Loading...
HomeMy WebLinkAboutC-3450 - Irvine Avenue 12-inch Water Main Improvements - Sherrington to DoverCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC March 23, 2005 Cody Engineering, Inc. P. O. Box 341 Norwalk, CA 90651 Subject: Irvine Avenue 12 -inch Water Main Replacement (C -3450) To Whom It May Concern: On March 23, 2004, 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 May 4, 2004. The Surety for the contract is First National Insurance Company of America, and the bond number is 6195018. Enclosed is the Faithful Performance Bond. Sincerely,, C41-�9)et.� LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. 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.caus THE FINAL PREMIUIM IS PREDICATED ON THE FINAL CONTRACT PRICE One of Three Originals. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3450 .. BOND NO. 6195018 FAITHFUL PERFORMANCE BOND Bond No. 6195018 Premium:—$-7,578.00 The premium charges on this Bond is $ 7.578,00 , being at the rate of $ 25.00 / 10.00 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Cody Engineering, Inc., hereinafter designated as the "Principal ", a contract for construction of IRVINE AVENUE 12 -WATER MAIN IMPROVEMENTS — SHERtNGTON PLACE TO DOVER DRIVE, Contract No. 3450 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. 345D and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE', we, the Principal, and First National Insurance Company of America , 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 four hundred thirty -eight thousand, five hundred sixty-two and 001100 Dollars ($438,562.00) 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 specked 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 18th day of June 2003. Qde -#-e V Kvc�z Cody Engineering, Inc. (Principal) First National Insurance Company of America Name of Surety 2677 N. Main St.$100 Santa Ana, CA 92705 -6623 Address of Surety 714 437 -3011 Telephone �Z�- Authorized ' na re/Vitle Rut onzed Ag$ t Ignature Randy Spo /hn, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On $ a-3 before me, ZARA S. SPORN, NOTARY PUBLIC, appeared Randy Soohn , ® personally known to me -OR- ❑ lARA S. SPOHN CObM.tt1230M m Notary Publio-Callfomia 0 yI ORANGE COUNTY MY Cam Exp. July 31, 2003 [ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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/herltheir 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. Signature of 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 ® ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC May 4, 2004 Cody Engineering Inc. P.O. Box 341 Norwalk, CA 90651 Subject: Irvine Avenue 12 -inch Water Main Replacement (C -3450) To Whom It May Concern: On March 23, 2004, 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 March 30, 2004, Reference No. 2004000260272. The Surety for the contract is First National Insurance Company of America, and the bond number is 6195018. Enclosed is the Labor & Materials Payment Bond. Sincerely, 04d\)-n.dw?"�9 LaVonne M. Harkless, CMC City Clerk cc: Public Works Department R. Gunther, P.E. 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 CITY OF NEWPORT BEACH Bond No. 6195018 PUBLIC WORKS DEPARTMENT Premium: Included in Performance Bond IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 BOND NO. 6195018 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Cody Engineering, Inc., hereinafter designated as the "Principal," a contract for construction of IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE, Contract No. 3450 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. 3450 and the terns 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, First National Insurance Company of America 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 four hundred thirty -eight thousand, five hundred sixty-two and 001100 Dollars ($438,562.00) 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. `XV 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 I greed 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 above named Principal and Surety, on the 18th day of June 2003. ti/cfae y. keCtfZ Cody Engineering, Inc. (Principal) First National Insurance Company of America Name of Surety f2677.:N. Main St.#100 Santa Ana, CA 92705 -6623 Address of Surety 714 437 -3011 Telephone Ul 1 2 C: Authoriz Si6naturemtle adm4i Auth 'zed Age ign ture Randy Spohn, Attorney- In -Fac Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST'BE ATTACHED 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On l g d 3 before me, ZARA S. SPOHN, NOTARY PUBLIC, personally appeared Randy Soohn ® personally known to me -OR- ❑ ZARA S. SPOHN COMM41230889 m (A Notary Pubik.Callfornia N us ORANGE COUNTY My Comm. Exp. J* 31, 2003 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. of Notary 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 ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT FTI SAFECa POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX FIRST NATIONAL SURETY OF ATTORNEY SEEATTTLL345M 99124 -1526 PO BOX 34526 SEATTLE, WA99124 -1526 No. 10659 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington Corporation, does hereby appoint RANDY SPOHN; ELIZABETH LEM; ZARA SPOHN: DONNA CARLSON; Santa Aax, Its tore and lawful atlaney(s) -i -fad, with full au8wdy to exeate on behaff of the canpany 8deny and surety bards or undertakings and other documents of a shNtar .. character Issued by the company In the Course of Its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as N such 'i inskumants had been duty executed by Its regularly elected officers at Its horns office. + IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this lath day of November CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA 2002 'Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President. any Vice President. the Secretary, and any Assistant Vice President appointed for that purpose by the officer in change of surety operations, shag each have authority to appoint idividuats as attorneys -brfad or under other appropriate titles with authority to execute on behalf of the canpany fidoliy and surety bonds and otter documents of similar character Issued by the company In the course of Its bustnsas... On-ery Instrument ma" or evidencing such appointment. the signatures may be affixed by lacsimile. On and inabument conferring such authority or on any band or undertaking of the conhparry, the seal, or a facsirnile thereof. may be Impressed or affixed or In any other reamer reproduced; provided, however, that the seat shag not be necessary to the validly of any such Instrument or undertaking' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. 'On any certificate executed by the Secretary or an assistant secretary of the Company salting obi, (1) The provislons of Article V. Section 13 of the By -Laws, and (t) A copy Cf tra pover-of-aftomsy appoNaant. executed pursuant thereto, and (ill) Certifying that said power- of- attnmey appointment Is In full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsinile thereof.' I, Chrlstlne Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -laws and al a Resolution of the Board of Diectc s of this corporation, and of a Power of Attornay Issued pursuant thereto, are true and correct, and that both the By -Lays, the Resolution and the Power of Attorney are sill In fun force and offmL IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsinile seal of said corporation this 18th day of June 2003 CHRISTINE MEAD, SECRETARY S- 1049IFNEF 7M ® A registered trademark of SAFECO Corporation 1 202002 PDF CALIFORNIA ALL- PURPOSEICKNOWLEDGMENT • State of CALIFORNIA County of ORANGE On before me, ZARA SPOHN, NOTARY PUBLIC appeared ODETTE Y. KRATZ ® personally known tome -OR- ❑ O M5SH CO. 230889 Notary Publk.CaIllom l a .y ORANGE COUNTY i#MYCWMEXP. . Ju1y 31, 2003 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare 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. 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 CLAMIED BY SIGNER XX INDIVIDUAL CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED(�DOCUMENT — �Gt�Q.BY E(Y10.�d /U.4�4 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clef; 1 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in official Records, County of orange Tom Daly, Clerk- Recorder IIIIIIIL11111111 FEE 21004110001126012117121111012 ',231p1M 00 30 04 200 79 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 vt- xempt om recordin ees pursuant to Government Code�ectlon 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Cody Engineering, of Norwalk California, as Contractor, entered into a Contract on June 10, 2003. Said Contract set forth certain improvements, as follows: Irvine Avenue 12 -inch Water Main Replacement (C -3450) Work on said Contract was completed on March 8. 2004, and was found to be acceptable on March 23. 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Company of America. works Director of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. _ Executed on a /�!/�7�✓ 7" 01 d Q % at Newport Beach, California. I1-YA i • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC March 24, 2004 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completions for: 1) Irvine Avenue 12 -inch Eater Main Replacement (C -3450) 2) Balboa Island Bayfront Repairs (C -3554) 3) Mariners Village Landscape Improvements (C -3612) 4) Sidewalk, Curb and Gutter Replacement (C -3629) Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincerely, ,� " q-", R, 4,&, LaVonne M. Harkless, CMC 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 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of 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 Cody Engineering, of Norwalk California, as Contractor, entered into a Contract on June 10, 2003. Said Contract set forth certain improvements, as follows: Irvine Avenue 12 -inch Water Main Replacement (C -3450) Work on said Contract was completed on March 8. 2004. and was found to be acceptable on March 23, 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Company of America. works Director of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on a /ll a r1 d 0 / at Newport Beach, California. MA . CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C39) C •3y�o Agenda Item No. 8 March 23, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY FROM: Public Works Department R.Gunther, P.E. MAR '- i M4 949 - 644 -3311 rgunther @city.newport- beach.ca.us L" SUBJECT: IRVINE AVENUE 12 -INCH WATER MAIN REPLACEMENT, SHERINGTON PLACE TO DOVER DRIVE — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3450 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 10, 2003, the City Council authorized the award of the Irvine Avenue 12 -inch Water Main Replacement contract to Cody Engineering. The contract provided the replacement of an 8 -inch asbestos cement water main with a 12 -inch PVC water main in Irvine Avenue from Dover Drive to Sherington Place. A waterline connection was added at Irvine Avenue and Westcliff Drive, and 350 feet of sewer line were installed at the corner of Irvine Avenue and Dover Drive. Fire hydrants were added in this area and services were set up for future use by the Mariners Elementary School. The contract has now been completed. However, the following issues were of concern during the project: • The contractor required substantial inspection supervision from both the Public Works Department and Utilities Department in order to assure proper installation of the water main. SUBJECT: Irvine Avenue 12" wwain Replacement - Completion And Acceptance *tract No. 3450 March 23, 2004 Page 2 • Examples of improper water main installation by the contractor included installing • rubber gaskets backwards at joints and wiring valve risers incorrectly. The contractor also caused a number of watermain blow -offs and leaks by cutting and plugging pipes improperly and by failing to adequately install thrust -block restraints on the watermain. • The contractor's workforces were often understaffed and left without proper contractor supervision. • The contractor's workforces, particularly the superintendent, were excessively rude and belligerent to residents and City staff. • The traffic control was also sub - standard on a number of occasions presenting safety hazards to workers and the public. Proper lane closure delineation was not maintained and, on at least one occasion, no arrow board was in place to direct the flow of traffic. • An unsafe and improper dual left -turn lane closure was made at 17th Street and Westcliff Drive merging two lanes of traffic into a single lane. This unsafe condition resulted in a minor traffic accident at the site. • The asphalt pavement installation required numerous repairs. Even with the repairs completed, $5,000.00 has been deducted from the contract for future maintenance of the asphalt. City staff will continue to monitor the condition of the asphalt during the 1 year warranty period to make sure that the contractor makes any necessary repairs during that time. A summary of the contract cost is as follows: Original bid amount: $438,562.00 Actual amount of bid items constructed: 412,932.00 Total amount of Change Orders: 22,451.74 Deduction for asphalt pavement maintenance (- $5000) - 5,000.00 Final contract cost: $430,383.74 The decrease in the amount of actual bid items constructed under the original bid amount resulted from the decreased amount of asphalt. The final overall construction cost including Change Orders was 1.86 percent under the original bid amount. Two Change Orders in the amount of $22,451.00 provided for the additional depth of existing asphalt, which required saw -cuts up to 22 inches in depth, additional slurry backfill, and other miscellaneous items. 