STEM AUGER JELEVATION 105 FEET (BORING B-17 � i I I I I I I I I I M I Asphaltic Cnnectc 9 inches Aggie¢te Banc 7 inches I3AG 1 CZM irrtr. 66 6L6 31 ? 5 2 = Light brown, fine SILTY SAND, scattered GRAVES_ BEDRD(%(MONTFRE:Y PORNAZSON)- Gray, SIL=ONE, interbedded with fine rusty SILTY 46-9 30 1.4 3 5 = SANDSTONE, diatomaceous BAG 4 90 I 3251 33 1 25 1 5 I 10 549 44 1.4 6 15 75 433 50 \n- 25 7 70 ... (15 feet) siliceous layer 25 = = 534 38 L4 8 . : NSR 50 15- .' 14 .: 10 - NOTES . 1) Total depth 325 feet' ' 3) NO caving. .. 3) Groundwater was encountered at 9 feet 4) BarkM cd with cutting and mid patched on April 8, 1996. 5) Boring elevations from preliminary layout plans prepared by . ASL Consulting Engineers, no date Z ^ F N THIS BORING LOG SUMMARY APPLIES ONLY ATTkM 4� jN Hw om Hy = to H Ow MEE AND LOCATION INDICATED. SUBSURFACE lyo_ FU 7 F=-" - NS W =W aaCUHJ CONDITIONS MAY DIFFER AT O=R LACAMONS Hp ¢¢ WE ou W wA tn� �U J �W H� AND TIIvIpS. W } Ov 0- �'H C = w WLL =H ° z Qa m N LOGGED BY EAR DATE 4-8-96 lob No_ 194_fM _ Mao 1 6. 1996 A -15 TIST BORING LOGO TYPE r DLL HOLLOW STEM AUGER (ELEVATION 119 FEET BORING B-18 - Asphaltic Concrete 9 inches Aggregate Base 7 inebe BAG 1 } SH FILL 121 91 29 2S {r J Brown, fine SILTY SAND 5 Brown, SANDY SILT with fragments of — — — — — — ML 104 221 ? 5 3 SBSSTONE /SANDSTONE BAG 4 —_ BEDROC$(MONEEREY PORMA110N): 837 30 L4 5 10 = Olive, SILTSTONE, diammaccous 75 41-8 50 110' 25 6 — ... (IS Feu) interbedded with SANDSTONE 642 12 IA 7 55 70.1 15 2 5 8 S 75.1 ..0 1.4 .' 9 '...3() .. NOTES,. 1) Total depth: 3L5 feet. - .. - 2) No caving. _ 3) Gmuadwaterwas encountered at 13 f=L - - 4) Badmied with cuttings and cold pao:ir on Apn12, 1996. - 5) Boring elevations from preliminary layout plans prepared by - .. ASL Consulting Engineers, no dates - 1— N N THISBORING LOG SUMMARYAPPIMS ONLYATTHE_ MH y 4- _ M - o i H to m H 13¢ T1ME AND LOCATION INDICATED_ SUBSURFACE r—e5 ZM LU r^ = err =w mHJ CONDITIONS MAY DIFFERAT 011 -IER LOCATIONS lIy-jH trrl� wE H (L w� Z, AND TAfFS LOGGED BY EAR DATE z� Y a FH C. m ° °m o� m . 4-2 -96 don NO. 194-M - May 16,1996 7- A16 • 0 APPENDIX C OCPF & RD and APWA Standard Plans OPTIONAL SIDE OF BLANKET (TYP.)� CONCRETE BLANKET (CLASS 265C14 (450 —C -2000) CONCRE CROSSING PIPE WALL (DIAMETER OF PIPE = DII x (SEE NOTE 3) 42 1 (TYP.) `Z Do /2 FOR D > 375 mm (15.) UNDISTURBED EARTH (TYP.) �/ 150 mm = 3Do /4 FOR D s 375 mm (15') EXISTING PIPE (6'1 MIN. OUTSIDE OF PIPE BELL (TYP.) CONCRETE BLANKET (FOR EXISTING PIPES CROSSED OVER BY A NEW PIPE) NOTES: I. CONCRETE BLANKET IS REQUIRED WHEN THE CLEARANCE BETWEEN THE TOP OF THE EXISTING PIPE AND THE BOTTOM OF THE CROSSING PIPE IS LESS THAN 450 mm (18 IN.). 2. Y = 0/6 (150 mm (6 IN.) MIN.). WHERE THE CLEARANCE BETWEEN THE TOP OF THE EXISTING PIPE AND THE BOTTOM OF THE CROSSING PIPE IS LESS THAN Y. THE CONCRETE SHALL BE PLACED BETWEEN THE PIPES AND AROUND THE SIDES OF THE CROSSING PIPE UP TO A LEVEL EOUAL TO Y ABOVE THE EXIST- ING PIPE. OR AS REQUIRED BY NOTE 3 BELOW. WHICHEVER IS HIGHER. 3. X = D /12, MINIMUM, TO PROVIDE BEDDING MATERIAL FOR THE CROSSING CONDUIT. WHEN X IS LESS THAN THIS MINIMUM, THE ENTIRE TOP SURFACE OF THE BLANKET SHALL BE RAISED TO MAKE CONTACT WITH THE LOWER 900 OF THE CROSSING PIPE. - 4. THE BLANKET SHALL EXTEND LONGITUDINALLY TO THE FIRST JOINT BEYOND THE TRENCH EXCAVATION AT EACH END OF THE BLANKET. EXCEPT THAT THE BLANKET NEED NOT BE EXTENDED MORE THAN 1.2 m (4 FT.) BEYOND THE TRENCH. 5. WHENEVER A PIPE BELL IS ENCOUNTERED WITHIN THE LIMITS OF THE BLANKET, ALL DIMENSIONS SHALL REFER TO THE BELL. "'—(" i' "' `50 mm (2') THICK STYROFOAM OR INVERT SLAB OF ARCH OR BOX 150mm 150mm SECTION (CROSSING CONDUIT) OTHER APPROVED COMPRESSIBLE (6') I ` I (6') MATERIAL I � I NO MINIMUM UNDISTURBED EARTH d 1 � EXISTING PIPE OUTSIDE OF PIPE BELL COMPRESSIBLE BLANKET (FOR EXISTING PIPES CROSSED OVER BY A NEW BOX OR ARCH) NOTES: I. COMPRESSIBLE BLANKET IS REQUIRED WHEN THE CLEARANCE BETWEEN THE TOP OF THE EXISTING PIPE AND THE BOTTOM OF THE CROSSING CONDUIT (BOX OR ARCH) IS LESS THAN 450 mm (IB IN.). 2. THE BLANKET SHALL EXTEND LONGITUDINALLY FOR THE FULL CROSSING CONDUIT TRENCH WIDTH. 3. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACT EOUAL VALUES. IF METRIC VALUES ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES, WITH THE EXCEPTION OF REINFORCING BAR SIZES FOR WHICH ENGLISH (IMPERIAL) BAR SIZES MAY BE SUBSTITUTED FOR METRIC BAR SIZES. IF ENGLISH UNITS ARE USED. ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER PROMULGATED ANDARDE INC., PIJBGREENBOOKC BLANKET PROTECTION FOR PIPES STANDARD PLAN METRIC GREENBO19 COMMITTEE COMMITTEE 225-1 1980 REV. 1998 SHEET 1 OF 1 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION Bockfill, unless otherwise specified. Undisturbed earth —? 0 0.08 O.D. min. Bedding A i i 300 mm min. i w� Optional trench side slope for deep trenches or unstable soil. Bedding B )0• Spring line 100 rrm min. Optional excavation line I o ,• e'•• �� 0.25 O.D. - Slurry (85 kg /m3 P.C.) option of Contractor 0.08 O.D. (100 mm mtn.). i Shape bedding as shown to support R.C.P. (see Note 10). ORANGE COUNTY PUBLIC FACILITIES & RESOURCES DEPARTMENT Approved 4�� Adopted: Res. 77 -92 Revised: Res. 78-791: 96 -546: 97 -II7 W.LZoun.0 EVlneer REINFORCED CONCRETE PIPE - BEDDING DETAIL u etric STD. PLAN 1319 SHT. I OF 2 I NOTES: 1. Bedding A shall be composed of sand, No. 3 or No. 4 crushed rock or gravel per Standard Specifications or other granular material as may be specified or approved by the Engineer. 2. Bedding B shall be composed of sand or other granular material as may be specified or approved by the Engineer and shall conform to Section 306 -1.2.1 of the Standard Specifications for Public Works Construction, 1997 Edition. 3. Bedding B shall be compacted to a relative compaction of not less than 90 percent unless otherwise specified. 4. Bedding B shall be placed in two or more lifts for O.D. greater than 1500 mm. 5. Bockfill shall be per Section 306 -1.3 of the Standard Specifications for Public Works Construction, 1997 Edition. 6. Where the cover is 2.4 m or less, "W" must be greater than or equal to 150 mm. Where, the cover is greater than 2.4 m, "W" must be between 150 mm and 250 mm inclusive for pipes up to and including 2400 mm in diameter. For pipes over 2400 mm in diameter, "W" must be between 150 mm and 300 mm inclusive. 7. "W" shall include the thickness of any shoring. 8. Shoring shall be a minimum of 150 mm from the pipe at spring line. 9. An improved bedding method shall be submitted to the Engineer for any "W" other- than that permitted in Note 6. - 10. The trench bottom shall be shaped as shown, or the Contractor, at his option may choose not to screed bedding "A" In which case, the pipe shall be backfilled to a depth of 0.25 O.D. with trench backfili slurry at his expense. 11. This bedding detail shall only be used with RCP or as approved by the Engineer. 12. Plastic pipe bedding shall be detailed on plans. ORANGE COUNTY PUBLIC FACILITIES & RESOURCES DEPARTMENT Approvetl l /. Atloptetl: Res. 77-92 Revised: Res. 78-791; 96 -546; 97 -117 W.LZOun, of Englneer REINFORCED CONCRETE PIPE - BEDDING DETAIL retric STD. PLAN 1319 SHT. 2 OF 2 APPENDIX D Existing Valve Vault Plans 000 ..00 z VAULT NO. 7 VIAL -V/F 5 71 AL,r,"l�1 ©N CNOr TO SCALa -) ® 3o I.D. Jw ooLf- fRA�+E i GvER.. CCNTEa2�9 10 HW. FppM 2g'X 18y OVER VALVE. REwcElLiv VAULT WAU Q ?Wx' JO`spyaG ASSIST- Pms jLES5 M-St. k4-iC.4 O12` Y P--C& -,,mF u IT l c. I. aAA.YE Q ActESS LAMER. w41L NlevNq'EO W rfii SIDE -$ isICTENSIar%S EO 6� va"ri SU{. sc, Pvci liim m "OQE{J W(6 v _ m �I �s. _ �'''-7�� � `�,• - ^ -- - ul., VENT 321` Y � r I-o � t I r �u"I.