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. 0 0 SUBJECT: Irvine Avenue 12' Watoin Replacement -Completion And Acceptance of Oct No. 3450 March 23, 2004 Page 3 Funding Availability: Funds for the project were expended from the following account: Account Description Account Number Water Enterprise Fund 7501- C5500386 Amount $430,383.74 The original contract completion date was September 22, 2003. Due to change order work, delays in water shutdowns, and miscellaneous site conditions, the completion date was extended to January 13, 2004. The work was substantially complete by that date. Minor punch list items were completed by March 8, 2004. Prepared by: Submitted by: R. Gust er, P.E. tep n . B Construction Engineer Pu Ic orks aaum Director Release of Stop Notice To: City of Newport Beach You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 11/5/2003 in the amount of $ 50, 851 . 03 against City of Newport Beach as owner or public body and Cody Engineering as prime contractor in connection with the work of improvement known as Irvine Ave 12" Watermain Improvements in the city of Newport Beach , County of Orange , State of California. Date: 11/6/2003 Name of Claimant: S &J Supply Co., Inc. 0 Credit Manager VERIFICATION Credit Manager I, the undersigned, state: I am the of the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. 1 1/ 6/ 2 0 0 3 Executed on at Los Angeles t lo _� �v State of California Copies Sent To: ❑ Mayor ❑ Council Member E O a> m Stop Notice CALIFORNIA CIVIL CODE. SECTION 3103 © &iwport Beach ii? (If Private Job - file with responsible officer or person at office or branch of construction lender administering the con- struction funds or with the owner - CIVIL CODE SECTIONS 3156 - 3175) (If Public Job - file with office of controller, auditor, or other public disbursing officer whose duty it is'to make payments under provisions of the contract - CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: Cody Engineering Sub Contractor: (If Any): Owner or public Body- Improvement o ewpor eac Improvement known as I rv3.ne Ave 1 2 watermain improvements Coun of Orange State OfCalifomia. S J Supply Co., Inc, Claimant,a Corporation furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom. claimant furnished labor, service, equipment, or materials is y' Cody Engineering The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was: Waterworks Total value of labor, service, equipment, or materials agreed to be furnished ............... $ �0, 851 .'03 . Total value of labor, service, equipment, or materials actually furnished is .................. $ e R S 1 _ n -3 Credit for materials returned, if any ................................ ............................... $ Amount paid on account, if any ...................................... ............................... $ Amount due after deducting all just credits and offsets, . ........................ I ............... $ so, R S 1 n R YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of S 5 0 , 8 51 .0 3 and in addition thereto sums sufficient to cover interest court costs and reasonable costs of litigation, provided by law. A bond (CIVIL CODE SECTION 3083: x s Not attached. (Bond required with Stop Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Notice served on owner on private jobs). Date: 11/05/03 NemeofClaimant: S &�J//Supply, Co.,, INC. By: 20_z, � Cl VERIFICATION Credit Manager 1, the undersigned, state: I am the of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge, I certify (or declare) under penalty of petjury under the laws of the State of California that the foregoing is true and correct. Executed on 11/05/03 at Santa Fe .Springs State of California. REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant ho this Stop Notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above, This information must be provided by you under Civil Code Section 3159, 3161 or 3162. 0 CITY OF NEWPORT BEACH NOTICE INVITING BIDS CITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 1:30 p.m. on the 28th day of May 2003, at which time such bids shall be opened and read for IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS - SHERINGTON TO DOVER DRIVE Title of Project Contract No. 3450 $ 430,000 Engineer's Estimate a'phen G. Badum lic Works Director �O1�1 v 0�C>� rti�Q'��r ,oe Prospective bidders may obtain one set of bid documents for $25 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 General "A" Contractor License required for this project For further information, call Sean Crumbv, Project Manager at(949)644-331i 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 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 I\[0LQK9]11 ItWi Eel 9 • y 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 K 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 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. 7. 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. 7e3l5i30 R Contractor's License No. & Classification Cody Engineering Inc P.O. Box 341 Cdu LnaLnu rLa�, , k) Norwalk CA 90651 Bidder Lt= !! ►Iu.L lA A) l Authorized .. Date 4 0 0 Bond No. 6077033-155 CITY OF NEWPORT BEACH PUBLId'Wilikict C )E PARTME NT IRVINE AVENUE 12-INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE We, the undersigned, P and admiristratom, agree to Newport Beach, a charter city, of Newport Beach. if the bid CONTMC.T NO. 3450 and ,.Surety, our successors.and assigns, executors, heirs t ly and severally hey and .Igg, 1jund do the CRY of en b amount Beach, is ectopted, by the City Council of the City of Newport Is awarded to the Principal, and the Princtpal falls to execute fornri(s), prescribed, Including the required bonds, and orig andorsernentslor the construction of the project within thirty of the mailing of �Notlflcation of Award", otherwise, this obligatia If the undersign It is agreed that the obligations under this E a[ for the construction of in the City of Newport and the propos�od-ooriftct �orvtract:.Docurnienls in .ihs nsurancie ceirlifirates and Joinder days after the date I become null and void. this Bond as an Individual, orate the Surety from its Witness our hands this 23' day of May _. 2003. Cody Engineering, Inc. Name of Qontractor (Prinpipal) First National Insurance Company of America Name of Surety 2677N. Main St. #100 Santa Ana, CA 92705 Address of Surety 714-437-3011 Telophw* Randy Spolm, Attorney -In -Fact Print NOM and Title' '(Notary acknowled orn, n t of PrIvicipaM Surety must be attacstterJl FAB SAF ECCr POWER FIRST NATIONAL SURETY OF ATTORNEY PO BOX 34526 SEATTLE, WA 98124-1526 KNOW ALL BY THESE PRESENTS: 11 FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 SEATTLE, WA 96124 -1526 No. 10658 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ..........I ................... "'RANDY SPOHNi ELIZABETH LEM; ZARA SPOHN; DONNA CARLSON; Santa Ana, Califomia **n.............ww.........00.... its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the comparry fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as If such instruments had been duty executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of November 2002 14- P <D-Av% CHRISTINE MEAD, SECRETARY MIKE MCGAVICK. PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the mmpanry fidelity and surety bonds and other documents of similar Character issued by the company In the mums of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or In any other manner reproduced, provided, however, that the seal shag not be necessary to the validity of any such instrument or undertaking.' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 2S, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisims of Article V, Section 13 of the By -Laws, and (ii) A copy of the powerofattomey appointment, executed pursuant thereto, and (ii) Certifying that said poverofattomey appointment Is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do thereby certify that the foregoing extracts of the Sy -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and eHecL IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal or said corporation this 23rd I. day or May CHRISTINE MEAD, SECRETARY 2003 5- 10491FNEF 7f9B ® A registered trademark of SAFECO Corporation 11202002 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On S- 3 - O_ ':, before mew E. LEM . NOTARY PUBLIC. personally appeared Randy Soohn , ® personally (mown 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 helshe/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 E. LEM COMM. #1222101 m WITNESS my Notary Public-California to uJ ) ORANGE COUNTY -+ 7 �.......,� My Comm. Exp. May 28, 2003 official seal. 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 ® ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT 41 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 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 T -1— fA / 7i Q . l6 4le— e__4� Bidder J AuthorizedUnaature/Tii e Cody Engineering Inc P.O. Box 341 Norwalk CA 906511 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Cody Engineering In( P.O. Box 341 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 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Li To: Telephone ( Original Contract Amount $ 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. rA No. 2 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ 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. No. 3 Project Name /Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ 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. 1.1 Cody Engineering Inc p p. goy, 341 Norwalk CA 90651 No. 4 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ 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. No. 5 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ 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. Cody Engineering Inc P.O. Box 341 Norwalk CA 90651 No. 6 yy, Project Name /Number JP'. " 1QQ Project Description Approximate Construction Dates: From Agency Name Contact Person T Telephone ( Original Contract Amount $ 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. 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 Contractor's current financial conditions. / Bidder Authorized nature I 10 Cody Engineering Inc P.O. Box 341 Norwalk CA 90651 Cody Engineering Inc. General Engineering Contractor Corp. Lic. # 783530 "A^ Lie. # 472997 "A" P.O. Box 341 Norwalk, Ca. 90651 562 -868 -2252 Fax 562 -868 -2552 REFERENCE LETTER City Of Laguna Beach Urban Run Off Storm Drain Project $500,000.00 Mr. Mike Branch 1- 949 497 -0340 Fax 1- 949497 -0753 City Of Laguna Beach Festival of Arts Storm Drain Project $600,000.00 Mr. Mike Branch 1- 949 - 497 -0340 Fax 1- 949 - 497 -0753 City of Pomona Buena Vista Rio Rancho Sewer $450,000.00 Mr. Hong Wong/ Mr. Ted Youst 1- 909 - 620 -2261 City of Laguna Beach Temple Terrace Storm Drain $119,000.00 Mr. Mike Branch 1- 949 - 497 -0340 Fax 1- 949497 -0753 City of Manhattan Beach 5th and Highland Storm Drain $125,500.00 Mr. Chad Browning 1- 310 - 802 -5356 Ventura Dist. #8 Water Dist Smith Road Water line Replacement $80.000.00 Simi Valley, Ca. Terry Corson, Project Manager 1- 805 - 583 -0804 Fax 805 - 585 -0300 Beach Cities Heath District Youth Fitness Center $40,000.00 510 N. Prospect Ave. Marine Ave @ Redondo Ave. Sam Shafer, Shafer and Assoc. Redondo Beach, Ca. Manhattan Beach, Ca. 626- 305 -1311 Fax 626 - 305 -1308 State of California, Dept. of Parks and Recreation: Topanga State Park waterline replacement City of Laguna Beach, Cress Street Sewer $180, 000.00 Mr. Tom Rudfelt 916 - 323 -3102 Fax 916 - 324 -0888 $75,000.00 Mr. David Khorram P.E. 949 - 275 -5070 Fax 949 -461 -3512 City of San Fernando Waterline Replacement $115,000.00 Ms. Patsy Orosco 1- 818 -898 -1222 Fax 1- 818 - 365 -8090 City of Laguna Beach, Cleo/ Barranca Storm Water Mr. Derek Wieske $160,000.00 CDS UNITS 1- 949497 -0792 Fax 949497 -0771 Should you require additional information please call 1 -562- 868 -2252. Respectfully submitted: Cody Engineering Inc. Bob Kratz, Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of n ) E&�,,y+ IC• bei first d ly sworn, deposes and says that he or she is P Udi 171-0 4 + of ��hDr ✓ice_ the party making the foregoing bid; that the bid is not made in the in rest or on beh`a(f 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. declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. A // Bidde� Authorized Signature/Title Subscribed and sworn to before me this day of 2003. [SEAL] Notary Public My Commission Expi 11 Cody Engineering Inc p.0. Box 341 Norwalk CA 90651 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 DESIGNATION OF SURETIES Cody Engineering Inc P.0, Box 341 Nor"Nalk CA 90651 Bidders 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): R,S_ IdeT\d-iM� 4 LRSarn nr'c a �')�IvI -I (y 1541 -4-7en 12 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL JJ Cody Engineering Inc Bidders Name Cp �'�J f ytperi.v�c . l t1 G P.O. Box 341 —� Norwalk CA 90651 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 Yearof for for for for for Record 2001 2000 1999 1998 1997 Total 2002 No. of contracts 1 7 ,1 )2- q S� Total dollar Amount of Contracts (in IT?- Z�9p Thousands of $ No. of fatalities No. of lost Workday Cases 0- �- No. of lost workday cases involving permanent transfer to another job or termination of g -P' 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 0 0 Legal Business Name of Bidder Cod,, L c- Business Address: 1410 3 Luna �cr f h u� /Jor r r� /� ct� d Business Tel. No.: s(,2 -1 State Contractor's License No. and Classification: -7536,3c) (+ Title The above information was compiled from' h`�re ords that are availab a 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. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Cody Engineering Inc P O_ Box 341 )0651 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 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 ACKNOWLEDGEMENT OF ADDENDA Cody Engineering Inc P.O. Box 341 Norwalk CA 90651 Bidders name [�� }- p � �� C, The bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Signature S-12-1 tf. L W CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 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: (gyp hac .n QPr., Business Address: Id I o3 L4-) 0c,L11-n1141 UUE- , NorwaVc. Cc, S o 6 5; Telephone and Fax Number: S (, i/ 9t 9 2,2-5 z P)C' 57� �(of3 z55L California State Contractor "s License No. and Class: 7 ,93536 144 (REQUIRED AT TIME OF AWARD) Original Date Issued: 08 101) Expiration Date: 08loq 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: 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 Corporation organized under the laws of the State of IhYFrYI�iL 16 Cody Engineering Inc P.O. 130. 341 Norwalk CA Ui�1 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: ltq All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: P/q 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; IJon-e— Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. U Have you -ever failed to complete a project? If so, explain. Mo 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 ompliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)'! Yes / Are any claims or actions unresolved or outstanding? Yes 5 Cody Engineering Inc P.O. Box 341 1 Norwalk CA 90651 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. 1 <Uhe,rt �- i�YG ��- (Print name of Owner or President Title Date Zi /6 Subscribed and sworn to before me this '2.% day of M at d 12003. [SEA t] W 10 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On 5'— 7-2 — 0 3 before me. E. LEM, NOTARY PUBLIC , personally appeared ROBERT R. KRATZ , ® 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 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 E. LEM s ..' COMM. #1222101 mWITNESS my h d fficial seal. y , Notary PubficLalifomia to W ORANGE COUNTY My Comm. Exp. May 28, 2003 /-Signature of Notary 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 ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT 11 on - CO ll (ts(�n aauL� E • Page. 1 of I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT �C U ADDENDUM NO. 1 Irvine Avenue 12 -inch Water Main Improvements — Sherrington to Dover CONTRACT NO 3450 DATE: BY:(_ Public Workb Dirdctor TO: ALL PLANHOLDERS A. PROPOSAL Bid Item No. 21 and No.. 24 replace "VCP" with "PVC SDR -35 ". Bidders must execute 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. Cody Engineering Inc i P.O. Box 341 G e4 9 Norwalk CA 90651 Bidder' Name (Please Printy a7 5 Date C / _ Authorized SifnatTe & litle f• \users \pbw \shared\contracts \fy 02 -03\irvine ave 12 -in water main c- 3450\addendum doc 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 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 Certificate(s) 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 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 CONTRACT THIS AGREEMENT, entered into this _ day of , 2003, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Cody Engineering, 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 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE Project Description This project consists of installing new 12 -inch C -900 PVC high pressure water main on Irvine Avenue from Sherington Place to Dover Drive. Contract No. 3450 WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's 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. 3450, 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 Ll 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 four hundred thirty-eight thousand, five hundred sixty-two and 00/100 Dollars ($438,562.00). 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: Sean Crumby, P.E. (949) 644 -3315 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Cody Engineering, Inc. P.O. Box 341 Norwalk, CA 90650 562 - 868 -2252 562 - 868 -2552 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 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. 22 0 9 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. 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 amount provided that the Work damaged is built in accordance with the plans and specifications. 23 0 0 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. I. 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 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. ATTEST: J't71,iu� CLERK APPROVED AS TO FORM: CITY ATTORNEY r% Ki CITY OF NEWPORT BEACH AN 0 CODY ENGINEERING, INC. By: Authorized Signature and Title 07/14/2003 15:17 FAX .CORD. CERTIFICATL, OF LIABILITY INSURAK, tooueER (805) 987 -9727 THIS CERTIFICATE IS ISSUE 'own & Brown Insurance 7 NIFC &V Insurance Services ONLY AND CONFERS NO RI( O. Sax 2815 HOLDER. THIS CERTIFICATE amarlllo, CA 33011-2815 ALTER THE COVERAGE AFF 14103 Longworth Ave NorwalK, CA 90650 .COVERAGES INSURERS AFFORDING COVERAGE INSuRERA: Westchester Fire Insurance L INsuRER e; Allstate Insurance Company INsuRER c: Royal Insurance Company of INSURER D: State Compensation Insuranc 2002 ODYENG -01 PA 6!20!2003 OF INFORMATION CERTIFICATE 'ND, EXTEND OR POLICIES BELOW - NAtC 0 THE POLUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION DF ANY CONTRACT DR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDMONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MR . POLICY NUMBER GLS755560 POLICY EFFMVI VE 6/21/2003 PbUf-Y FXpIRAnON 6121120114 vEllTS EACH OCCURRENCE 5 1,ODD,OD A LGENERALLIADIUTY MADE � OCCUR FGEWL�AGGREC�TELINIITAPPUrSPIER: TY pRFMISES oc venm t 50,OD MED F7W ( mm Pe i S 5,110 PERSONAL &ADV INJURY S 1,ODD,OO GENERALAGGREGATE t 2,000;00 J! LOC PRODUCTS• COMPIOP AGG S 1,000,DDJET B AUTOMOBILE LIAMUTY A AUTO NY ALL DWNED AU'rDS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 16779656 6/21/2003 ' 6/21/2004 COMBINED SINGLE LIMIT (so eddw* s 1,1100,00 X BODILY INJURY (Perp.) S X BODILY DUURY (PVOcckimI0 t X S; AAA (PU GE S GARAGE LLARIUT ANYAUTO AUTO ONLY- FA ACCIDENT S OTHER THAN EA ACC ALTO ONLY. AGO S S ' C RCESWUMmRELJA I ZAMUTT occuR CLAIMS MADE DEDUCTIBLE RETENTION S PZKA209143 612112DO3 6/2112004 EACH OCCURRENCE S ' AGGRGOATE 3 s s S I D WORKERS COMPENSATION AND °� k" ANY PROPRIETORAXCLU6ZFCClmVE OFRCERlMEMBQ2IXlXUDEIT7 kPet, t1 L PRO wdm SPECIAL PROVISION$Eeb- 156697703 671/2003 51112004 X VJC STq OTH- ' EL EACH ACC DENT a 1,000,00 E.L DISEASE •EA EMPLOYEE S 1,000,00 EL DISEASE •POUCY LfMfr I 5 1,001),00 OTHER OracRIPTION OF pPERATONb /LOCATIONS /VEHICLES / ETCCLUSIONS AOpED 8'Y ENDOTtSBMEM /SPECIAL PROVISIONS — (10) Days Notice for Non - Payment of premium Re: Irvine Avenue 12rinch Water Main Improvements, Contract Number 3450. City of Newport Beach, its officers, officials, employees and volunteers are named as Additional Insured under the General Liabilty, per the attahhed form, and Auto, per. endorsement to be issued by the carrier. This policy is primary and non - contributory. A Waiver of Subrogation applies to the General Liability, per the attached and Work Camp, per endorsement to be issued by the carrier. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES NE CANCEII.® BEFORE THE DIPIRATI6N City of Newport Beach, Public Works CATSTIHEREOF, THEISSUINGINSURERWILLENDEAVORTOMAO - 30 DAYSWRrT Dept Attu: Shari Rocks, Public Works Specialist NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL '- 3300- Newport -Blvd, - - -- --- --- ---- IMPOSEi10- Oak36AAGN OR tJABiLiTY OF AnT KIND UPON THE1N5tlREq, IT.°AGSNTS-OR---- Newport Beach, CA 92663- REFRESENTAT AUTNORITEO REPREBENTAT7VE - 25 (2001/0$) ®ACOIRD ronvFUr._M PAM IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 25 !2001/081 • POLICY NUMBER: GLS755550 0 COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: City of Newport Beach Public Works Dept. Attn: Shari Rock, Public Works Specialist 3300 Newport Blvd. Newport Beach, CA 92663 Schedule: Re: Irvine Avenue 12 -inch Water Main Improvements - Sherington to Dover Drive, Contract Number 3450 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or 'your work" done under a contract with that person or organization and included in the "products- completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 07/14/2003 12:06 OF OPERATIONS - Cody. Engineering, Inc. 14103 Longworth Ave CADY ENGINEERIN PAGE 134 ODYENG -01 CARE PAGE OF City of Newport Beach, Public Works Dept. Attn: Shari Rocks, Public Works Specialist 3300 Newport Blvd. (10) Days Notice for Non - Payment of premium Re: Irvine Avenue 12 -inch Water Main Improvements, Contract Number 3490. City of Newport Beach, its officers, officials, employees and volunteers are named as Additional Insured under the General Liabilty, per the attahhed form, and Auto, Pe endorsement to be issued by the carrier. This policy is primary and non - contributory„ A Waiver of Subrogation appiles to 10 General Liability, per the attached and Work Comp, per endorsement to be Issued by the carrier. THIS ENDORSEMENT CHANGES THE POLICY. "PLEASVREAD iT CAREFULLY, ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE Name and Address of Person or Organization: CITY OF NEWPORT BEACH, PU6LIC WORKS DEPARTMENT& itsr. officers, officials 3300 NEWPORT BLVD employees and volunteers are named as I{EWPORT BEACh, CA. 92663 additional insured ATTENTION: SNARI ROCK A. The person or organization shown in the Schedule is included as an insured but only if liable for the conduct of an "insured" and only to the extent of that liability. B. CANCELLATION 11 If we cancel the policy, we will mail or deliver notice to such person or organization in accordance with- the Common Policy Conditions, 2, If you cancel the policy, we will mail or deliver notice to such person or organization. 