•AaY 'h i1 s � 3o l l (ul mw- FpoM CEap ib VAuL'k wP tJL O WALL- QENE.WAIDQ J SL.F-Eve- 41 W0.7E(2- S'Ng`� O uNK -SFikl -ALL SEAL A / I/ St-iT: 3 CAC 4 k♦6 Hill I Slow ul QC 0 ZI 0 ieY HwunNaa Hill I Slow 54 IA Its rIl_,IIIa�tIIl I i .jw At AD IT ........... SO 14 -4k o tP I O i .jw At AD IT ........... SO 14 -4k o I i .jw At AD IT ........... SO 14 -4k • 9 0 Ll C JUN 2 F; 2002 TO: Mayor and Members of the City Council FROM: Public Works Department June 25, 2002 CITY COUNCIL AGENDA ITEM NO. 12 SUBJECT: IRVINE AVENUE FROM SANTIAGO TO UNIVERSITY AND JAMBOREE ROAD FROM SANTA BARBARA TO EASTBLUFF/FORD ROAD 24 -INCH WATER MAIN REPLACEMENT - AWARD OF CONTRACT NO. 3412 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3412 to W.A. Rasic Construction Company for the Total Bid Price of $2,159,370.09, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $200,000 to cover the cost of unforeseen work. DISCUSSION: At 2:30 p.m. on June 12, 2002, the City Clerk opened and read the following bids for this project: 1,118101:1 -� Low W.A. Rasic Construction Company 2 Albert W. Davies 3 Vido Artukovich & Sons 4 Steve Bubalo Construction TOTAL BID AMOUNTS $2,159,357.20 2,788,539.00 2,786,700.00 3,129,348.00 [9161:7:7x637 :1D]7Te7 I_�uL�I�1�yiF� $2,159,370.09 2,712,739.00 2,719,700.00 3,149,348.00 The low total bid amount is .8 percent above the Engineer's Estimate of $2,142,000. The low bidder, W.A. Rasic Construction Company, possesses a General Class "A" Contractors license as required by the project specifications. W.A. Rasic has an excellent reputation in the industry and have completed projects for many municipalities throughout Southern California. SUBJECT: IRVINE AVE � FROM SANTIAGO TO UNIVERSITY AND�IBOREE ROAD FROM SANTA BARBARA TO TBLUFF/FORD ROAD 24 -INCH WATER MA1N REPLACEMENT - AWARD OF CONTRACT NO. 3412 June 25, 2002 Page: 2 PROJECT DESCRIPTION: The operational characteristics of the City's water transmission system were reviewed for supply capacity during the preparation of the City's Water Master Plan in 1999. Upon review, it was determined the transmission mains in Irvine Avenue need more capacity to serve the airport area and provide a secondary connection from the east to the west side of the City. The existing Irvine Avenue transmission main varies in diameter from 12- inches to 16- inches. The hydraulic analysis included in the Water Master Plan indicated the entire reach should be a 24 -inch diameter transmission main to provide the required additional capacity. The 12 -inch diameter main between Santiago Road and University Drive has only 25 percent of the capacity of a 24 -inch diameter main. Most of the existing transmission line in Irvine Avenue was constructed in the late 1950's and early 1960's. There have been several breaks in this 2.5 -mile reach of water line in the last five years. The existing line may have another 10 to 15 -year lifespan, but in all probability, several more breaks will occur during this time period. The Irvine Avenue 24 -inch transmission main needs to be constructed in several phases because of funding constraints. The following is a summary of the various reaches of work for the Irvine Avenue transmission mains: Reach 1 24 -inch University Drive to South Bristol Street $1,500,000 Reach 2 24 -inch Santiago Drive to University Drive $1,300,000 Reach 3 24 -inch Santiago Drive to Dover Drive $1,300,000 Reach 4 12 -inch Dover Drive to Sherington Place $ 495,000 Reach 2 is the subject project of this bid. The other reaches will be constructed in future fiscal years. This project also includes the replacement of 2,700 linear feet of transmission main within Jamboree Road between San Joaquin Road and Eastbluff Drive. The Jamboree Road transmission main serves as the second supply line to the airport area. It also serves the areas around the Eastbluff community. The existing 18 -inch steel pipeline was constructed in 1958 and had two main breaks last year. The failures were at the joints because of corrosive soils around the pipe and there is evidence that the remaining pipe also has corrosion problems. The replacement pipeline will be the same type of 24 -inch water main as the one being installed on Irvine Avenue. PROJECT SCHEDULE, COORDINATION AND FUNDING: The project calls for completion in 180 working days (approximately 9 months). The majority of this time is to allow for manufacturing of the steel pipe. The American steel SUBJECT: IRVINE AVENI ROM SANTIAGO TO UNIVERSITY AND JSOREE ROAD FROM SANTA BARBARA TO TBLUFFIFORD ROAD 24 -INCH WATER MAIN REPLACEMENT - AWARD OF CONTRACT NO. 3412 June 25, 2002 Page: 3 industry has experienced a heavy demand this past few months because of recent tariffs put in place by the Federal Government. As a result, the time for steel delivery has increased dramatically to 16 to 20 weeks. After the steel is delivered, the pipe can be rolled and the cement coatings applied. It is estimated that 5 months will be required to manufacture the steel pipe. Significant traffic control and working hour limitations have been included in the bid documents to minimize impacts to the residents and the commuting public on these major arterial roads. On Jamboree Road there will be some night work required at the major intersections of Eastbluff and San Joaquin Roads. The residents of these areas will be notified well before any night work activity takes place. In other non - intersection areas working hours are limited from 9:00 AM to 3:00 PM. Depending on how the contractor approaches the project, these hours may be reevaluated to accelerate the construction operations and minimize the total number of working days impacting the commuters. There are sufficient funds available in the following accounts for the work: Account Description Account Number Amount Water Transmission Main Replacement 7501- C5500386 $2,300,000.00 Program Pipeline Replacement 7501- C5100578 59,370.09 Total: $2,359,370.09 Respectfully 0 RKS DEPARTMENT Badum, Director J. Sinacori, P.E. I Civil Engineer Attachment: Project Location Map Bid Summary X u 0 z LL 0 I- Z LU 0 IL IL Q0 Q O E rc 0 I z w z (Da O z w owa 0 0 e $ 8 88 8 Z RM § 9 o 8 8 8 8 8 888 88888 8888 8 a 8 8 a o �z =8 18188 1p 0 4,.� ci w td ej N ol 8 8 '1 P, 8 8 8 Z� S8 88 88 S8 S8 88 88 88 S$ p8p 8' 88 0 :2 I O 1p Rl uQ 88S 8 $88 g 8 8 8 8" ci 14 8 3 8 8 q8 8 8 8 F, 8 988118 888888 R 8 8 a 8 z A ZyQ{V S O 1-4 9 i m 4 cs ea 8 x 8 8 8 8 8mA R8 8 8888 9 le 8 8 51 2 ui d 6 CC N c; c; $ W8 8 8 8 8 Is E?2 go P pi Q A am mmom R it o !A w z: 8 8 8 $ F! 5 X 5 5 6 6 6 6 166 i5 6 6 16 5 5 S S z 0 m N�a 9a 71 E E IS J� IS f E E 101 ,211 1 ;111 --1 --1 1 i N Z = W Q LU(0 � Fd oC 00 LU lu Z0 LL.3 o� A U � d � 111 nI0 CI F U m N y� U S N U O � � O m C O m J 0 m m C E QT2�JS K � N �z al .Ks i- c r� �a W ..FO <E Zw �rc L qa Ww ti H?� O Z K H U W a • C S O S O SR 8 G O O S 8 8 8 QqQ QS Q 5O� QN S I S , Qm Q Q 4 Sqm �QIp S 44 QQ Qd Q $ QQ x 8 m m 1 m 0 I m lN V ryS m n m ' m 99 O U N $ 8 88 8 888 8 888 8 8 8 8 8 8 8Q 8 8 CXSS 5 2 Q6Q Q8Q 2S Q8 $ 25 Q8Q �S Q8 25 p8Q 6 �8 � Q8 25 Q8Q F�di q8g 82525 tbBXi ° q8 � tS � rh Q8 Q8 6'� � � fO0 Q 6 8 8 8 8 888 8888 868 8 8 8 8 8 888 OSra� Q8885828 m Q 9 Q 5 � � Q688 c4 z N g 8 8 8 8 6Q 8 8 R 8 8 $ pp 56R2 N 58Q2 Q6Q 58Q2 58R2 s8s 58Q� 58Q2 Q8Q q8 58522 g8g 5852� Q8Q 582 QBQ Q8Q Q8Q 58522 16V 66r�6r�464 � 8 8 666 666 686 8 8 8 6 84 86Q _6 _6668 g8 p8 �'mbN v N ry n m mn0 �nH OaV 1°mN 1V 11l m N m mbpm w w U 8�gg6Q6Q464 8 8 8, 8 68g68 08$� $S,� 888 0 8 88 $ ag$Q8N 8888 8 8 8$ 8 $$$ 8888 6.88 $88 8 8 8 8 8 888 o m ono $ _S8888$88 8 88$888 8988 S. 6 88 88$8288N 88 4852 88 88 S888S8 S8888S f n S6 86 O O b O O N n O O O O b W J !J y 91 Isl EO s S EO n n s J 5 j 9 5 J yO 5 5 5 5 b N m O L £ a g 5 @2 2 8 pp S sap° 4N' a �g 3 Em L EN b 33 3 3� o ss> Rap 333$33g u _ffi : ga ipm6 g�g gig` } �{y$yw dip LLppLL 6 $ O Em N N {mY pp 11 n 10 R I7 (7 ma m m Q O O O y d P O O O Q 8 b b R 3S R 8 M lz 10 me � I us 00 Z0 U. 0 � u sw iV O M3 Z w 0 ci z �zw Z a 0 z LL uwa 0 0 Z 1: d C6 C6 N m di cd b 6 of ga T a s8s8 s 8 88 8 —&-, 8s8 8a8 8s 8s 8s Sa Sg 8a 8s Se 8a 8s 8e SS 8a 8g 8�s '1 8 88 8il '2 8 888 8 8 88 8 8 11 '1 '1 i 11 g § § § -1 A V R z z I 1 9 1 AI —J u. 0 Z E E F (V n+-j �- j R I 2 = W v F ma d LU 00 Ul W be L p L3 o� J V m 6 �w a� �o w a N O c N = U C5 O Qb o " U W 0 O J x_ O � m m 8 E ES p O y O m � m O D3 u Y! ti El- � �� $w Q . Z W Z g� 4aww ti ti Z w Ozw U W 0 0 0 c8 8q8QQ8Qp8pQ8p88p8Q8Q8q88g$Q8g8Q8QQ8QQ8Q8Q$8QQQ8QQ8Qp8pQ8QQ8Q ��25258 Q8 Q8 Q8Q �EEE25 25 25 25 25 25 �25 25 25 6 5 25 6�SS SSSSS A N< O O � N II VV r lOV O U ;sass ssssssssss88ss88888°888888N 8585228 EQ§88Q E Q8 25252525 q8 Q8 q8 m2 Q8Q5852� M Q8Q M Q8 dS SS Q8Q S p8 § p8 9 p8 25 Q8 Q8 25 25 y8 25 Q8 75 Q8 25 Q8Q 75 p8 Q8 ➢S 2525 Q858Q2 S q8Q F25 p8p58522 S °�I O 0 Oa Yf O b W N L 888$8 8� 88 $� $ w0� 18888 O b 7 J J!3 !3 s!qj!2j!2j!2 !2!2 y J J (J n n J J y y�! J t �.