3. Cancellation ends this agreement. CODY ENGINEERING 14103 LONGWORTH AVE NORWALK, CA. 90650 �_- -6ua10-2 POLICY NUM6ER: .048 663767 EFFECTIVE: 06/21/03 &IrIN:ATE HOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION I N S U R A N C E FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE JUNE 12, 2003 CITY OF NEWPORT.BEACH, PUBLIC WORKS: DEPARTMENT ATTN: SHARI ROCKS, PUBLIC WORKS SPECIAL1ST� 3300 NEWPORT BLVD. NEWPORT BEACH 'CA 92663 GROUP POLICY NUMBER: 1566977 -2003 CERTIFICATE ID: 37 CERTIFICATE EXPIRES: 06 -01 -2004 1 06 -01- 2003/06 -01 -2004 IRVINE AVE.121NCH WATER MAIN IMPROVEMENTS - SHERINGTON TO DOVER DRIVE. CONT- #3450 This is to certify that we have issued a valid Workers Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy: indicated-- - -- This policy is not subject to cancellation by the Fund except upon-=10 -days advance written notice to the employer. We will also.give you 10 days advance notice should this policy�be.cancelled prior to its_ normal expiration. i This certificate of insurance Is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE ROBERT R. KRATZ PRES - EXCLUDED -- ODETTE Y. KRATZ SEC, TRES _- EXCLUDED ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 06 -12 -2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH, PUBLIC WORKS DEPA.RTMEN - EMPLOYER CODY ENGINEERING INC. 14103 LONGWORTH AVE NORWALK CA 90650 SCIF 10262E IEPF -UI: CMSI JUN -25 -20033 l ED- 03 07 PM CAI ANCE FAX N0, 71 391654 Fax* 45— (o44- 3 31g CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. 01 GtOQ -S (Og- Q65 a- Date Received: I a - .2- r- t7 3 Dept. /Contact Received From: g-tvje-S Date Completed: (p - y5 `d :� Sent to: �+ By: Company /Person required to have certificate: CO � (f-+AQ f GENERAL LIABILITY A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): x C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? AYes Q No D. LIMITS (Must be $1M or greater): What is limit provided? a Yuri E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? 'ZYes Q No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? k'Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? [�es Q No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? Q YesXNo 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 11. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: B. AM BEST RATING (A: VII c C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? XYes Q No D. LIMITS (Must be $1M min. BI & PD and $500,D00 UM): What is limits provided? kY6 R. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, em to ees and volunteers : I it included? � Y ) ryj Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDIN (For r Waste Haulers only): Is it included? n l 0-Q Yes []No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail: per Lauren Farley, the City will accept the endeavor wording. Ill. WORKERS' COMPENSATION A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? xy�es Q No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Q Yes ❑ Noo+_ IF NO EM WHICH ITS NEED TO BE COMPLETED? �c�j _ rY1 (I -.� 1 ny a[ Q UY A.M. Best's Rating for First Na *nal Insurance Co of America • Page 1 of 1 02446 - First National Insurance Co of America Member of SAFECO Insurance Companies A.M. Best #: 02446 NAIC #: 24724 View a list of group members or the group's rating ftmoBest's Ratina A (Excellent)' Financial Size Category XV ($2 billion or more) 'Ratings as of 06/25/2003 02:12:35 PM E.S.T. Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Copyright © 2003 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No pad of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. http: / /www3.ambest.comlratings /rating. asp ?AMBNum = 02446 &Refaum = 02446 &Site =ra .. 06/25/2003 ! • Cody Engineering Inc CITY OF NEWPORT BEACH Norwaallk Cq 90 PUBLIC WORKS DEPARTMENT 90651 PROPOSAL IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 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. 3450 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 1. L.S. Mobilization @ ollars and it/ S•, �a Per Lump Sum 2. L.S. Traffic Control @ %� 2 Dollars and Cents Per Lump Sum 3. 3 EA Construct 6 -inch Water Main Connection Dollars and Per Each $�_ $ z 3 ZS $ 75' • CQjjy Engineering Inc O. Box 341 alk CA 90651 PR 2 of 5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2 EA Construct 8 -inch Water Main Connection @ F Dollars and Cents $ Zz6o $ SToov Per Each 5. 3.180 L.F. Install 12 -inch Water Main @ Dollars and Cents Per Lineal Foot 6. 2 EA Install 1 -inch Water Service @ Sir / ollars IF le and Cents yo Per Each 7. 3 EA Remove Existing and Install 2 -inch Water Service @-�-"� Dollars �1 and _ Cents $ ! Q O , $ .3-a Per Each 8. 1 EA Remove Existing and Install 4 -inch Water Service @ Dollars and Cents $ $ P-3 81Y_ Per Each 9. 4 EA Install 6 -inch RW Gate Valve Including Box and Cover @ S•,C 4--4' Dollars a(�bG L and Cents $ i4o � $ �•S 6© — r Each • •Cody Engineering Inc P.O. Box 341 Norwalk CA 90651 PR 3 of 5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE ii to" 11 12. 13. 3 EA 14 EA 6 EA 2 EA Install 8 -inch RW Gate Valve Including Box and Cover CO--) £ f1.11� Dollars and �� Cents $ $ �- Per Each Install 12 -inch RW Gate Valve Including Box and Cover @ Dollars 1AA-0 e&1406. and Cents Per Each Remove Existing and Install Fire Hydrant Assembly Install 2 -inch Air/Vacuum Release Device @ Dollars and *I. --- Cents Pei2tach $ / v0 $ /tlo� — $ ,3'p $ 14. L.S. Install Ciityy provided 12 -inch MLCCSP @ /�"4 " " �X�&/Dollars Cents Per Lump Sum 15. 76,400 S.F. Cold Mill AC Pavement @ Dollars and Cents $ 6.26 Per Squar Foot $ 15 Z 80 • ky Engineering Inc P.O. Box 341 PR 4 of 5 Norwalk CA 90651 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 700 Tons Place 1.5 -inch AC Overlay @ _Dollars and Cents $ '70- $ Per Ton 17. 32,000 S.F. Remove and Reconstruct AC Pavement @ Dollars and Cents $ ---A - $ _—F-6-006 Per Square Foot 18. L.S. Install Pavement Striping, Markings, and Markers Dollars and Cents $ 3Sso Per Square Foot 19, L.S. Pressure Test, Disinfect, & Flush Water Main @ v Dollars 1 and Cents Per Lump Sum 20. L.S. Trench Excavation Safety Measures @ Dollars and Cents $ i0 Per Lump Su 21. 358 L.F. Install, 8-inch Sewer PVQ, ' iOP_'3� @ Dollars and Cents $ $ lSj %SL Per Lineal Foot C y Engineering Inc O. Box 341 • rwalk CA 90651 PR 5 of 5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 1 EA 23. 2 EA 24. 1 EA 25. L.S. Install SS Lateral and Cleanout @ %��2yL(t ,� Dollars and _ E- Cents $ _31�0 $ ��O Per ac Construct �48 -inch" Diameter SSMH @ Dollars �p ��// and [� //�� / 4,004 Cents $ -3oZo p $ b10— Per Eahh Connect 8 -inchy D_Sewerto PVC:, S�2.3s Existing SSMH @ Dollars and • Cents Per Eac Provide As -Built Drawings @ Xx� o A �-✓ Dollars and /� / �l/, Cents Per fump Sum TOTAL PRICE IN WRITTEN WORDS $ $ C;2�50 - --7:Cents -?-A - 6 Date r A�- Bidder's Telephone and Fax Numbers �/ %Z 9 9 %$3 S-340 - A'� Bidder's License No(s) and Classification(s) Total Price (Figures) Cody Engineering inc P.O. Box 341 Bidder NOMN CA. 90651 Bidder's Authorized Signature and Title Z e • 40f 3 // Bidder's Address D 4 Musers \pbwkshared \contractsW 02- 03\irvine ave 12 -in water main c- 3450 \proposal c- 3450 -doc ILA . & Q — 0 Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT F i REVISED ADDENDUM NO. 1 Irvine Avenue 12 -inch Water Main Improvements CONTRACT NO 3450 DATE: BY: CITY V4r4NEER TO: ALL PLANHOLDERS A. PROPOSAL Bid Item No. 21 and No.. 24 replace "VCP" with "PVC S1311-35 ".. B. SPECIAL PROVISIONS Section 9 -3, PAYMENT, sub- section 9 -3.1 General; Replace description for Item No. 8 with the following. Item No. 8 Remove Existing 4 -inch Water Service and Install new 4 -in6h C -900 PVC Water Service to. existing 4 -inch Meter. Work under this item shall include removing existing 4 -inch water service and new 4 -inch C -900 PVC water service and connecting to existing 4 -inch meter within existing meter vault, but not limited to exposing utilities in advance of work, trench excavation, temporary patching or trench plates, control of ground or surface water, backfill, compaction, disposal of excess excavated materials and all other work necessary to install the water service complete and in place. f \users\pbwlshared\contracts\fy 02- 03 \irvine ave 12 -in water main c3450\addendum.doc 0 • Page: 2 of 2 C. Disregard Addendum No. 1 that was originally faxed earlier on May 21, 2003. Bidders must execute 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. Cody Engineering Inc P.O. Box 341 Ordw Norwalk CA 90651 c� Bidder's Name lease Prin c /7/a Date Authorized Si at & " e f •\users\pbw\shared \contracts\fy 02 -03 \irvine ave 12 -in water main c3450 \addendum.doc • PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 0 IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 2-9. SURVEYING 1 2 -9.3 Survey Service 1 2 -9.6 Survey Monuments 2 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 2 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 4 -1.3.4 Inspection and Testing 2 SECTION 5 UTILITIES 3 5 -2 PROTECTION 3 5 -7 ADJUSTMENTS TO GRADE 3 5 -8 SALVAGED MATERIALS 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 6 -7 TIME OF COMPLETION 4 i • 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6 -9 LIQUIDATED DAMAGES 4 6 -11 SEQUENCE OF CONSTRUCTION 5 6 -11.1 Construction Sequencing 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 7 7- 10.4.1 Safety Orders 7 7 -10.5 "No Parking" Signs 7 7 -10.7 Notices to Residents 7 7 -15 CONTRACTOR'S LICENSES 8 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 8 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -3.1 General 8 9 -3.2 Partial and Final Payment 12 PART 2 - -- CONSTRUCTION MATERIALS SECTION 207 PIPE 12 207 -9 IRON PIPE AND FITTINGS 12 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 12 207 -9.2.2 Pipe Joints 12 207 -9.2.3 Fittings 13 207 -9.2.4 Lining and Coating 13 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 13 0 9 SECTION 214 PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS 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 300 -1.3.2 Requirements 300 -1.5 Solid Waste Diversion SECTION 302 ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General 302 -5.4 Tack Coat 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing 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 303 -5.5 Finishing 303 -5.5.1 General 303 -5.5.2 Curb 303 -5.5.4 Gutter 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 310 -5.6.7 Layout, Alignment and Spotting 310 -5.6.8 Application of Paint 13 13 14 14 14 14 14 14 14 15 15 15 15 15 15 iF 15 15 15 15 15 15 16 16 16 16 16 16 16 0 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 17 312 -1 PLACEMENT 17 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 17 400 -2 UNTREATED BASE MATERIAL 17 400 -2.1 General 17 400 -2.1.1 Requirements 17 PART 7 — DETAILED SPECIFICATIONS SECTION 700 REHABILITATION OF CONCRETE STRUCTURES WITH A PROTECTIVE COATING 17 700 -1 SUBMITTALS 17 700 -2 QUALITY ASSURANCE 18 700 -3 DELIVRY, STORAGE, AND HANDLING 18 700 -4 SITE CONDITIONS 18 700 -5 WARRANTY 18 700 -6 MANUFACTURER AND APPLICATOR 18 700 -7 REPAIR MATERIALS 19 700 -8 PROTECTIVE COATING MATERIAL 19 700 -9 PROTECTIVE COATING APPLICATION EQUIPMENT 20 700 -10 ACCEPTABLE APPLICATORS 20 700 -11 EXAMINATION 20 700 -12 SURFACE PREPARATION 20 700 -13 APPLICATION OF REPAIR MATERIALS 21 700 -14 APPLICATION OF PROTECTIVE COATING 22 700 -15 TESTING AND INSPECTION 23 APPENDIX A NEWPORT MESA UNIFIED SCHOOL DISTRICT PERMIT APPLICATION NEWPORT MESA - MARINERS SCHOOL STORAGE AREA Last saved by mlocey05 /15/2003 9:58 AM f..