- N Y � 8 of 9 0 n ke m E¢ I LL LL n N --I I 'aininmw Al emi$ :a ae:zV wv$a Saw 91 21 t82 rc ZE �j $ SCALE: r - soa AQ�G �CT'rn I F � g T me pIJ m° a COP m m m ? o n no �vaa :Ez o sin Z j c ES m s _A; UFF nti y mc a = QaO� RNE � z �LU LU o� 0 � a Ck. LU LU Ui � I--C" c n. -cc SE � 0 � a � O � 19381S 2:Sm RAG F . �2 � ��`�� \ \ w E I k \ / \ E| Q ^ &¥� G ° G L � V) § } \ 0Wl % 2 7 \ . Q- 3AIYG VS3H % -9n1V3+YV#73G . m w23At m \ � Zzl. \ m , #¥ A3 A�# \ $ R � } \ \ . � + ) g Z-1 \ 3Ay242yIWs \( . � > » IS ® Aa $ ® � \ q % � \ % � ( % :/. m . G 07 Is |�� � z �LU LU o� 0 � a Ck. LU LU Ui � I--C" c n. -cc SE � 0 � a � O � v v w:P C = C 33N1S Aw �4E x� W3 W3 M � - -i = f W CCJ �oC = x xx_w N2 _2 CSC �C= w Q C=? 2 W ma O U �� x 3 -b- w ti —� W3 g � U J � W 2 W O m '� 0 d� N, C 2 Q m� cr ao z3 LL on rb r Z � Q a LU O_ Zoo 0 cy to � rr �. Z ...r d � d LU W cic W i- F.. CO Q BIC w a OCT -03 -01 WED 11:08 AM TETRATECH, INC. Infrastructure Services Group L� To: Mike Sinacori Company: City of Newpr Fax No.: Q; ❑ Urgent ❑ For your Review Mike, FAX N0, 562 12231 P, 01 x''+12 16241 Laguna Canyon Road, Suite 200, Irvine, CA 92618 Tel: 949.727.7099 Fax: 949.727.7097 QDate: October 3, 2001 / 11;00 n.M. Nu� r of Pages (including cover sheet): 3 From: Mark Bush Project: Irvine and Jamboree WTM Jab No. 0606.0071.00 (300) ❑ Reply ASAP ❑ Please Comment Attached, please find the project status report for the month of September. What is the status of the City's review of the 50% plans. I would like to schedule a meeting to review your comments at your earliest convenience. Also, what is the status of the USA markings. Please let me know if they have been done and I will send someone out to field verify the utilities. Thanks, Mark ❑ Originals will not follow Originals will follow by: EI U.S. Mail ❑ Overnight Services ❑ Other - OCT -03 -01 WED 11:08 AM • FAX N0. 562 12231 P. 02 TETRA TECH, INC. Infrastructure Services Group TO: Michael Sinacori, P.P,., City of Newport Beach FROM: Tom Epperson, RC., Tetra Tech PROJECT: Irvine Avenue and Jamboree Road Water Main Replacements SUBJECT: Monthly Status Report - September DATE: October 3, 2001 Contained herein is a status assessment of each task for the project. Irvine Avenue Project I (Irvine Avenue from Santiago Drive to University Drive) Jamboree Road Project 2 (Jamboree Road front San Joaquin Hills Road to EastbluffRoad) Task Prin PM PE Eng CAD Int Typ Perccnt A. Preliminary Design 1. Pro ect Kick -off 2 2 100% 2. Design Survey a. Survey Control 100% b. Perform Field Survey 100% c, Aerial Topographic Mapping 100% d. Field Survey to Clarify Aerial Mapping Sched for Oct. c. Additional Mapping 100% 3. Data Gathering a. Obtain data from the City 2 2 8 16 2 100% b. Project Overview Meeting with the City 2 2 100% 4. Utility Research a. Contact USA 4 5 24 1 100% b. Send preliminary notice to each utility company l 1 100 " /0 c. Send second utility notice I 1 100% d. Send third utility notice 5. Corrosivity Evaluation 100% 6. Identify _Pothole Requirements -- 7, Alignment Alternatives a. Evaluate Alignment 0.5 3 3 100% b. Provide exhibits and cost estimates for ali nmenl 0.5 2 5 8 - 80% c. Alignment Alternative Mccting with the City I 1 100% - l: \0600071 \cn005 mwb.doc(300) OCT -03 -01 WED 11;08 AM • FAX N0. 562612231 P. 03 MEMORANDUM October 3, 2001 Page 2 Task Prin PM PE Eng CAD 1nt Typ Percent Comp. 8. Gcotechnical Investigation (City to Subcontract N/A 9. Strect Crossings 2 2 12 8 100% 10, Connections a. Delcm»ne required points of connection 1 4 2 1000/. b. Review of connection points with City 1 1 100% c. Prepare sketches of each m 0sed connection 1 10 8 8 100% 11, Draft Pre-design Report _ a. Prepare re ort b. Prepare cost estimate C. Submit draft report 12. Final Pre-design Report a. Meet with City to review comments on draft report b. Make revisions per City's comments C. Submit final report 8. Final Design 1. Finalize Design Concepts a. Present final design concepts at project meeting with City Sept Mtg b. Meet with City to verify traffic control, pavement replacement, etc. Sept Mtg c. Initiate public relations 2. Preparation of Base Ma s a, Plot utilities on base maps 40 1 100 1 14 100% b. Pcrfomi field walk 4 90"/0 3. Finalize Construction Plans a. Construction plans 17 15 107.5 110.2 8.5 7 50% b. Specifications 0% c. Pennit/Aizency Processing d. Submittals: 9/5/01 50% Design Review 1015101 95 % Des ign Review 10/25/0) 100% Design Review 11/8/01 _Submit 100% Plans Total Hours 29 39 198.5 234.2 70.5 12 TL8/MWB /cg Jd0606W07 r \m005mwb.doc(30m) PROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF IRVINE AVENUE WATER MAIN REPLACEMENT FROM SANTIAGO DRIVE TO UNIVERSITY DRIVE AND JAMBOREE ROAD FROM SAN JOAQUIN HILLS ROAD TO EASTBLUFF ROAD THIS AGREEMENT, entered into thiss day of May 2001, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City'), and Tetra Tech ASL, Inc., whose address is 16241 Laguna Canyon Road, Ste. 200, Irvine, California, 92618, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to replace the water transmission main in Irvine Avenue from Santiago Drive to University Drive and in Jamboree Road from San Joaquin Hills Road to Eastbluff Road. ( "Project "). C. City desires to engage Consultant to provide professional civil engineering services and prepare the plans and specifications for the Project, upon the terms and conditions contained in this Agreement. D. The principal member of Consultant for purpose of the Project are: Tom Epperson, Project Manager and Steve Tedesco, Vice President. -1- . ry E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 24th day of April 2001, and shall terminate on the 30"' day of June 2002, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit `B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of one hundred eighty thousand, two hundred forty dollars and 00 /100 ($180,240.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, 502 computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will -3- perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor'), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractor's schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or GS omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with Citys designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Michael J. Sinacori, P.E., to be its -5- ' • Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule attached as Exhibit "C ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project 0 • • direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attomeys' fees in any action on -7- or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, it's elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall M 0 0 apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement 5163 0 0 by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. SEE 0 r� u C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. D. City will prepare and provide to Consultant street base digital file in AutoCAD (DWG) compatible format. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael J. Sinacori, P.E., shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a -12- 0 failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. -13- B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attention: Michael J. Sinacoh, P.E. City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 SEE All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Tom Epperson Tetra Tech ASL, Inc. 16241 Laguna Canyon Rd. Suite 200 Irvine, CA. 92618 (949) 727 -7099 Fax (949) 727 -7097 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. -15- 0 0 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. -16- 0 0 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. -17- 0 0 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: -- 0 A, Ro bin Clauson Assistant City Attorney ATTEST: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By :�.�� %-0-1 . Garold B. Adams, Mayor City of Newport Beach TETRA TECH ASL, INC. S eve Tedesco, P.E. Vice President fAus m\pbwlshared\agreements\fy 00 -01 \tetmtechasl -ir ine- jamboree main.doc so • EXHIBIT "A' • SCOPE OF WORK We have organized the scope of work to include typical tasks required for each project. Project I consists of the water transmission main replacement on Irvine Avenue from Santiago Drive to University Drive. Project 2 consists of the water transmission main replacement on Jamboree Road from San Joaquin Hills Road to Eastbluff Road. The scope of work is based on the assumption that two different plan sets will be required but only one specification. We propose to provide the following Scope of Services: A. Preliminary Design Project Kick -off a. Attend project kick -off meeting with City to review the project scope, schedule, budget and work plan. b. Authorize corrosion subconsultant to proceed with preliminary investigation. 2. Design Survey and Mapping a. Provide survey control using County's GPS coordinate system. b. Perform field survey to provide horizontal and vertical control and set aerial targets. C. Provide aerial topographic mapping. Topographic mapping will be in a digital format at 1 foot contour intervals with a horizontal scale of I inch = 40 feet. Final plan and profile sheets will include the aerial photograph for reference. d. Perform field survey to provide clarification of aerial mapped features and augment horizontal and vertical control data. e. Additional Mapping and Survey. We will perform the above subtasks (2.a through 2.d) for the following additional area: Irvine Avenue from 19`h Street/Dover Drive to Sherington Place. 3. Data Gathering a. Obtain the following data from the City: • Survey records • Design criteria and hydraulic data • Environmental documentation • Street, water, sewer and storm drain plans b. Meet with the City to discuss: project overview, permit requirements, working hours, construction access, trench backfill requirements, pavement removal and replacement and future projects. Also obtain any existing geological data available. Prepare meeting minutes and distribute to all attendees for their concurrence. CITY OF NEWPORT BEACH Irvine Avenue and Jamboree Road Water Transmission Main Replacement TETRA TECH ASL 2q 0 • SCOPE OF WORK 4. Utility Research a. Contact Underground Services Alert (USA) for a computer printout of all utilities registered within the project limits. b. Send/deliver preliminary notice to each utility advising them of the project and requesting utilities information. C. Send second utility notice including preliminary plans requesting the utility verify locations of their facilities and identify any possible utility conflicts. d. Send third utility notice including final plans to each utility for their information and coordination during construction. e. Maintain a complete record of all utility contacts and responses and copy all correspondence to the City. 5. Corrosivity Evaluation It should be noted that our corrosion subconsultant previously prepared a corrosion control report covering Project 2 as part of the Newport Beach Pipeline Extension. Therefore, we will only need to review the previous report and update it based on the current field conditions and knowledge of the construction of the reclaimed water main. a. Review preliminary alignment and conduct limited soil resistivity survey to determine cathodic protection design paramenters. b. Conduct a Wenner 4 -pin soil resistivity survey. C. Review records for locations of potential stray current interference sources. d. Prepare a Cathodic protection design analysis Corrosion Control Report to be included in the Pre - Design Report. 6. Identify Pothole Requirements a. Verify location of utilities based on information obtained from available record documents. b. Perform job walk to identify conflicts and inconsistencies. C. Identify critical utilities which need to be potholed. 7. Alignment Alternative a. Evaluate alignment considering utility location, constructability, traffic assessments, citizen impacts, jurisdictional concerns and permit requirements. Alternatives will be prepared on the Newport Beach Pipeline Extension construction plans for Project 2. b. Provide exhibits and prepare cost estimates for alignment determined. C. Meet with the City to discuss the alignment. 8. Geotechnical Investigation (City will subcontract) CITY OF NEWPORT BEACH TETRA TECH ASL Irvine Avenue and Jamboree Road Water Transmission Main Replacement 2 til�i • 0 SCOPE OF WORK 9. Street Crossings a. Evaluate the intersection crossings, open -cut versus bore and jack. b. Prepare estimate of construction costs. C. Evaluate possible locations for the proposed bore pits. Prepare sketches showing the proposed locations. 10. Connections a. Determine the required points of connections. b. Meet with the City to review these connection points. C. Prepare sketches of each of the proposed connection points. 11. "Draft" Pre - Design Report a. Prepare report including the following critical issues: City traffic /pavement replacement requirements, agency requirements, corrosivity evaluation, pothole requirements, determined alignment, street crossing and proposed connections. b. Prepare cost estimates for each alignment. C. Submit three copies in a three -ring binder format. d. Separate draft Geotechnical Report. 12. Final Pre- Design Report a. Meet with the City to discuss the comments on the "draft" pre- design report. b. Make revisions to the report based on City's review comments. C. Submit five copies of the final pre- design report. B. Final Design 1. Finalize Design Concepts a. Present final design concepts at project meeting with City to assure agreement in scope before proceeding with final plans. b. Meet with City to verify traffic control, pavement replacement, construction phasing and work hours. C. Initiate public relations Community Impacts meeting for Project l "Back Bay Project" and Project 2 "Fashion Island" if requested by City. 2. Preparation of Base Maps a. Plot utilities on base maps based on information obtained from the available record documents unless revised due to USA markings. For Project 2, we will use our previous topography and utilities (based on record drawings) for the preliminary work up to the 50% design submittal. This will allow us to "jump start" the project as we will not need to wait for the preparation of the topography mapping and responses to the utility research. CITY OF NEWPORT BEACH TETRA TECH ASL Irvine Avenue and Jamboree Road Water Transmission Main Replacement 3 2 0 0 SCOPE OF WORK b. Perform field walk to verify plotting of utilities. 3. Finalize Construction Plans a. The construction plan set will contain the following drawings: Project I - Water Line Plans — 6,500 LF • Title sheet (l sheet) • Notes and quantities (1 sheet) • Horizontal control sheet (1 sheet) • Plan and profile sheets (7 sheets) • Connection details and sections (2 sheets) • Steel pipe details (2 sheets) • Miscellaneous details (4 sheets) • Corrosion control details (2 sheets) • Traffic control plans 9 sheets Total Sheets 29 sheets Project 2 - Water Line Plans — 2,700 LF • Title sheet (1 sheet) • Notes and quantities (1 sheet) • Horizontal control plan (1 sheet) • Plan and profile sheets (3 sheets) • Abandonment plan (1 sheet) • Connection details and sections (1 sheet) • Miscellaneous details (4 sheets) • Steel pipe details (2 sheets) • Corrosion control details (2 sheets) • Traffic control plans 7 sheets Total Sheets 23 sheets Traffic Control Plans — Construction staging and traffic control plans will be critical to the success of the project during construction. Attention to detail and awareness of the daily requirements of the community and businesses will be essential in developing workable traffic control and staging plans. We will work closely with City traffic engineering staff in developing a traffic control plan that will maintain safe vehicular and pedestrian traffic through the project, as well as a safe work area for the construction workers. b. All drawings and design specifications will be prepared in accordance with requirements of the City of Newport Beach "Design Criteria, Special Provisions and Standard Drawings for Public Works Construction," latest edition, which incorporates the "green book" specifications titles, "Standard Specifications for Public Works Construction," latest revision. Plans will be prepared in AutoCAD, Release 14 and shall be plotted on City Standard mylar sheets. OF NEWPORT BEACH Irvine Avenue and Jamboree Road Water Transmission Main Replacement 4 TETRA TECH ASL 4. Specifications 0 SCOPE OF WORK Prepare detailed special provisions, bid documents and quantity estimates. We will prepare one set of specifications including both Project l and Project 2. The special provisions and contract bid documents will be prepared in accordance with the requirements of the City's design criteria. 5. Permit/Agency Processing a. If bore and jack construction method is utilized, obtain Cal -OSHA mining and tunneling permit. 