\ users \phw \shared \contmacts\tnmtm\inmtm for contract set up\master specs index.doc • • SP 1 OF 23 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS IRVINE AVENUE 12 -INCH WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE CONTRACT NO. 3450 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- 5290 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1997 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 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of installing approximately 3,000 feet of new 12 -inch C -900 PVC high pressure water main on Irvine Avenue from Sherington Place to Dover Drive and approximately 350 feet of new 8 -inch SDR -35 sewer main." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The City will provide construction staking as required to construct the improvements. Any additional stakes or any restaking, or costs thereof, shall be 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. All existing street and property corner monuments are to be preserved. The City will recover the cost of restoring any survey monument damaged by the Contractor outside the project limits by deductive change order." • • SP2OF23 2 -9.6 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 City shall have the affected survey monuments restored per records, at the Contractor's expense, which includes the required filing of Corner Records with the County of Orange upon monument restoration. 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 all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. 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 may be added by the Contractor. 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 Contractor's 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 0 • SP3OF23 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. SECTION 5 - -- UTILITIES 5 -2 PROTECTION. Add the following: "In the event that an existing pullbox or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pullbox or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall first lower below paving area and then 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, Utilities Superintendent, at (949) 718 -3402. 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 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 modify the schedule 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 shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 0 6 -7 TIME OF COMPLETION • SP4OF23 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 45 consecutive working days after the date on the Notice to Proceed." 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 4`h, the first Monday in September (Labor Day), November 11'h (Veterans Day), the fourth Thursday in November (Thanksgiving), December 2e, December 25" (Christmas), and December 31' (New Years Eve). 6 -7.4 Working Hours. Day working hours are limited to 8:00 a.m. to 4:30 P.M. Monday through Friday. Night working hours are limited to 9:30 p.m. to 6:00 a.m. Should the Contractor elect to work outside normal day 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 $55.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. 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 inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." • • SP5OF23 6 -11 SEQUENCE OF CONSTRUCTION 6 -11.1 Construction Sequencing. The City has arranged a storage area for the contractors use. This storage area as shown in Appendix A will be available from the June 23, 2003 through August 10, 2003. After this time the contractor is responsible for locating an alternate storage area. To coordinate with the schools activities the contractor must follow the construction sequencing below: 1. Construct proposed sewer facilities. 2. Construct water main facilities between Station 23 +00 and Station 39 +68. 3. Construct water main facilities between Station 10 +00 and Station 23 +00. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 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 nighttime work in advance. The Contractor shall provide and install new water meter, sewer cleanout, and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718- 3402." 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." All water used during construction will be paid for by the Contractor. This includes water for flushing pressure testing all lines and water used for irrigation during maintenance period for landscaping." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in • • SP6OF23 settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean." 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 the traffic control plans provided in these construction documents and Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. The city has arranged for part of the Mariners Elementary School parking lot to be used as a storage area for the contractor. This area will be available beginning June 23, 2003 through August 10, 2003 only. After August 10, 2003 it is the Contractor's responsibility to obtain an area for the storage of equipment and materials. A map detailing the available portion of the Mariners Elementary School storage area and a permit for its use are included in Appendix A. The permit must be approved prior to mobilization. Traffic through this parking lot must be maintained at all times. Safety fencing must be placed around any objects not kept within containers. Prior to move -in, the Contractor shall take photos of any storage area used. The Contractor shall restore these storage areas to their pre- construction condition. The restoration of the Mariners Elementary School shall take place before August 15, 2003. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." Liquidated damages will apply to this site after August 10, 2003 if any contractor items remain on the site. 7 -10.3 Street Closures, Detours and Barricades. Add to this section: 'The Contractor shall adhere to the conditions of the traffic control plan provided in these construction documents. Any revisions to the traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. The Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. Only 500 lineal feet of trenching may be excavated at any given time. 0 • SP7OF23 5. Lane closures that effect the flow of traffic through the 17'h Street/WestCliff and Dover Drive Intersections shall not take place before 8:30 a.m. 6. All construction within the intersection of Irvine Avenue and Westcliff Drive must be done during daytime hours of 9:30 a.m. to 4:00 p.m. or the night working hours of 9:30 p.m. to 6:00 a.m." 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." 7 -10.5 "No Parking" Signs. The Contractor shall 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 City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. 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. 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 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours before the start of any construction, the Contractor shall distribute to the adjacent residents a written notice stating when construction operations will start and what disruptions may occur and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The notices will be prepared and provided by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of God, strikes • • SP8OF23 or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General "A" Contractor 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 red -lined "As- Built" corrections upon a copy of the Plans. The "As- Built' plans shall be submitted to the Engineer prior to final payment or release of any bonds. 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 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 item of 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: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparation of the SWPPP, preparation of the construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all costs incurred in notifying the residents. In addition this item shall include providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons, and shall include furnishing • • SIP 9OF23 all labor, tools, equipment and materials necessary to comply with the traffic control plans included in these documents. Item No. 3 Construct 6 -inch PVC, DR -14 C -900, Water Main Connection: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and disposal, paving fabric removal and disposal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment 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 6 -inch water main complete and in place. Item No. 4 Construct 8 -inch PVC DR -14 C -900 Water Main Connection: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and disposal, paving fabric removal and disposal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment 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 8 -inch water main complete and in place. Item No. 5 Install 12 -inch PVC DR -14 C -900 Water Main: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and disposal, paving fabric removal and disposal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment 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 12 -inch water main complete and in place. Item No. 6 Remove Existing and Install new 1 -inch Water Service including Meter Box and Cover: Work under this item shall include removing existing service and new f - inch water service in accord with the City of Newport Beach STD -502 -L including, but not limited to exposing utilities in advance of work, trench excavation, temporary patching or trench plates, control of surface water, backfill, compaction, disposal of excess excavated materials, installation of a new meter box and case iron traffic cover and all other work necessary to install the water service complete and in place. Item No. 7 Install new 2 -inch Water Service including Meter Box and Cover: Work under this item shall include removing existing service and new 1 -inch water service in accord with the City of Newport Beach STD -503 -L including, but not limited to exposing • • SP 10 OF 23 utilities in advance of work, trench excavation, temporary patching or trench plates, control of surface water, backfill, compaction, disposal of excess excavated materials, installation of a new meter box and cast iron traffic cover and all other work necessary to install the water service complete and in place. Item No. 8 Install new 4 -inch Water Service including Meter Box and Cover: Work under this item shall include removing existing service and new 6 -inch water service in accord with the City of Newport Beach STD -502 -L including, but not limited to exposing utilities in advance of work, trench excavation, temporary patching or trench plates, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, installation of a new meter box and cast iron traffic cover and all other work necessary to install the water service complete and in place. Item No. 9 Install 6 -inch Class 150 Resilient Wedge Gate Valve including Valve Box and Cover: Work under this item shall include furnishing and installing a 6 -inch resilient wedge valve with stainless steel trim in accord with the City of Newport Beach STD - 508-L, including but not limited to, valve box and cover, riser pipe, and valve extension all other work necessary to install the gate valve complete and in place. Item No. 10 Install 8 -inch Class 150 Resilient Wedge Gate Valve including Valve Box and Cover: Work under this item shall include furnishing and installing a 8 -inch resilient wedge valve with stainless steel trim in accord with the City of Newport Beach STD - 508 -L, including but not limited to, valve box and cover, riser pipe, and valve extension all other work necessary to install the gate valve complete and in place. Item No. 11 Install 12 -inch Class 150 Resilient Wedge Gate Valve including Valve Box and Cover: Work under this item shall include furnishing and installing a 12 -inch resilient wedge valve with stainless steel trim in accord with the City of Newport Beach STD - 508 -L, including but not limited to, valve box and cover, riser pipe, and valve extension all other work necessary to install the gate valve complete and in place. Item No. 12 Remove Existing and Install New Fire Hydrant Assembly: Work under this item shall include furnishing and installing a new fire hydrant assembly in accord with City of Newport Beach STD - 500 -L, including but not limited to fire hydrant, fire hydrant bury, valve, valve box and cast Iron traffic cover, valve extension, removal and replacement of existing sidewalk per CNB STD-1 80-L and all other work necessary to install a new fire hydrant assembly complete and in place. Item No. 13 Install 2 -inch Diameter Air /Vacuum Release Device: Work under this item shall include furnishing and installing the air vacuum release device per City of Newport Beach STD - 515 -L, including but not limited to, exposing utilities in advance of work, trench excavation, temporary patching or trench plates, installation of valve per 2" Air/Vacuum Detail on plans, control of ground or surface water, backfill, compaction, disposal of excess excavated materials and all other work necessary to install the 2- inch Air/Vacuum Release Valve complete and in place. • • SP 11 OF 23 Item No. 14 Install City provided 12" Mortar Lined Cement Coated Steel Pipe: Work under this item shall include all labor, tools, and equipment for installing city provided 12 -inch MLCCSP across the county flood control channel and all other work items as required to complete the work in place. Item No. 15 Cold Mill Asphalt Pavement: Work under this item shall include all labor, tools, equipment, and material costs for saw cutting, cold milling and disposing of the milled material and all other work items as required to complete the work in place. The depth of the cold mill shall be minimum 1.5- inches thick as necessary to complete paving. Item No. 16 Place 1.5 -inch Thick Asphalt Pavement Overlay: Work under this item shall include all labor, tools, equipment, and material costs for pavement clearing, tack coat, asphalt concrete pavement placement, compaction and all other work items as required to complete the work in place. Item No. 17 Remove and Reconstruct AC Pavement: Work under this item shall include all labor, tools, equipment, and material costs for sawcutting, pavement, base, and paving fabric removal and disposal, subgrade compaction, crushed miscellaneous base placement and compaction, tack coat, asphalt concrete placement and compaction and all other work items as required to complete the work in place. The structural section shall consist of placing AC to a thickness 1 -inch greater than the existing thickness over 6- inches of CMB. Item No. 18 Traffic Striping, Markings, and Markers: Work under this item shall include all labor, equipment, tools, and materials costs for installing traffic striping and markings, raised pavement markers, fire hydrant raised pavement markers, temporary striping and marking and all other items as required to complete the work in place. Item No. 19 Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. Item No. 20 Trench Excavation Safety Measures: Work under this item shall include but not be limited to submitting a detailed plan to the engineer prior to excavating any trench greater than five feet in depth per the project specifications. Item No. 21 Install 8 -inch PVC Gravity Sewer Pipe (SDR -35): Work under this item shall include but not be limited to, furnishing and installing all pipe material, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, temporary patching or trench plates, control of surface water, bedding, backfill, compaction, installation of sewer pipe, potholing of existing facilities, connections to existing facilities, temporary or permanent support of existing facilities, disposal of excess excavation material and all other work necessary to complete the work in place. • • SP 12 OF 23 Item No. 22 Install 6 -inch Sewer Lateral and Cleanout: Work under this item shall include furnishing and installing a new sewer lateral and cleanout in accord with City of Newport Beach STD - 406 -L, including but not limited to, potholing, excavation, exposing utilities in advance of work, temporary patching or plating, control of surface water, bypassing of sewer flow as required, backfill compaction, installation of cleanout, disposal of excess excavated material and all other work necessary to install a new sewer lateral and cleanout complete and in place. Item No. 23 Construct 48 -inch diameter Sewer Manhole: Work under this item shall include furnishing and installing manhole per City of Newport Beach STD - 401 -L, including but not limited to pavement removal, exposing utilities in advance of the work, excavation, temporary patching or plating, control of surface water, backfill, compaction, disposal of excess excavated material, installation of base, shaft, grade rings, manhole frames and covers, potholing of existing utilities, connections to existing facilities, temporary support of existing facilities and all other work necessary to construct the manhole complete and in place. Item No. 24 Connect to existing manhole: Work under this item shall include all labor, equipment, tools, and material costs necessary to connect new 8 -inch PVC gravity sewer pipe to existing sewer manhole. The existing manhole shall be repaired of all damage per special provisions, prepared per OCSD S -050, and lined with Raven 405 epoxy coating. Item No. 25 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the engineer prior to request for pay. 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 207 -- -PIPE 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.2 Pipe Joints. Add to this section, "All flanged pipe joints shall be joined utilizing type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full- faced, cloth reinforced Buna -N rubber. Flex and Transition coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. • • SP 13 OF 23 Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all- thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound as approved by the engineer. Bolted connectors fabricated from Type 316 Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All Fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints. 207 -9.2.3 Fittings. Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (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. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 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 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 sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4). The outside surface of ductile iron pipe fittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A 21.6 on ANSI A21.51." 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 A 21.5). Wrap shall be tight 8 -mil thick polyethylene wrapped with 10 -mil tape." 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." • • SP 14 OF 23 214 -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. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. 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. E • SP 15 OF 23 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'/4-inch or greater in width shall be reamed, 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." 302 -5.4 Tack Coat. Add to this section: 'Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h 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 -5.5 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 0 • SP 16 OF 23 Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -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's Utilities Superintendent, 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 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 for all painted areas 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. 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 0 • SP 17 OF 23 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 miscellaneous base as the base materials." PART 7 - DETAILED SPECIFICATIONS SECTION 700 — REHABILITATION OF CONCRETE STRUCTURES WITH A PROTECTIVE COATING 700 -1 SUBMITTALS. The following items shall be submitted: 1. Technical Data Sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. Applicator Qualifications: a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. b. Certification by the protective coating manufacturer that the equipment to be used for applying the products has been approved and Applicator personnel have been trained and certified for proper use of the equipment. 0 • SP 18 OF 23 c. Five (5) recent references of Applicator indicating successful application of a high -build solvent -free epoxy coating by spray application. 700 -2 QUALITY ASSURANCE 1. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE, and SSPC standards and the protective coating manufacturer's recommendations. 2. The protective coating for the manhole shall be performed by an Applicator that has performed the same type of work for at least five (5) years. The concrete surface shall be well cleaned to ensure that the coating is firmly secured in place. The surface preparation including but not limited to sandblasting, roughening, cleaning, patching, and /or precoating with suitable materials, shall be performed by the same coating applicator. 3. The City will have a NACE Certified Coating Inspector inspect the application of the coating. The inspector will observe daily operations, procedures and final product to ensure adherence to the specifications by Applicator. 700 -3 DELIVERY, STORAGE AND HANDLING 1. Materials are to be kept dry, protected from weather and stored under cover. 2. Protective coating materials are to be stored between 50° F and 90° F. Do not store near flame, heat, or strong oxidants. 3. Protective coating materials are to be handled according to their material safety data sheets. 700 -4 SITE CONDITIONS 1. Applicator shall conform to all local, state and federal regulations including those set forth by OSHA, RCRA, the EPA, and any other applicable authorities. 2. Method statements and design procedures are to be provided by City when confined space entry, flow diversion, debris removal or bypass is necessary in order for Applicator to perform the specified work. 700 -5 WARRANTY. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period. Any damage to other work caused by such defects or the repairing of same, must be repaired at the applicator's own expense and without cost to the city. 700 -6 MANUFACTURER AND APPLICATOR. Raven Lining Systems, Inc., Tulsa, Oklahoma 800 - 324 -2810 or 918 - 584 -2810 or FAX 918 - 582 -4311. The City approved applicator is Ken Thompson Company. Telephone (714) 995 -1371. • • SP 19 OF 23 700 -7 REPAIR MATERIALS 1. Repair materials shall be used to fill voids, structurally reinforce and /or rebuild surfaces as determined by the engineer and protective coating applicator. Repair materials must be compatible with the existing sewer manhole and shall be applied in accordance with the manufacturer's recommendations. 2. As an example, the following products may be accepted and approved by the protective coating manufacturer and could be used within the specifications: a. 100% solids, solvent -free epoxy grout that can be toweled or sprayed and specifically formulated for optimum epoxy top coating compatibility. The epoxy grout manufacturer shall provide instructions for epoxy top coating procedures. b. Factory blended, rapid setting, high early strength, fiber reinforced, non - shrink repair mortar that can be toweled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy top coating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for top coating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. c. Factory blended, rapid setting, high early strength, fiber reinforced, non - shrink repair mortar that can be toweled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy top coating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for top coating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. 700 -8 PROTECTIVE COATING MATERIAL 1. Raven Lining Systems' 405 epoxy coating system - a 100% solids, solvent -free two- component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications (up to {depends on product} mils in a single coat). Product type Amine cured epoxy Color {see product data sheet} Solids Content (vol %) 100 Mix Ratio 1:1 {Aquatapoxy) 3:1 (Raven) Compressive Strength {see product data sheet} Tensile Strength, psi {see product data sheet} Tensile Elongation, % {see product data sheet} Flexural Modulus, psi {see product data sheet) Hardness, Type D {see product data sheet} Bond Strength - Concrete > Tensile Strength of Concrete Chemical Resistance to: • • SP 20 OF 23 {Examples} Sulfuric Acid, 10% Sodium Hydroxide, 20% MEK Immersion Service Immersion Service Incidental Contact 700 -9 PROTECTIVE COATING APPLICATION EQUIPMENT. Manufacturer heated plural component spray equipment shall be used in the application of the specified protective coating. 700 -10 ACCEPTABLE APPLICATORS 1. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. 2. Protective coating must be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications. 700 -11 EXAMINATION 1. All structures to be coated shall be readily accessible to Applicator. 2. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. 3. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. 4. Installation of the protective coating shall not commence until the concrete substrate has properly cured and been prepared in accordance with these specifications. A minimum of 24 hours curing time will be required. 5. Temperature of the surface to be coated should be maintained between 40 degrees F and 120 degreea F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the surface temperature is falling versus rising (i.e. late afternoon into evening ... as opposed to ... morning into afternoon). 700 -12 SURFACE PREPARATION. The surface to be coated with the specified product will be exposed to raw sewage and shall be prepared for with the following: 1. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify City of any noticeable disparity in the surfaces that may interfere with the proper preparation or application of the repair mortar and protective coating. 2. All contaminants including: oils, grease, unsound or incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. 0 • SP 21 OF 23 3. All concrete that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. 4. Surface preparation method(s) should be based upon the conditions of the substrate and the requirements of the epoxy protective coating to be applied. 5. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a low- pressure water cleaning using equipment capable of 5,000 psi at 4 gpm. Other methods such as high - pressure water jetting (refer to NACE Standard No. 5 /SSPC- SP12), abrasive blasting, shot blasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. 6. Infiltration shall be stopped by using a material which is compatible with the specified repair mortar and is suitable for top coating with the specified epoxy protective coating. 7. Test prepared surfaces after cleaning but prior to application of the epoxy coating to determine if a specific pH or moisture content of the concrete is required according to manufacturer's recommendations. 8. All surfaces should be inspected during surface prep and before the repair mortar is applied. 700 -13 APPLICATION OF REPAIR MATERIALS 1. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations. 2. Repair materials shall meet the specifications contained herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to the City's requirements and the manufacturer's recommendations. 3. Cementitious repair materials shall be toweled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bug holes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar. 4. The repair materials shall be permitted to cure according to manufacturer recommendations. 0 • SP 22 OF 23 5. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating manufacturer's representative or certified applicator to ensure proper finishing for suitability to receive the specified coating. 6. After abrasive blast and leak repairs have been performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shot blast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the epoxy coating. 7. All surfaces should be inspected during and after preparation and before the protective coating is applied. 700 -14 APPLICATION OF PROTECTIVE COATING 1. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, and environmental controls during application, safety, and spray equipment. 2. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. 3. The protective coating material must be spray applied by a Certified Applicator of the protective coating manufacturer. 4. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent -free, 100% solids, epoxy protective coating as further described herein. Spray application shall be to a minimum dry film thickness of 120 mils for the concrete surface in the existing wet well and at least 80 mils for the concrete surface of the existing dry well and the new top concrete slab. 5. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be acceptable only if the air source is filtered to completely remove all oil and water. 6. If necessary, subsequent top coating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, ideally within 12 hours but no later than the recoat window for the specified product. Additional surface preparation procedures will be required if this recoat window is exceeded. 7. Fiberglass woven - roving fabric shall be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength, such as the crown • • SP 23 OF 23 of pipes. Sloped surfaces of the floor may be made non -skid by broadcasting aluminum oxide or silica sand into the surface prior to gelation. 700 -15 TESTING AND INSPECTION 1. During application a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used to ensure a monolithic coating and uniform thickness during application. 2. A final visual inspection shall be made by the City provided Inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator. 3. The municipal sewer system may be put back into non - severe operational service as soon as the final inspection has taken place. However, for severe corrosion duty such as high concentrations of acids, bases or solvents, 3 to 7 days and /or force cure by heat induction to the coated surfaces may be necessary prior to returning to service. Consult coating manufacturer for further details. F: \USERS \PBW\Shared \Contracts \FY 02 -03 \IRVINE AVE 12 -IN WATER MAIN C- 3450 \SPECS 3450.docLast saved by SCmm1by05 115/2003 8:44 AM 0 0 APPENDIX A NEWPORT -MESA UNIFIED SCHOOL DISTRICT • P.O. Box 1368 • pI Newport Beach, California 92563 415 6 APPLICATION AND PERMIT FOR USE OF SCHOOL FACILITIES UNDER THE CIVIC CENTER ACT A APPLICATION i. Name of Applicant IDroaniWim, Gm„o. Wwiduu) 2. Address of Applicant Street 01, suu No Cods 3. Applicant Representative yNf S /,1/A tO,LI QIAICIPl4L c1vi� �vFi.U6fg ream. Tab 4. Facilities Requested Location — Addrea Building - Room - Grounds - Special Facilities 5. Date(s) of intended use: DATES) OF USE DAY OF USE HOURS OF USE PERSON IN CHARGE DESCRIPTION OF ACTIVITY EST' ATTEND. (If more theca is needed, attach added schadulell B. DECLARATION OF APPLICANT 1. Nature or type of intended use: 2. Applicant has recelved or will receive for the activities herein listed contributions, cash collections, registration fees, tuition, donations, or orlim receipts estimated to amount to $ . If no receipts anticipated for these activities. check hare. f 1 3. Receipts set forth in item 2 above, will be used for: 4. 1 hereby certify that I, and the applicant which I represent. will abide by all applicable rules and regulations. S. his agreed that in the event this permit is cancelled by the applicant, no refund will be made and that changes in date m extension oI 6M shell be Mde only as specified by the rules governing use of school activities. 6. In executing this decimation. t certify that I have been duty authorized by the herein set forth applicant to act in its behalf in making application (at use of said facilities. 7. Newport -Mesa Unified School District Facilities may be used without charge by community youth groups such as Gid Scouts, Boy Scouts, Camp Fire, Inc. and by Parent-Teacher Associations and School - Community Advisory Councils, only if non District lacilities are not available. I have determined that there are no alternative sites available to meet the needs of this request. Address Signature of Applicant Representative Telephone Data C. RECOMMENDATIONS/APPROVALS .. 1. Unit Supervisor. Recommend Appoval l I Recommend DisapPlaval I I Data Comments/ Ex captions Signature of Unit Supervisor 0.. PERMIT Granted Denied Foes S Invoice No. Special Conditions Date Permit Issued NEWPORT -MESA UNIFIED SCHOOL DISTRICT By 78.31350 Rev. 2181 (See Reverse Side) ACCOUNTING COPY t 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT MESA UNIFIED SCHOOL DISTRICT - MARINERS SCHOOL STORAGE AREA DRAWN: Sc DA MAY 20000 3 r r WW 12" MIN 24" MAX If #4 HOOP, 2 PLACES 0 0 a A 6 5 3 z I.D. c 12" 1 i MIN 2 i 4 NOTE: MANHOLE DEPTH GREATER THAN 30', DIMENSION 'A' PER PLANS. SEE PLANS FOR PIPE SIZES OVER 54 ". 12" MIN. #6 @ 12" EW PIPE SIZE (I.D.) A I B I C D B " -24" 60" 6" 36" 24" 27 " -36" 72„ 7" 36„ 32„ 39" -54" 84"' B" 36" 46" ORANGE COUNTY SANITATION DISTRICT PVC LINED SHEET OF ORANGE COUNTY, CALIFORNIA APP VE BY: MANHOLES FOR DRAWING NO. DIRECTOR OF ENGINEERING DATE SEWERS S -050 NOTES: 1O MANHOLES SHALL HAVE CLASS "A ", 4000 #, CONCRETE BASES WITH #6 (19 MM) BARS @ 12' E.W. SIDES OF BASE SHALL BE FORMED BY EITHER WOOD FORMS OR SANDBAGS. BASE MAY BE EITHER CIRCULAR OR RECTANGULAR. IF CIRCULAR, THE AREA SHALL BE EQUAL TO THE AREA OF THE SQUARE BASE. ALL CONCRETE AND MORTAR SHALL USE CLASS V CEMENT. O THE COMPLETE CONCRETE CHANNEL SHALL BE CONSTRUCTED WITH FORMS AND PVC LINED. WHERE PVC LINED RCP IS USED, THE CHANNEL LINING IS TO BE INSTALLED TO THE SAME DEPTH AS THE RCP LINING. WHEN APPROVED BY THE ENGINEER, THE NEW OR EXISTING MAIN LINE MAY BE USED FOR THE CHANNEL. PIPE ABOVE SPRING LINE SHALL BE REMOVED BY SAW CUTTING. THE REMOVED SECTION SHALL BE THE MANHOLE SHAFT INSIDE DIAMETER. O MANHOLE SHELVES SHALL BE SLOPED 1 14" PER FOOT TO CHANNEL. INSTALL NON -SKID SURFACE ON PVC LINER OVER THE COMPLETE MANHOLE SHELF ON BOTH SIDES OF MAIN CHANNEL PER THE SPECIFICATION OR APPROVED LINER MANUFACTURER RECOMMENDATIONS. O INSTALL AT LEAST TWO LATERAL INLET PIPES IN THE MANHOLE BASE AS SHOWN. IF NOT SHOWN, LATERAL PIPING SHALL BE 8" VCP AT 90° TO THE MAIN CHANNEL AND SLOPED AT 1/4" PER FOOT FROM THE OUTSIDE OF THE MANHOLE BASE TO THE CHANNEL. WHERE THE CHANNEL ANGLES MORE THAN 45" TOWARD A SIDE, THAT SIDE LATERAL IS NOT REQUIRED, O THE SOFFIT OF ALL LATERAL PIPES SHALL BE AT THE SAME ELEVATION AS THE MAIN PIPE SOFFIT. ALL LATERAL INLETS 12" DIAMETER AND SMALLER SHALL HAVE PVC WELDED GAS FLAPS INSTALLED PER DRAWING S-056. IF THE MAIN LINE SIZE IS LESS THAN 39 INCHES, LATERALS WITH GAS FLAPS SHALL BE RECESSED 12 INCHES FROM THE MAIN LINE WITH A TROUGH IN THE BENCH SLOPING TO THE MAIN CHANNEL. PVC TURNBACK ON VCP SHALL BE A MINIMUM OF 6 ". O ALL UNUSED CONNECTIONS SHALL HAVE A FACTORY MADE VCP PLUG INSTALLED IN THE BELL END OF THE PIPE WITH RESTRAINT SUFFICIENT TO WITHSTAND LEAKAGE TESTING. PIPE OVER 21" SHALL USE A BRICK AND MORTAR PLUG. O EACH MAIN LINE OR LATERAL CONNECTION TO THE MANHOLE BASE SHALL HAVE TWO EACH, TWO FOOT JOINTS. O MANHOLE SECTIONS AND GRADE RINGS SHALL BE REINFORCED, MADE FROM CLASS V CEMENT AND CAST WITH PVC LINER PLATE ON INSIDE. ECCENTRIC CONE SHALL BE SET WITH STRAIGHT SIDE ON DOWNSTREAM SIDE OF MANHOLE. ECCENTRIC REINFORCED CONCRETE FLAT TOPS MAY BE USED WHEN APPROVED BY THE ENGINEER. O THE KEYLOCK JOINT BETWEEN MANHOLE SECTIONS SHALL BE SEALED WITH TWO 1 Y. -INCH SQUARE BEADS OF RAM -NEK BY HENRY COMPANY, KENT -SEAL BY HAMILTON KENT, OR APPROVED EQUAL. THE MASTIC BEADS SHALL BE PLACED ON THE OUTSIDE SHOULDER OF AND IN THE GROOVE. APPLY A 6" MINIMUM WIDTH OUTSIDE JOINT WRAP, RUB'R -NEK BY HENRY COMPANY, SEAL WRAP BY SEALING SYSTEMS, INC., OR EQUAL, TO ALL SHAFT JOINTS. GRADE RING JOINTS SHALL BE MORTAR. 10 INSTALLATION OF PVC LINER PLATE SHALL CONFORM TO THE REQUIREMENTS OF SECTION 06620 OF THE SPECIFICATIONS. USE WELDING STRIPS AT PVC JOINTS, A PREFORMED CORNER WELDING STRIP AT THE BASE JOINT AND A CONTINUOUS PREFORMED CORNER AT THE TOP GRADE RING AND FRAME JOINT TO THE SECOND GRADE RING. 11 INSTALL FRAME AND COVER PER STANDARD DRAWING S -055. ADJUSTMENT SHALL OCCUR USING MORTAR BETWEEN FIRST AND SECOND GRADE RINGS. THE FRAME SHALL COMPLETELY BEAR ON PVC. CAULK THE JOINT BETWEEN THE FRAME AND THE PREFORMED PVC CORNER AT THE TOP GRADE RING WITH SIKAFLEX 1A OR EQUAL. 12 PLACE CONCRETE COLLAR IN PAVED AREAS AS SHOWN. SEE DRAWING S -055. PLACE #4 BAR HOOP AT TOP AND BOTTOM OF COLLAR, 3 -INCH CLEAR TO EARTH. 13 MANHOLES IN INTERSECTIONS SHALL HAVE BOLTED COVERS. MANHOLES PLACED IN UNPAVED AREAS SHALL HAVE THE COVERS PLACED 18' ABOVE FINISHED GRADE. FOR VAC PAVING, CONTRACTOR OR DESIGNER SHALL VERIFY AND COMPLY WITH LOCAL CITY REQUIREMENTS. SEE DRAWING S -055. 14 VACUUM TESTING SHALL BE PERFORMED PER ASTM C -1224 UNLESS NOTED OTHERWISE. 15 MANHOLES SHALL BE BACKFILLED WITH 1 112 SACK SAND /CEMENT SLURRY. ORANGE COUNTY SANITATION DISTRICT SHEET 2 OF 2 PVC LINED ORANGE COUNTY, CALIFORNIA APPRo D Y: MANHOLES FOR DIRECTOR OF ENGINEERING DATE SEWERS S -050 C38/ yJ) C-3`4S� CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 June 10, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COU BYTHECRrYCOUNCH CITY OF NEWPORT SEA FROM: Public Works Department Sean Crumby, Junior Civil Engineer 949 - 6443311 scrumby @city.newport- beach.ca.us R i i r'a=� SUBJECT: IRVINE AVENUE 12" WATER MAIN IMPROVEMENTS — SHERINGTON PLACE TO DOVER DRIVE — AWARD OF CONTRACT NO. 3450 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3450 to Cody Engineering for the Total Bid Price of $438,562, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $43,000 to cover the cost of unforeseen work. 4. Approve a Budget Amendment appropriating $150,362 from the unappropriated balance of the Water Enterprise Fund to Account No. 7501- C5500386. DISCUSSION: At 1:30 P.M on May 28, 2003, the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $438,562.00 $440,340.00 $448,888.88 $451,640.00 $630,280.00 $654,642.00 $656,960,00 $742,905.90 BIDDER Low Cody Engineering 2 Majich Brothers 3 W. A. Rasic Construction 4 GCI Construction 5 P & J Utiliity Company 6 Valverde Construction 7 Colich Construction 8 Savala Construction TOTAL BID AMOUNT $438,562.00 $440,340.00 $448,888.88 $451,640.00 $630,280.00 $654,642.00 $656,960,00 $742,905.90 Subject: Irvine Avenue 12" tr Main Improvements — Sherington Place to Per Ddve —Award of Contract No. 3450 June 24, 2003 Page: 2 The low total bid amount is 1.0 percent above the Engineer's Estimate of $430,000. The low bidder, Cody Engineering, possesses a General "A" Contractor's License as required by the project specifications. Cody Engineering has satisfactorily completed similar water main construction projects for other public agencies. This project involves replacing an 8 -inch asphalt cement water main with a 12 -inch PVC water main that runs in Irvine Avenue from Dover Drive to Sherington Place. A waterline connection will be added at Irvine Avenue and Westcliff Drive, and 350 feet of sewer line will be added at the comer of Irvine Avenue and Dover Drive. The original water main within Irvine Avenue was constructed in 1958. Fire Hydrants will be added in this area and services will be set up for future use by the school. To minimize the impact of this project on the community, construction is scheduled to occur during the summer break for the Mariners Elementary School. 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. Funding Availability: A Budget Amendment appropriating $150,362 from the unappropriated balance of the Water Enterprise Fund to Account No. 7501- C5500386 is necessary for this project. There are sufficient funds available in the balance of the Water Fund and upon approval of the recommended Budget Amendment; monies will be available in the following account for the work: Account Description Account Number Amount Water Enterprise Fund 7501- C5500386 $481,562 Prepared by: Submitted by: Sean Crumby, P.E. StepFj h- G. Badum Principal Engineer Pu iic Works Director Attachments: Project Location Map Bid Summary Q MW W �NN 1.1. O a W Z LL O } U Z W G a ui Y U J m IL E O M W _ H U C U N U O M � N O W S Y � m U W U _ N U U Z H OQ E Q � E 7 O U U) m Cf1 0 c d 3 V c A c c m Q c ° `o p N R C_ n n W Ulwlf W Lu wQ N U F W U Ww z� FD O Z w W a 0 0 m a m (D 0 0 0 N o M O h O V M 0 0 � coo�ainorrvimn nano vi �i of oui orni Q Z M N N N N n W (D O V N r M N N O h M M C'l N OD h M M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 no O o o o o n O 0 O n O 0 O 0 O 0 O 0 o 0 O 0 O 0 O 0 O 0 O 0 O O 0 O o O o O o O 0 O 0 O 0 O o o o Z Z c O 0 O 0 N 0 O 0 p 0 O 0 0 0 0 V CO w N N 0 O 0 O 0 o w 0 O 0 O 0 O 0 N. O 0 O O 0 O u? o O O a a M m N N c N N O M? N T & N r aD 6 E o N O O N M m L � O Q v 2 m U O O O O O O O O O O O O O O N O N O 0 0 0 0 0 0 0 2 0 0 t0 0 0 0 0 N o 0 0 ¢) 0 0 O 0 O O to 0 O N N 0 0 N M 0 N 0 N 0 O K N O O N � 6 L o N !� 0 O O O 0 0 o N � N � � � N N � C � - 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z (O m O N r m 0 O 0 N W N m p M p IN O O t0 N N( m O) (O c0 N O O O O 0 0 O 01 M K1 n W< 0 N 0f V O O C 7 N V ID to r M fV N c' N W t0 ID O N T (D vA M O M L(1 (p N N N {p c Q C7 v W p O O O O O O O O O O O O O O N O 0 0 0 0 0.0 0 0 0 U ~ tp0 O N O V V m V vii O V p�j O O M O O y d[ 0 0 N O N N o 3 Z m O M m f0 .- M t0 ¢J O' M N N t0 M a 0 O) O O �- N �- O M ' 4 M C M l7 N N J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � 00 00 00 00 00 00 no 0 00 00 00 do 0 o O ZOO�00 o 0 0 0 0 0 an.- 0 0 0 o 0 oin 0 0 o 0 o 0 ov 0 0 ro 0 o 0 u; 0 o o vivo m o 0 0 0 000 0 0 E N O V' e M r N I- M t„i N (O N '- O OD O M N N (^i .- O O o A N N N N `2 O Q w w 4 0 p g O p 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 X 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 tD V' O O o 0 0 O o 0 0 0 0 0< O O O N O 0 0 0 M 0 0 t0 O O O O w Z O O O n W r O N N 0 0 0 o O O st 0 0 0 w � iC1 O W N � N M N Z LL h y N LL Q Q Q fn J J W W J W W W W W W W W J fn O fn J J J J W W W J r F O N m m Y C U U (A W y N d d E) E m 3 m ? O Z N N N y y d O c c N V w Q m C a x m U F C C () (6 11 m O O C m C m..?? m �a U7 ��� v c c m> m p d m aZi m m m m m ` <> in w c a c p s m N 3 V= c c U LLQ`- Z g C 0 N O m> <c c C mw °''x x33 H c uw'4 m `3 0 O N 4 W W d' a' C m>~ % c C N U` 7 >> t0 4J N N 2_ N> M � L 2 U m 5 B E E 5 3 B E 9 c a E« w c O O O O 0 m m 0 c 0 c 0 c m 0 0 0 0 0 2 i r U U U c x x x E U U a c M F c c U U a W N 1-11-11-1- W O N- a N tp r m O� O N M< IA N N N N N N m a o.- o 0O N C n N WEI c W" � Q d �w aZU)< (] W F W U wz � 0 0 �-Uwa N N a N U } Q E w 0 Q 0 L N a h U O O O O O O O O O O O N O 0 0 0 O O O O F 0 O 0 O O O O G W G O O O 0 O 0 0 N 0 O 0 O 0 0 O 0 0 f0 th O O O w O A 0 O 0 M 0 O 0 O M N N N N O _O M N C) r N N~ (J ? fM �- V t0 �n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w O C O O O O O � O N O O O N O O w f0 O Q� 0 O 0 q 0 O 0 O N � O n O 0 Q w O (O N � N D Q (p d O O O O O O O O O O O O O O N O 0 0 0 0 0 0 0 0 0 r O O O Owu�oo 000000 w 000�n0000 o Ono fV nooinnM in<oo (V N .noo non wc°= N .- r to r l7 0 0 0 0 0 0 0 0 0 0 00 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8000 0 0 O O O O O O O O O V O O O w O i0 O V O V O 0 O 0 O 0 O 0 W N O O O 0 O 0 O 0 O 0 O 0 W 0 O 0 O 0 D 0 O 0 w E O O V O) �D V N Q M N N y� st w w N OJ V N N U1 N aD M N EZ, N U Q co o o o o 0 o o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O M O O w kO t0 ap 0 4 M 0 (V 0 00 O O O fV �- O O O M O= CL ,O V th V cV tV V •- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z Ci 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o O a0 w 0 0 O 0 O 0 O 0 O N rO 0 0 0 0 0 O 0 w 0 O C� O w i0 O N N O O m N O O O N m llf V O W N I(J A V C M M 7 O f0 O Q 1[1 V N O O O O O O O O O O O O O O O �O i0 0 0 0 0 0 0 0 0 U U F-o O O O O O O O 0000000o O O O O O O O O M v� N O 000v0oo�n O O R O 0 0 0 � Z O tq IqC O [V O N O N N O N O O M N t0 N Ul n V N M N M� M wv' tD (V f7 tp N V M tD 0 0 0 0 4 0 0 V O O m m 0 0 0 0 0 O N O OD m O Q O O 0 O 0 O O O O O O O t0 t0 O O O O O O O O C O M t0 W IA O O) O O O n fV O '` Z Z m w N M mi.- --R 00 O O N T N n A t0 UI M � M N V' M M tp M N O) W t0 �O Ol <O N n M N e- N N M Cp O w N M 0 W o U u w J J J J w w W W W W W W W W w 0 w J J J J W W w N Z .- M N N M V M t0 N? O Q N N .- � N U U y C A N w w > 0 D d 0 0 E> C O C C N Q N Q W C d y 4� (Vp1 N U a vv� U m LL y 10 c>> D g d> c U m m d= (o U1 m N maw O Ul R O N N O J Q> C w VI cC>— Uw ) K E N D C 4 > O O U t aD , — N a W b U S p p — O— S � O t— N 9 N O L E E 3 B E '6 m� c d y 3 c c> m 0 oL) 0 0 osir 0 N N 0: N _ y _ h N N O O A N N V1 O UC�a O Q i LU !- N M V w t0 A of rn O fp n W W O N M V w N N N N N N N N a N U } Q E w 0 Q 0 L N a h M d m a x U V) m O_ V N {C} pi N N L a 3 d N 7 Z 0 o 0 o 0 O 0 o 0 0 0 0 0 0 0 o 0 m 0 m 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 m 0 o 0 0 0 0 0 0 0 Z O u O O O m O 0 0 m N O 0 0 N m O 0 0 0 0 m 0 0 0 0� C p 0 m (O m 0 m m M m m O K M m 0 m m m N m O M m m a p O M N O O M p N M N M C6 (d l0 O m m M N c N O� N Q N C n VO O O O O O O O O O O O O O N O O O O O p 0 0 0 0 O O O O m O 0 0 V m O 0 0 0 N 0 0 0 0 0 O O O O > F- m m m m m m 0 m 0 m m 0 N 0 O m M W !� O N w m m W M m m m (O N O m 0 0 O N 5 M N v m N N V M a m m M N N F 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O O Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C � O O O m O O O N O Cp O 0 O 0 O 0 m m (p m 0 O 0 N 0 N 0 m m N O 0 0 0 0 0 m N 0 O (O O O N m m O M O m p (p O 0 M M M N 4 m N N N N N (O N N N O m? M N < m ((l Q y C m J J Z LL m m to LL Q Q Q m J W W W W W W W W W W J (p � m J J J J W W W J } H H I- Q o m N � M n m d N U U Y C 0 0 E> v 3 m °c Z N N L N N N O C C IV c w Q m w c a U s N (y V=1 d v 4. A UU m '.3 m� E Q�m� x w N g j j= u V n. = c _a N y m x m w mz md Zia >8nyga��co 33�ds Q�so�d °M >U) s Eio �' x'x3?ia 3 s w r+(.Qa U> d "' 5 v vv x ma O _ C p U U U. 2 W W 0-' m `'N_ E C U - tp > �' X C C U O N Q N U ` ` ? - > > m m > N ` e ' � > N (L N W fp 4 c c E (9 10 '0 (9 c v E m y c g m E > a p m O p p w E y E w D w N w E w w O a p N w w d N w N p U =�ws sEfr S 0amsaP s scicia W N M �T m m h m W O N M •t m m h m 0) O N N N N M? N N m N M d m a x U V) m O_ V N {C} pi N N L a 3 d N 7 `ity of Newport Bead% BUDGET AMENDMENT 2002 -03 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Pq Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 076 AMOUNT: 515D,362.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations for the Irvine Avenue 12" Water Main Improvement Project, C -3450. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 500 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Water Fund Balance Description Signed: Financi Approval: Administr 've Services Director Signed: 4- Administrative App/oval: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $150,362.00 ' Automatic $150,362.00 C? f� Date !O ate Date Description Division Number 7501 Water Fund Account Number C5500386 Water Main Master Plan Improvements Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Financi Approval: Administr 've Services Director Signed: 4- Administrative App/oval: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $150,362.00 ' Automatic $150,362.00 C? f� Date !O ate Date 4f ity of Newport Beach BUDGET AMENDMENT 2002 -03 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues rx I from unappropriated fund balance EXPLANATION: NO. BA- 076 AMOUNT: $1sa,3sz.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations for the Irvine Avenue 12" Water Main Improvement Project, C -3450. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 500 3605 Water Fund Balance REVENUE ESTIMATES (3601) Number C5500386 Water Main Master Plan Improvements Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Amount Debit Credit $150,362.00 . Division Number Account Number Automatic S Signed: Financiy Approval: Administr 've Services Director Signed: Adminis�(�ative; Ap val:: City Manager Signed: City Council Approval: City Clerk $150,362.00 at Date Description Division Number 7501 Water Fund Account Number C5500386 Water Main Master Plan Improvements Division Number Account Number Division Number Account Number Division Number Account Number Amount Debit Credit $150,362.00 . Division Number Account Number Automatic S Signed: Financiy Approval: Administr 've Services Director Signed: Adminis�(�ative; Ap val:: City Manager Signed: City Council Approval: City Clerk $150,362.00 at Date