6. Submittals a. Submit 50% Design Review consisting of, as a minimum, title sheet, base plan and profile sheets, including sketches of connection details and sections. b. Submit 95% Design Review consisting of, as a minimum, final plans reflecting 50% design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate back -up detail); complete (and bound) special provisions, contract documents and any appendices. Tt ASL will prepare draft and final construction cost estimates with quantities and unit prices for each of the PS &E submittal packages. Backup of cost estimate calculations showing quantities per sheet to match the quantity sheets in the project plans will be provided to the City with each submittal package. C. Submit Final Approval Review consisting of final plans reflecting 100% design review corrections; complete (and bound) special provisions, contract documents and any appendices. d. Submit mylar original drawings and original contract specifications. Meetings a. Attend status meetings with the City. For this proposal we have assumed a total of four (4) during the final design. A review meeting will be attended for each submittal review. C. Construction Services 1. Provide assistance to City during advertisement and bidding period by answering questions and assisting with the preparation of addendum as required. 2. Attend pre - construction meeting. 3. Review and process all shop drawing submittals. For this proposal, we have assumed a total of 10 shop drawings will be required for each project. 4. Monitor construction progress including preparing modifications to the project plans and/or addenda to the specifications if such changes are deemed necessary by the City. We have assumed a total of six (6) field visits will be required for Project 1 and 3 and four (4) field visits for Project 2. CITY OF NEWPORT BEACH TETRA TECH ASL Irvine Avenue and Jamboree Road Water Transmission Main Replacement 5 // 0 SCOPE OF WORK 5. Prepare "record drawings" drawings once the project construction has been completed from neat legible redlined plans provided by the City or contractor. Revisions will be clouded. CITY'S RESPONSIBILITIES Tt ASL has assumed that the City will be responsible for the following items: Furnish plans and drawings, as are available and appurtenant to the project. 2. Furnish survey records and easement information, as are available and appurtenant to the project. 3. Furnish design criteria, hydraulic data and other technical information necessary to complete the design tasks. 4. Fulfill all environmental requirements. 5. Assist in coordination with governing agencies. 6. Provide blueprinting, CADD plotting, Xeroxing and other services through the City's reproduction company for each of the required submittals and for bidding purposes. We will coordinate the required submittals and bid plans with the City's reproduction company. Tt ASL will be responsible for all other reproduction, including the production of the draft and final pre- design reports. 7. Prepare, distribute and mail all bid documents and addendum. 8. Payment of all fees for permits and applications. 9. Schedule and conduct a preconstruction meeting. 10. Administer and inspect the construction contract. CITY OF NEWPORT BEACH TETRA TECH ASL Irvine Avenue and Jamboree Road Water Transmission Main Replacement 6 k TETRATECH ASL EXHIBIT "B" 2001 HOURLY CHARGE RATE AND EXPENSE REIMBURSEMENT SCHEDULE Professional Engineering lntert /Technician ...................$ 42.00 Designer /CAD Operator/Engineer I ...........$ 78.00 Engineer II and III/Senior Designer ........... $ 87.00 Pl anner .......................... ..............................$ 90.00 Senior Engineer ............ ..............................$ 97.00 Project Engineer/Project Coordinator ......... $ 110.00 Project ManagerlSr. Project Coordinator .... $ 125.00 Senior Project Manager ..............................$ 140.00 Principal -in- Charge ...... ..............................$ 165.00 Administrative Administrative Clerk .... ..............................$ 35.00 Word Processor /Admin. Support ................$ 52.00 Graphic Designer .......... ..............................$ 85.00 Survev/Mauain2 Survey Technician .. ............................... Surveyor/Field Supvsr. /Sr. Survey Tech Two - Person Survey Party ...................... Two - Person Survey Party with GPS...... Three- Person Survey Party .................... Survey Travel Time (Two- person) ........ Survey Travel Time (Three- person) ...... Construction $ 85.00 $ 95.00 $ 168.00 $ 205.00 $ 245.00 $ 80.00 $ 115.00 Construction Observer .. ..............................$ 68.00 Senior Construction Observer .....................$ 74.00 Resident Engineer ......... ..............................$ 100.00 Construction Manager .. ..............................$ 130.00 Reproduction, special photography, postage, delivery services, express mail, out -of -area telephone calls, printing and any other services performed by subcontractor, will be billed at cost plus 10 %. Reimbursable In -House Costs Photo Copies (B &W) . .....................$0.10/Each Blueprints ......... ..............................$ 0.35 /S.F. Color Copies (up to8 .5 "xll") ......... $1.50/Each Computer Time .......... ....................$10.00/Hour Color Copies (to l l"xI7" ) ...............$2.50/Each Mileage ............................................ $ 0.40/Mile ForensicEngineer .......................................................................... ............................... ........................$200.00 Court Appearances, Expert Witness Testimony, Depositions, and Preparation for Testimony .................................. ............................... .......................$250.00* *Minimum $1,000.00 for half day plus expenses. Mprop01\pe46revfee.doc 3 D 3/ 0 .................................. . ...... ..... ....... . ............................ ................... . ............................. ..................... ........................ . ........ ............................... - ... ............................. - Zn U) E U) c m 2 s Q t2 (i5 8 in cu 3: 3: > 0 0 0 0 0 o 0 0 0 0 < (D E E 0 w w U) w CL C/) E -6 a: m cc N A? m m Z > 0 0 > 0 Z: 9 af: coc —w cc 0 cc 0 M�z m ly 1< 0 2! 5 1 FE a. 3/ C30 May 8, 2001 CITY COUNCIL AGENDA C: 5 Z TO: Mayor and Members of the City Council 4 !i 8 i FROM: Public Works Department APPROVED SUBJECT: IRVINE AVENUE WATER MAIN REPLACEMENT FROM SANTIAGO DRIVE TO UNIVERSITY DRIVE AND JAMBOREE ROAD FROM SAN JOAQUIN HILLS ROAD TO EASTBLUFF DRIVE - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH ASL, INC., CONTRACT NO. 3412 RECOMMENDATION: Approve a Professional Services Agreement with Tetra Tech ASL (ASL) of Irvine, California for a contract price of $180,240 and authorize the Mayor and the City Clerk to execute the agreement. PROJECT DESCRIPTION: The operational characteristics of the City's water transmission system were reviewed for supply capacity during the preparation of the City's Water Master Plan (due to be completed in 6 months). Upon review it was determined the transmission mains in Irvine Avenue need more capacity to serve the airport area and provide a secondary connection from the east to the west side of the City. The existing Irvine Avenue transmission main varies in diameter from 12- inches to 16- inches. The hydraulic analysis included in the Water Master Plan indicated that the entire reach should be a 24 -inch diameter transmission main to provide the required additional capacity. The 12 -inch diameter main between Santiago Road and University Drive has only 25 percent of the capacity of a 24 -inch diameter main. Most of the existing transmission line in Irvine Avenue was constructed in the late 1950's and early 1960's. There have been several breaks in this 2.5 -mile reach of water line in the last five years. The existing 40 to 45 -year old line may have another 10 to 15 -year lifespan, but in all probability, several more breaks will occur during this time period. The installation of a new 24 -inch transmission line is recommended over the installation of a new 18 -inch diameter parallel line. The cost to construct one 24- inch line is more (15 to 20 percent) but it would eliminate the questionable future performance of the old water lines. SUBJECT: IRVINE AVENUE W MAIN REPLACEMENT FROM SANTIAGO TO UNIVERSITY DRIVE AND JAMBOREE ROAD T N JOAQUIN HILLS ROAD TO EASTBLUFF DRIVE - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH ASL, INC. May 8, 2001 Page 2 The Irvine Avenue 24 -inch transmission main needs to be constructed in several phases because of funding constraints. The following is a summary of the various reaches of work for the Irvine Avenue transmission mains: Reach 1 24 -inch University Drive to South Bristol Street $1,500,000 Reach 2 24 -inch Santiago Drive to University Drive $1,300,000 Reach 3 24 -inch Santiago Drive to Dover Drive $1,300,000 Reach 4 12 -inch Dover Drive to Sherington Place $ 495,000 The design services to be provided for with this contract will prepare plans and specifications for Reach 2, 6,500 linear feet of 24 -inch transmission main. The design of Reach 1 was authorized at the last City Council meeting. Design services were also requested for the replacement of 2,700 linear feet of transmission main within Jamboree Road between San Joaquin Road and Eastbluff Drive. The Jamboree Road transmission main serves as the second supply line to the airport area. It also serves the areas around the Eastbluff community. The existing 18- inch steel pipeline was constructed in 1958 and has had two main breaks within the last year. The failures were due to corrosion at the joints because of corrosive soils around the pipe and there is evidence that the remaining pipe also has corrosion problems. The replacement pipeline will be the same type of 24 -inch water main as the one being designed for Irvine Avenue. Both of these reaches of pipeline will be combined into one construction contract. THE SELECTION PROCESS: Five firms were selected to propose on the design services for three separate reaches of pipelines: Phases 1 and 2 of Irvine Avenue, and the reach along Jamboree Road. Each of the following five firms did provide the City a written proposal as requested: Boyle Engineering Corporation Daniel Boyle Engineering, Inc Civiltec Engineering, Inc. The Keith Companies Tetra Tech ASL, Inc. The Utilities Manager, the Utilities Engineer, and the City Engineer reviewed the proposals to evaluate each firm's qualifications, past experience on similar projects, and availability before ranking Tetra Tech ASL the highest for Reach 2 of the Irvine Avenue transmission mains and for the reach of pipeline on Jamboree Road. ASL has extensive experience in designing transmission mains and has successfully completed several projects for the City. In addition, they were the design engineers for the Green Acres reclaimed water mains that extended through Newport Beach in 1998, which included installations on Jamboree Road. A fee of $180,240 was negotiated with ASL to complete both reaches of pipeline design. QZ SUBJECT: IRVINE AVENUE WATERMAIN REPLACEMENT FROM SANTIAGO DRIPTO UNIVERSITY DRIVE AND JAMBOREE ROAD TO SAN JOAQUIN HILLS ROAD TO EASTBLUFF DRIVE - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH ASL, INC. May 8, 2001 Page 3 SCOPE OF SERVICES: ASL will prepare the project plans and specifications for the installation of new 24 -inch water transmission main between Santiago Drive and University Drive. Prior to completing final design plans and specifications, they will evaluate pipeline alignments to consider traffic impacts during construction and future operation and maintenance needs. ASL will also provide the design plans for the pipeline replacement on Jamboree Road between San Joaquin Hills Road and Eastbluff Drive. Complete design efforts include construction drawings which detail all connections, pipeline appurtenances, traffic control requirements, preparation of detailed written special provisions, bid documents, quantity estimates, and an overall cost estimate. Funds for this project are available in the Master Plan Water Transmission Main Account No. 7501- C5500386. Staff recommends approval of the professional services agreement with Tetra Tech ASL to prepare the ^)C nd specifications for the subject project. Respectfully PUBLIC W Don Webb, Director By: / / Michael J. Sinacori, P.E. Utilities Engine(r Attachments: Project Location Maps Professional Services Agreement with Tetra Tech ASL 2 133b'1S 70.LSldg H1nOS 1332l1S �( III ( I I ONZZ IIIIO�-3JJ�MS U 2 Q m� c O� a� Z3' LL O� r1 a it r U 3NYO VS-3n a z 0 V a W 3 N 2 o W LLJ Q- w III Z � W W '006 'd'�.,�S to Z � O O� crr,7 cc C6 � co C7 ZZ 2 � Q iJ Rr 9 Q. ;z U i b'O OHb'HONC W LL ~ H Q W 3 W Lwu W3 31VYG vs3W v �'t'n'ERSARf 1� 3nN3AV YM 730 YO kVS83AINn C j Q W L�l Q (VM M07 b&IPV � m V) Q a Q ER; 3 2 Na LLl z w z� k 3AV 739VS1 V1NVS k W W3 � Q � V 1S O6J£Z 1332l1S �( III ( I I ONZZ IIIIO�-3JJ�MS U 2 Q m� c O� a� Z3' LL O� r1 a it r U 3NYO VS-3n a z 0 V a W 3 N 2 o W LLJ Q- w III Z � W W Z � O O CO cc C6 � co C7 ZZ Q Q Rr 9 Q. W LL ~ H Q h 3 = CL. Q Z O H V O Li =D CNI� l W C �oC C2� C =OC m 2 0 �I I 1 t 7� x U Q m� Oa � o wg Z3 U- 0. RE F- z i Z LU N O � J1 y d Co co z co Q � d d 1-� W W 1— F— Q H 3 � CL. z 0 V O 5 C �c ti W3 ~g�o Lai —� ca N ? W W �F ------ ir � m 2 0 �I I 1 t 7� x U Q m� Oa � o wg Z3 U- 0. RE F- z i Z LU N O � J1 y d Co co z co Q � d d 1-� W W 1— F— Q H 3 � CL. z 0 V O 5 c �j v� .00£' -./ :- 7VOS --===)-Z-C= � / r,1 ��r�m W Q- OLLJ �W 4� o0. w rf.V r V wj z z Q W U W LLI m� O p 0 OC y � � GIC s CL -awJ= 302 co co Z3 ZQO Q LL 7 = d Q 7 W W U h doc Q LLJ 3 � /a s LQ d 1 c ti W Z 3 � O 4110.114-1 PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH ASL, INC. FOR DESIGN OF IRVINE AVENUE WATER MAIN REPLACEMENT FROM SANTIAGO DRIVE TO UNIVERSITY DRIVE AND JAMBOREE ROAD FROM SAN JOAQUIN HILLS ROAD TO EASTBLUFF ROAD THIS AGREEMENT, entered into this 24"' day of April 2001, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City "), and Tetra Tech ASL, Inc., whose address is 16241 Laguna Canyon Road, Ste. 200, Irvine, California, 92618, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to replace the water transmission main in Irvine Avenue from Santiago Drive to University Drive and in Jamboree Road from San Joaquin Hills Road to Eastbluff Road. (`Project'). C. City desires to engage Consultant to provide professional civil engineering services and prepare the plans and specifications for the Project, upon the terms and conditions contained in this Agreement. D. The principal member of Consultant for purpose of the Project are: Tom Epperson, Project Manager and Steve Tedesco, Vice President. -1- 7 0 0 E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 24th day of April 2001, and shall terminate on the 30"' day of June 2002, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit °A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit 'B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of one hundred eighty thousand, two hundred forty dollars and 00/100 ($180,240.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, -2- computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultants supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will -3- 7 0 0 perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor'), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractor's schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or C! 9 0 omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Michael J. Sinacon, P.E., to be its -5- 0 0 Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule attached as Exhibit "C ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project 12- 0 0 direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attomeys' fees in any action on -7- 13 0 0 or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant. shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, it's elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Workers compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall M 0 • apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. IQ 15 • • 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement -10- /10 E by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. -11- 1'I C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. D. City will prepare and provide to Consultant street base digital file in AutoCAD (DWG) compatible format. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael J. Sinacori, P.E., shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a -12- Fool 0 0 failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. -13- I 0 0 B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attention: Michael J. Sinacori, P.E. City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 SEE 20 0 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Tom Epperson Tetra Tech ASL, Inc. 16241 Laguna Canyon Rd. Suite 200 Irvine, CA. 92618 (949) 727 -7099 Fax (949) 727 -7097 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. -15- 2I 0 0 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. -16- �Z.2 • 0 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. -17- • EXHIBIT "A' • SCOPE OF WORK We have organized the scope of work to include typical tasks required for each project. Project 1 consists of the water transmission main replacement on Irvine Avenue from Santiago Drive to University Drive. Project 2 consists of the water transmission main replacement on Jamboree Road from San Joaquin Hills Road to Eastbluff Road. The scope of work is based on the assumption that two different plan sets will be required but only one specification. We propose to provide the following Scope of Services: A. Preliminary Design 1. Project Kick -off a. Attend project kick -off meeting with City to review the project scope, schedule, budget and work plan. b. Authorize corrosion subconsultant to proceed with preliminary investigation. 2. Design Survey and Mapping a. Provide survey control using County's GPS coordinate system. b. Perform field survey to provide horizontal and vertical control and set aerial targets. C. Provide aerial topographic mapping. Topographic mapping will be in a digital format at l foot contour intervals with a horizontal scale of 1 inch = 40 feet. Final plan and profile sheets will include the aerial photograph for reference. d. Perform field survey to provide clarification of aerial mapped features and augment horizontal and vertical control data. e. Additional Mapping and Survey. We will perform the above subtasks (2.a through 2.d) for the following additional area: Irvine Avenue from 19`s Street/Dover Drive to Sherington Place. 3. Data Gathering a. Obtain the following data from the City: • Survey records • Design criteria and hydraulic data • Environmental documentation • Street, water, sewer and storm drain plans b. Meet with the City to discuss: project overview, permit requirements, working hours, construction access, trench backfill requirements, pavement removal and replacement and future projects. Also obtain any existing geological data available. Prepare meeting minutes and distribute to all attendees for their concurrence. CITY OF NEWPORT BEACH TETRA TECH ASL Irvine Avenue and Jamboree Road Water Transmission Main Replacement 1 1 • SCOPE OF WORK 4. Utility Research a. Contact Underground Services Alert (USA) for a computer printout of all utilities registered within the project limits. b. Send/deliver preliminary notice to each utility advising them of the project and requesting utilities information. C. Send second utility notice including preliminary plans requesting the utility verify locations of their facilities and identify any possible utility conflicts. d. Send third utility notice including final plans to each utility for their information and coordination during construction. e. Maintain a complete record of all utility contacts and responses and copy all correspondence to the City. 5. Corrosivity Evaluation It should be noted that our corrosion subconsultant previously prepared a corrosion control report covering Project 2 as part of the Newport Beach Pipeline Extension. Therefore, we will only need to review the previous report and update it based on the current field conditions and knowledge of the construction of the reclaimed water main. a. Review preliminary alignment and conduct limited soil resistivity survey to determine cathodic protection design paramenters. b. Conduct a Wenner 4 -pin soil resistivity survey. C. Review records for locations of potential stray current interference sources. d. Prepare a Cathodic protection design analysis Corrosion Control Report to be included in the Pre - Design Report. 6. Identify Pothole Requirements a. Verify location of utilities based on information obtained from available record documents. b. Perform job walk to identify conflicts and inconsistencies. C. Identify critical utilities which need to be potholed. 7. Alignment Alternative a. Evaluate alignment considering utility location, constructability, traffic assessments, citizen impacts, jurisdictional concerns and permit requirements. Alternatives will be prepared on the Newport Beach Pipeline Extension construction plans for Project 2. b. Provide exhibits and prepare cost estimates for alignment determined. C. Meet with the City to discuss the alignment. 8. Geotechnical Investigation (City will subcontract) CITY OF NEWPORT BEACH TETRA TECH ASl Irvine Avenue and Jamboree Road Water Transmission Main Replacement 2 �� • SCOPE OF WORK 9. Street Crossings a. Evaluate the intersection crossings, open -cut versus bore and jack. b. Prepare estimate of construction costs. C. Evaluate possible locations for the proposed bore pits. Prepare sketches showing the proposed locations. 10. Connections a. Determine the required points of connections. b. Meet with the City to review these connection points. C. Prepare sketches of each of the proposed connection points. 11. "Draft" Pre - Design Report a. Prepare report including the following critical issues: City traffic /pavement replacement requirements, agency requirements, corrosivity evaluation, pothole requirements, determined alignment, street crossing and proposed connections. b. Prepare cost estimates for each alignment. C. Submit three copies in a three -ring binder format. d. Separate draft Geotechnical Report. 12. Final Pre - Design Report a. Meet with the City to discuss the comments on the "draft" pre- design report. b. Make revisions to the report based on City's review comments. C. Submit five copies of the final pre- design report. B. Final Design Finalize Design Concepts a. Present final design concepts at project meeting with City to assure agreement in scope before proceeding with final plans. b. Meet with City to verify traffic control, pavement replacement, construction phasing and work hours. C. Initiate public relations Community Impacts meeting for Project 1 "Back Bay Project" and Project 2 "Fashion Island" if requested by City. 2. Preparation of Base Maps a. Plot utilities on base maps based on information obtained from the available record documents unless revised due to USA markings. For Project 2, we will use our previous topography and utilities (based on record drawings) for the preliminary work up to the 50% design submittal. This will allow us to `jump start" the project as we will not need to wait for the preparation of the topography mapping and responses to the utility research. CITY OF NEWPORT BEACH Irvine Avenue and Jamboree Road Water Transmission Main Replacement 3 TETRA TECH L 0 b. Perform field walk to verify plotting of utilities. 3. Finalize Construction Plans 0 SCOPE OF WORK a. The construction plan set will contain the following drawings: Project I - Water Line Plans — 6,500 LF • Title sheet (I sheet) • Notes and quantities (I sheet) • Horizontal control sheet (I sheet) • Plan and profile sheets (7 sheets) • Connection details and sections (2 sheets) • Steel pipe details (2 sheets) • Miscellaneous details (4 sheets) • Corrosion control details (2 sheets) • Traffic control plans 9 sheets Total Sheets 29 sheets Project 2 - Water Line Plaits — 2,700 LF • Title sheet (1 sheet) • Notes and quantities (I sheet) • Horizontal control plan (I sheet) • Plan and profile sheets (3 sheets) • Abandonment plan (1 sheet) • Connection details and sections (1 sheet) • Miscellaneous details (4 sheets) • Steel pipe details (2 sheets) • Corrosion control details (2 sheets) • Traffic control plans 7 sheets Total Sheets 23 sheets Traffic Control Plans — Construction staging and traffic control plans will be critical to the success of the project during construction. Attention to detail and awareness of the daily requirements of the community and businesses will be essential in developing workable traffic control and staging plans. We will work closely with City traffic engineering staff in developing a traffic control plan that will maintain safe vehicular and pedestrian traffic through the project, as well as a safe work area for the construction workers. b. All drawings and design specifications will be prepared in accordance with requirements of the City of Newport Beach "Design Criteria, Special Provisions and Standard Drawings for Public Works Construction," latest edition, which incorporates the "green book" specifications titles, "Standard Specifications for Public Works Construction," latest revision. Plans will be prepared in AutoCAD, Release 14 and shall be plotted on City Standard mylar sheets. CITY OF NEWPORT BEACH TETRA TECH ASL Irvine Avenue and Jamboree Road Water Transmission Main Replacement 4 n 0 Specifications E SCOPE OF WORK Prepare detailed special provisions, bid documents and quantity estimates. We will prepare one set of specifications including both Project 1 and Project 2. The special provisions and contract bid documents will be prepared in accordance with the requirements of the City's design criteria. 5. Permit/Agency Processing a. If bore and jack construction method is utilized, obtain Cal -OSHA mining and tunneling permit. 6. Submittals a. Submit 50% Design Review consisting of, as a minimum, title sheet, base plan and profile sheets, including sketches of connection details and sections. b. Submit 95% Design Review consisting of, as a minimum, final plans reflecting 50% design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate back -up detail); complete (and bound) special provisions, contract documents and any appendices. Tt ASL will prepare draft and final construction cost estimates with quantities and unit prices for each of the PS &E submittal packages. Backup of cost estimate calculations showing quantities per sheet to match the quantity sheets in the project plans will be provided to the City with each submittal package. C. Submit Final Approval Review consisting of final plans reflecting 100% design review corrections; complete (and bound) special provisions, contract documents and any appendices. d. Submit mylar original drawings and original contract specifications. Meetings a. Attend status meetings with the City. For this proposal we have assumed a total of four (4) during the final design. A review meeting will be attended for each submittal review. C. Construction Services 1. Provide assistance to City during advertisement and bidding period by answering questions and assisting with the preparation of addendum as required. 2. Attend pre - construction meeting. Review and process all shop drawing submittals. For this proposal, we have assumed a total of 10 shop drawings will be required for each project. Monitor construction progress including preparing modifications to the project plans and/or addenda to the specifications if such changes are deemed necessary by the City. We have assumed a total of six (6) field visits will be required for Project 1 and 3 and four (4) field visits for Project 2. CITY OF NEWPORT BEACH TETRA TECH ASL Irvine Avenue and Jamboree Road Water Transmission Main Replacement 5 '� 2z 0 SCOPE OF WORK 5. Prepare "record drawings" drawings once the project construction has been completed from neat legible redlined plans provided by the City or contractor. Revisions will be clouded. CITY'S RESPONSIBILITIES Tt ASL has assumed that the City will be responsible for the following items: I. Furnish plans and drawings, as are available and appurtenant to the project. 2. Furnish survey records and easement information, as are available and appurtenant to the project. 3. Furnish design criteria, hydraulic data and other technical information necessary to complete the design tasks. 4. Fulfill all environmental requirements. 5. Assist in coordination with governing agencies. 6. Provide blueprinting, CADD plotting, Xeroxing and other services through the City's reproduction company for each of the required submittals and for bidding purposes. We will coordinate the required submittals and bid plans with the City's reproduction company. Tt ASL will be responsible for all other reproduction, including the production of the draft and final pre- design reports. 7. Prepare, distribute and mail all bid documents and addendum. 8. Payment of all fees for permits and applications. 9. Schedule and conduct a preconstruction meeting. 10. Administer and inspect the construction contract. CITY OF NEWPORT TETRA TECH ASL Irvine Avenue and Jamboree Road Water Transmission Main Replacement 6 29 TETRATECH ASL EXHIBIT "B" 2001 HOURLY CHARGE RATE AND EXPENSE REIMBURSEMENT SCHEDULE Professional Engineering Intem/Technician ...................$ 42.00 Designer /CAD Operator/Engineer I ...........5 78.00 Engineer II and III/Senior Designer ........... $ 87.00 Planner .......................... ..............................5 90.00 Senior Engineer ............ ..............................$ 97.00 Project Engineer/Project Coordinator ......... $ 1 10.00 Project Manager /Sr. Project Coordinator .... $ 125.00 Senior Project Manager ..............................5 140.00 Principal -in- Charge ...... ..............................5 165.00 Administrative Administrative Clerk .... ..............................5 35.00 Word Processor /Admin. Support ................$ 52.00 Graphic Designer .......... ..............................5 85.00 Survev/Maaaine Survey Technician .. ............................... Surveyor/Field Supvsr. /Sr. Survey Tech Two - Person Survey Party ...................... Two - Person Survey Party with GPS...... Three- Person Survey Party .................... Survey Travel Time (Two - person) ........ Survey Travel Time (Three - person) ...... Construction $ 85.00 $ 95.00 $ 168.00 $ 205.00 $ 245.00 $ 80.00 $ 115.00 Construction Observer .. ..............................$ 68.00 Senior Construction Observer .....................$ 74.00 Resident Engineer ......... ..............................$ 100.00 Construction Manager .. ..............................$ I30.00 Reproduction, special photography, postage, delivery services, express mail, out -of -area telephone calls, printing and any other services perforated by subcontractor, will be billed at cost plus 10 %. Reimbursable In -House Costs Photo Copies (B &W) . .....................$0.10/Each Blueprints ......................... Color Copies (up to 8.5"x I I ") ......... $1.50/Each Computer Time ................ Color Copies (to 11 "x 17") ...............$2.50/Each Mileage .............................. ForensicEngineer ......................................................... ............................... Court Appearances, Expert Witness Testimony, Depositions, and Preparation for Testimony ................ ............................... *Minimum $1,000.00 for half day plus expenses. .....$ 0.35 /S.F. ..... $10.00/Hour .....$ 0.40/Mile .............. $200.00 .............. $250.00* I: \prop0I\p046revfee.doc .i (7 a a 31 0 u 0 ... .... ..... .................. . ..... ..... . . .1 E ...... .................... Ot........... C a) . .................. .................................................... ................. ......... ............................... E (D co ........ ......... ................... ... ........ .......... ............... ....................................... .................... cc J .... ............. ............ ...... .... 0 .................. ..................................................... .3 In E cc. . .. ..... ........................... ........ ........ ........ ......................... ........ N < (L Q cu iRs 0 a: E cc 33 as rn cc 3 3 Fa 3 3 3 3 3 3 3 3 cc CD c m m 0 m m w w 0 0 m 0 m w > o o o 0 o 0 o 0 0 0 m 0 U) C w c c 0 < ag -9 3: 3: 0 cf) IL .°3 E E 0 0 .m 0 9 0 — 0 - EL m —7 Z z lz 0 M G CC O. M -6 a 2! Z, �c < 6 c3 LL CL 6 CL CL 0 w < 0.0 31 CI?Y OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 16, 2002 Albert W. Davies, Inc. 8737 Helms Avenue Rancho Cucamonga, CA 91730 Gentlemen: Thank you for your courtesy in submitting a bid for the Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff/Ford Road — 24 -Inch Water Main Replacement Project (Contract No. 3412) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 16, 2002 Vido Artukovich & Son Inc.Nidmar Inc. a JV 11155 Rush Street South El Monte, CA 91733 Gentlemen: Thank you for your courtesy in submitting a bid for the Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff /Ford Road — 24 -Inch Water Main Replacement Project (Contract No. 3412) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 16, 2002 Steve Bubalo Construction Co., Inc. P.O. Box 1048 Monrovia, CA 91017 Gentlemen: Thank you for your courtesy in submitting a bid for the Irvine Avenue from Santiago to University and Jamboree Road from Santa Barbara to Eastbluff/Ford Road — 24 -Inch Water Main Replacement Project (Contract No. 3412) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, rl&X't lei.1/,.� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach