Loading...
HomeMy WebLinkAboutC-3698 - Green Acres Project - Domestic Swivel Ell Connections for Newport Beach and Big Canyon Country ClubsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK laVonne M. Harkless, MMC November 9, 2005 GCI Construction, Inc. 245 Fischer Avenue, B -3 Costa Mesa, CA 92626 Subject: Green Acres Project - Domestic Swivel Ell Connections for Newport Beach and Big Canyon Country Clubs (C -3698) To Whom It May Concern: On November 9, 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 December 22, 2004. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08744062. Enclosed is the Faithful Performance Bond. Sincerely, yy� 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.ca.us EXECUTED IN FOUR COUNTERPARTS BOND NUMBER 08744062 PREMIUM: $3,539.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 BOND NO.08744062 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,539.00 being at the rate of $ 18.00 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to GCI CONSTRUCTION, INC., hereinafter designated as the 'Principal', a contract for construction of GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS, Contract No. 3696 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. 3698 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , 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 One hundred ninety -six thousand, six hundred and 00 /100 Dollars ($196,600,00) 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 specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18thday of JUNE 2004. OCT C,nrfSl rlACt.ron T� GCI CONSTRUCTION, INC. (Prinapal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 801 N. BRAND BL STE PENTHOUSE GLENDALE, CA 91203 Address of Surety (818) 409 -2800 Telephone sip.�i -. life . . • M MICHAEL D. STONG Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of RIVERSIDE I ss. 1XIml before me, R. CISNEROS Date Name and Title of Officer te.g.. -Sane Doe. Notary Public'I personally appeared MICHAEL D. STONG Namara) of Signe46} OL=R. CISNEROS COMM. #1488731 NOTARY PUBLIC -CALIFORNIA H RIVERSIDE COUNTY M Comm. Ex Tres June 7, 2008 8 CS personally known to me ❑ proved to me on the basis of satisfactory evidence to be the personXwhose nameis /�K subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /hefAheir authorized capacity(ic*, and that by his /hefA4 494 signature(s.fon the instrument the personor or the entity upon behalf of which the personfo7 acted, executed the instrument. WN� ESS yS ha�cial seal. Place Notary Seal Above Signature of Nolary Public OPTIONAL Though the information below is not inquired by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name ❑ Individual - Top of thumb nee ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited O General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 National Nolary 0.sscaminn • 9050 De Solo Ave- PO. Boa 2402 • LIWUrroM. LA 913112402 • xWxnalwnalnolaryory ProO. No. 5907 flwAer: Call idLFm 1.600 816o827 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of Or0.YAQ 12� On l6- Z'). -C) q:: before me, Data personally appeared Commi;eicai +::- aBtliS z i ..® Notary Public - California i Orange county My Carr.: Expires Mar 17,2006 Place Notary Seal Above &personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(g) whose name(g) War& subscribed to the within instrument and acknowledged to me that he /s4eA4;w executed the same in his /4ea4"r authorized capacity(ie,6), and that by his /haf*eir signature(p) on the instrument the person(p), or the entity upon behalf of which the person(g) acted, executed the instrument. WITNESS my hand and official seal. �f g tore o Notary Pubi c OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer Signer's Name: Number of Pages: ❑ Individual Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 01999 Naiimal Nomryntsxiatbn• 9M De SOW &e.. P.O. BOr 2402� C a O Orr. CA91913- 202•w ralonaimtarynr0 PIOO. NO. 8907 Reureer Can Tdl,Fee 1 e 87CW? 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC December 22, 2004 GCI Construction, Inc. 245 Fischer Avenue, B -3 Costa Mesa, CA 92626 Subject: Green Acres Project - Domestic Swivel Ell Connections for Newport Beach and Big Canyon Country Clubs (C -3698) To Whom It May Concern: On November 9, 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 November 17, 2004, Reference No. 2004001029600. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08744062. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, MMC 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 BOND NUMBER 044062 PREMIUM INC. ,ED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 BOND NO, 08744062 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GCf CONSTRUCTION, INC., hereinafter designated as the 'Principal,' a contract for construction of GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS, Contract No. 3698 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. 3698 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, FIDELITY AND DEPOSIT COMPANY OF MARYLAND 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 One hundred ninety -six thousand, six hundred and 00/100 Dollars ($196,600.00) 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 attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal 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 2004. C-t CL (",ons r- QJ�iOnlnc. GCI CONSTRUCTION, INC. (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 801 N. BRAND BL STE PENTHOUSE GLENDALE, CA 91203 Address of Surety (818) 409 -2800 Telephone . Author ' ed Signature/Ti tla �p d nnPit / `I Aut orized Agent nnature MICHAEL D. STONG Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of RIVERSIDE On W/06 a! Q , before me, R. CISNEROS O.ex Name and Tpe of Officer e.g.. 'Jade Doe. Notary PUbllc} personally appeared MICHAEL D. STONG Name(s) of Signer(sl R. CfSNERCS COMM. #1488731 a - NOTARY PUBLIC - CALIFORNIA H RIVERs!DE COUNTY M Comm. Expires June 7, 2008 `x personally known to me proved to me on the basis of satisfactory evidence to be the personXwhose nameis /giK subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /he44teir authorized capacity(iess), and that by his /hes44&4 signature(,srron the instrument the person.(arf or the entity upon behalf of which the personal acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual Corporate Officer — Title(s): G Partner — E!Limited `General Attorney in Fact Ll Trustee G Guardian or Conservator El Other: Signer Is Representing: Number of Pages: RIG T—T—HUA1eWtINr OF SIGNER' $1999 National Nola,y Association • 9350 De Solo Ave.. PO. Boa 2002 - Clealswan0. CA 91310.2402 - vxAe nadareanolary.org Rod. No. 5907 ReoNe[ Call Tell Fee 1 -am 8764827 • • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of bialo e, On !b- 22 -0 Date personally appeared 5,3.14 ^!* ;t KCGiC�R Cc:'nmisa�on�t34a865 z s P 1, Norary Zbtic - Califamia ,_, Orar--Ie county Pa7y Corr #n. E'�ires �7ar 17, 2406 Place Notary Sao( Above personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(g) whose name(,d) is /are_ subscribed to the within instrument and acknowledged to me that he /s4e44" executed the same in his /hec%thair authorized capacity(io), and that by his /herli+ieir signature(p) on the instrument the person()), or the entity upon behalf of which the person(y) acted, executed the instrument. WITNESS my hand and ^official seal. Q 00-)t`rlli Signa ue of No ry Poblic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual a Top of thumb here ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: O 1999 Nationa' Nmary Anociation • 9350 0a Sam Ave., P.O, So. 2+02 - Chats - m, CA 913;32402 • w .nauonalnmaq rg Prod. No 5901 Aeo.dec Can Toll F:ee ; BOO 8761 27 0 0 0 ZURICH THIS liVIPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is S_ waived_ This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year, The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge From policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed 5100 billion in any one calendar year, Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary, of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 - 0050749.doc 0 E Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice ident, and SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By of said y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effec a date h oes hereby nominate, constitute and appoint Michael D. Stong, of Riverside, California, its tru awful d Attomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act a d: any bonds and undertakings and the execution of such bonds or undertakings in pursuance of these pre hall be mg upon said Company, as fully and amply, to all intents and purposes, as if they had been duly exec d ackn ed by the regularly elected officers of the Company at its office in Baltimore; Md., in their o� er perso s. is power of attorney revokes that issued on behalf of Michael D. Stong, dated January 21, 1998. vv e The said Assistant Secretary does hereby certi the extra!%`p� forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, an w in fo vv IN WITNESS WHEREOF, the said ° esidentssistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FITY Al D POSIT COMPANY OF MARYLAND, this 16th day of January, A.D. 2003. O ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND CZW By: - T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: City of Baltimore On this 16th day of January, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Ent 0�-J� IJL Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA -F 012 -0629 A 9 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages .... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this 1,0k _- day of J Assistant Secretary 2 RECORDING REQUk4T: BY' 9 WHEN RECORDED RETURN TO: City Clerk .04 NOV 29 A ?0 :13 City of Newport Beach 3300 Newport Bo Newport Beach, ( `;iE CITY CLERti 1 , WPORT BcACII 46 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder IT 11111111 111flI111 11111111 NO FEE 200400102960010,49am 11117104 200 200 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording-fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, N\ Newport Beach, California, 92663, as Owner, and GCI Construction, Inc., of Costa Mesa, California, as Contractor, entered into a Contract on June 22, 2004. Said Contract set forth certain improvements, as follows: Green Acres Retrofit Swivel Ell Construction (C -3698) Work on said Contract was completed on September 30 2004, and was found to be acceptable on November 9. 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. r I Executed on I I at Newport Beach, California. BY j{tA City Clerk FL LE PaaUa- CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 4 November 9, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 rgunther@city.newport-beach.ca.us SUBJECT: GREEN ACRES RETROFIT SWIVEL ELL CONSTRUCTION — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3698 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 22, 2004, the City Council authorized the award of Green Acres Retrofit Swivel Ell Construction to GCI Construction, Inc. The contract provided for the construction of swivel ell irrigation water connections at the Newport Beach and Big Canyon Country Clubs (NBCC and BCCC). These connections allow the two country clubs to use either Green Acres Project (GAP) reclaimed water or to use City of Newport Beach domestic water. Because of concerns regarding the GAP product water quality that potentially could cause salt build up, very detailed end user agreements were prepared for BCCC and NBCC. The agreement with NBCC and BCCC provides for protection if the GAP product water causes damage to the courses and allows them to request a switch back to domestic water supply if they can correlate the damage to GAP product water. These newly constructed swivel ells provide the flexibility to switch from one water source to another. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $196,600.00 Actual amount of bid items constructed: 196,600:00 . Total amount of change orders: 9,362.25 Final contract cost: $205,962.25 SUBJECT: Green Acres Retro15 el ell Construction - Completion And Acceptance ntract No. 3698 November 9, 2004 Page 2 The final overall construction cost including Change Orders was 4.76 percent over the original bid amount. One Change Order in the amount of $9,362.25 provided for . additional concrete pad and pipe support at the NBCC. 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_ The BCCC overall share of this construction contract was $90,256.00, with NBCC contributing one third of the construction funding ($35,000.00) towards their connection. Account Description Green Acres Project Account Number 7501- C5500075 Amount $205,962.25 The original scheduled completion date was August 16, 2004. Due to the change order work, the completion date was extended to September 30, 2004. All work was completed by the revised completion date. Prepared by: Submitted b R-"4 -A� R. Gunther, P.E. i eph ,06 G. Badum Construction Engineer Pub} c Works Director L� • ` IE la � • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC November 10, 2004 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion (C- 3698)✓ Notice of Completion (C -3684) Please record the enclosed documents (2) and return it to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach. California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us MAL n Li RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 u "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 GCI Construction, Inc., of Costa Mesa, California, as Contractor, entered into a Contract on June 22. 2004. Said Contract set forth certain improvements, as follows: Green Acres Retrofit Swivel Ell Construction (C-3B98 Work on said Contract was completed on September 30. 2004, and was found to be acceptable on November 9. 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. V�V L Executed on i � iV r BY f'- ""M � , `" 1 I City Clerk at Newport Beach, California. ICJ ICJ 0 C,3�) e -3io CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 23 June 22, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department I Michael J. Sinacori, P.E. 949 -644 -3311 msinacod @city.newport- beach.ca.us SUBJECT: GREEN ACRES PROJECT — DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS - AWARD OF CONTRACT NO. 3698 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3698 to GCI Construction for the Total Bid Price of $196,600 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $20,000 to cover the cost of unforeseen work. 4. Approve a Budget Amendment increasing revenue estimates in the Water Fund, 500 -5901, by $125,256 and increasing expenditure appropriations in the amount of $216,600 in Account No. 7501- C5500075 using $91,344 from Water Enterprise Fund Future Infrastructure Reserve 500 -3785. DISCUSSION: At 2:00 P.M. on June 14`h, 2004 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low GCI Construction $196,600.00 2 ARB, Inc. 210,800.00 The low total bid amount is 12 percent above the Engineer's Estimate of $175,000. The low bidder, GCI Construction, possesses a California State Contractors License Classification A as required by the project specifications. GCI Construction has recently been low bidder on several City projects and has performed very well on those past projects. Subject: Green Acres Projeaomestic Swivel Ell Connections for NewporAch and Big Canyon Country Clubs - Award of Contract No. 3698 June 22, 2004 Page: 2 0 Per the Contract Specifications, the Contractor will have 30 consecutive working days to complete the work, which allows for the two country clubs to utilize the domestic connections during the troublesome months of August, September, and October. BACKGROUND On January 16, 1991 the City and Orange County Water District (OCWD) entered into an agreement regarding the distribution and sale of Green Acres Project Water (GAP). Because of the Orange County bankruptcy many projects were put on hold by OCWD including this one. However, in July 1996 a settlement agreement was reached with Defend the Bay whereby excess reclaimed water from Irvine Ranch Water District (IRWD) would be utilized by GAP in the winter months. This four party settlement agreement between IRWD, OCWD, the City, and the Orange County Sanitation District was the catalyst for embarking on the GAP extension into Newport Beach to five reclaimed water customers: Newport Mesa Unified School District for Eastbluff Middle School and CDM High School; the Bluffs Homeowners Association; Bonita Creek and Eastbluff Parks; and Newport Beach Country Club (NBCC) and Big Canyon Country Club (BCCC). Standard end user agreements for NMUSD, The Bluffs HOA, and City were executed in September 23, 1996. Because of concerns regarding the GAP product water quality, very detailed end user agreements were prepared for BCCC and NBCC, which were executed on December 10, 1996. The agreement with BCCC and NBCC provides for added protection if the GAP product water causes damage to the courses and allows them to request a switch back to domestic water supply if they can correlate the damage to GAP product water. Section 4 of the End User Agreement with BCCC and NBCC provides the following seven step procedure if the clubs experience water quality problems from GAP: 1. User shall notify City of the Problem. 2. City will investigate the problem within three (3) days of such notification. 3. If City agrees that a problem exists, City will attempt to remedy the problem. If City is unable to remedy the problem within thirty (30) days after City receives such notice from User, City will terminate the now of Project Water to the site and provide potable water in its place. 4. If City does not agree that a problem exists, City will notify the user and will meet to discuss the issues within seven (7) days of such notification. 5. If City and User are still unable to agree whether a problem exists, City and User shall select a mediator. City and User shall then present their views to Subject: Green Acres Projo Domestic Swivel Ell Connections for Newpon0ach and Big Canyon Country Clubs — Award of Contract No. 3698 June 22, 2004 Page: 3 the mediator, and the mediator shall decide whether a problem exists. City and User agree to be bound by the mediator's decision; however, City and /or User may pursue the matter through arbritation as provided in Section 18 of the End -User Agreement 6. If a mediator decides that a problem exists, the mediator shall proscribe the course of action City must take to remedy the problem. City must attempt immediately thereafter to remedy the problem in the manner proscribed: If City is unable to remedy the problem within thirty (30) days or receipt by ....... City will terminate flow of Project Water to Site and provide potable water in its place. 7. If the mediator decides that no problem exists, User must continue to accept Project Water as contemplated herein. Though the City is responsible for any damage caused by the GAP Product Water, OCWD controls the production of the product water. NEWPORT BEACH COUNTRY CLUB On June 10, 2002 the City was first notified of the water quality problems at NBCC. They noted excessive "salt" buildup from the use of GAP product water which they started using on November 18, 1999. The City requested documentation of the salt buildup after only three years of GAP use and after review, a short term switch to potable water was allowed to "flush" the salts through the soil. However, the existing domestic connection from Pacific Coast Highway and associated pump station to the course did not have the capacity to serve the facility and a switch was made back to GAP within a month, though complete salt flushing was not accomplished. On January 30, 2003 NBCC requested in writing that the City explore a swivel ell connection at the point of reclaimed water connection off Santa Barbara Drive. A swivel ell connection is the only approved Department of Health Services (DOHS) way of allowing dual connection to a reclaimed and domestic system. It essentially constructs piping that can either swivel between the domestic or reclaimed source but, through this type of piping, it is impossible to cross connect the two systems. Through the use of OCWD's consulting engineer, a plan was prepared for a domestic swivel ell connection and was bid to a few contractors doing work in the City. Surprisingly, the cost of the swivel ell connection was between $120,000 and $150,000 through the in- formal bid process and the City and NBCC abandoned this effort with the hopes of finding a more cost effective solution in modifying their existing domestic connection from Pacific Coast Highway. After months of review and estimates of over $200,000 to improve the existing connection, NBCC in October 2003 again requested that the swivel ell connection be installed on Santa Barbara Drive. The issue became Subject: Green Acres Proje *Domestic Swivel Ell Connections for Newport4kch and Big Canyon Country Clubs — Award of Contract No. 3698 June 22, 2004 Page: 4 critical for NBCC when they discovered that the soil condition had become sodic and • requested an immediate switch to domestic supply, which was done on October 28, 2003. The Staff at the City and OCWD would recommend moving forward with a new domestic connection only if a three way cost sharing would be contemplated by NBCC. On April 9, 2004 NBCC notified the City in writing that they would commit to a one third cost sharing of the new connection and request that the City move forward immediately. However, OCWD has since experienced severe budgetary issues and were unable to assist in funding this connection. NBCC has deposited their one third funding to accomplish the new connection, and if Council approves, the City would be responsible for the remaining two thirds. BIG CANYON COUNTRY CLUB On August 29, 2003 BCCC notified the City of their problems with GAP and requested a potable water swivel ell connection off of Jamboree Road near the point of reclaimed water service. Prior to conversion to the use of GAP, BCCC was in the planning for the reconstruction of their irrigation system, several fairways and all greens. Grant funds in the amount of $608,000 from the City and OCWD were provided to BCCC to compensate for the additional dual piping to allow the use of reclaimed water. The new irrigation system also included an emergency interconnection to the domestic system in the central part of the course. Unlike BCCC, NBCC had upgraded their irrigation system in the late 1980's and did not make provisions for the emergency connection to domestic use. They only received a $241,000 reimbursement towards the cost of their irrigation system reconstruction. BCCC began accepting reclaimed water on April 19, 1999 and during the first year of operation periodic system problems required them to convert back to domestic use. It was realized then that the capacity of their emergency domestic connection was inadequate and they requested that the City pay another $20,600 for upgrades to this emergency connection. Since the City and OCWD had already committed funds to construct an emergency domestic connection, BCCC was asked to explore the use of this planned emergency connection prior to the City allowing a new connection. And, since public funds were already spent by the City and OCWD, BCCC was required to fund any and all modifications. On March 26, 2004 BCCC notified the City that they had prepared the plans for improvements of their emergency connection and requested that the City seek approval for the implementation. Though the plans were only modifications to the existing emergency connections, the newly implemented DOHS guidelines for domestic connections to reclaimed systems made it difficult to approve their request from BCCC. BCCC would prefer the connection off Jamboree Road (April 29, 2003 letter request) and a true swivel ell can be constructed to satisfy DOHS at that location. A letter was sent to BCCC on April 13, 2004 summarizing the issues and requesting a $60,000 deposit for the design and construction of the swivel ell connection off Jamboree Road. 1 Subject: Green Acres Proj* Domestic Swivel Ell Connections for NewpoSach and Big Canyon Country Clubs —Award of Contract No. 3698 June 22, 2004 Page: 5 On April 21, 2004 BCCC deposited the required funds and City embarked on the design efforts for their swivel ell connection considered in this Council action. 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: The BCCC overall share of this construction contract is $90,256. BCCC will deposit the required $30,256 in additional funding above the deposited $60,000 prior to execution of the construction contract. NBCC is contributing one third of the construction funding towards their connection. The $35,000 deposited is essentially one third of the overall cost for their connection and no further funding has been requested. The recommended Budget Amendment appropriates the deposited funds from the two clubs and provides the additional $91,344 from the City's Water Enterprise Fund Future Infrastructure Reserve, Account No. 500 -3785, to the following account for the project: Account Description Green Acres Project Prepared by: r M' ael J. Sinacori, P.E. incipal Civil Engineer Attachments: Project Location Map Bid Summary Budget Amendment Account Number Amount 7501- C5500075 $216,600 Submitted by: ;n G. Badum Works Director 0 0 w w D L) I-- W a af CL < IL U) w Z� 0 < z w < W C) 0 a: O C) w F- w 0 2' 0 LLJ Z zo LO, >- 0 Ul LLI Ir ul LU Ro. IL z w 9 rT� C) -a LU W U- IL -j 0 z U) z 0 9o` w (-) (-) co LLI O Z O cr- z ai CLOZ 0,0 c) < W —1 (o LU Q> Z w nVP NYS LLJ (f) C) 0 �— CO di LLI Co �4 Z H Z -J L) 0 Lu i CP 0 L) > 0: 03 0. mU 26 F- z w0 Z 0 w w D L) I-- W a af CL < IL U) w Z� 0 < z w < W C) 0 a: O C) w F- w 0 ! 1 0 0 r 2Z U uJ Q � W m Q fr W 00 a WY 0 Z O U- 0 �} J U m M a Lli o Q o p N W _ F N 2 � _ V) U d U Ov�h o W x c U m W U _ U U « Z ui O Q QON O J p in c U U U m �a U U m Z w O O U Iq O N CO 0 C V A O N o U N U w d .3 (n u .N E O O N W a 2 w d .. U) < a O CZ (nQ a C)LUF- u U F C7 W W W Z Z O OZ CL F U w a s m m a 0 Q1 0 °o m C v N i N O O O O O O O O O H O O O O 0 0 0 0 O O O Z O (CL m N r m V V p O O< m (O f0 N si O (j O N (O O N m OD c � O Q Oj N a 0 O O O O O O O O O N =- O N r m V 0 p O O C m O V N t0D N N m N o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 00 00 0 00 C F' 0 0 0 O O O _ Z O 0 C 0 0 0 m m o O U S N V O m O N m m m 0 2 O N O« O O < C O Q O U 00 00 0 00 0 °0 00 00 00 0 30 0 00 0000 °o Z o 0 0 0 0 m m J N � 0 m 00 N m m m J 0 Soo 0000 0 ON U Z O O O N O O O C Q 0 N O N �1 O O R N O E E O M v m � a N o w Q n d m c O O O O O O O O O 0 0 0 N 0 0 0 0 W z 0 IQ W N O N« O O O V N J J J J J J J J J } Q 0 O a a U C � c N O > N N V Q O m a U° d a cc W 0 U > U m — d m ; m a u a F g o> W U> .� U ` E o LL 3 U) n U° O m 2 U) LIJ E = m U m m 0- m p C N L ry 'o O jp c N m 0 N c N> c > o W c U c c x d -oaa o U) o >. °w c O m N N N c c 0 N G N 0 i.. N > O L U L p (> > _ _ / 3 N O U N U m Q W Z 2 C L W W H F s m m a 0 Q1 0 °o m C v N i N (Wy of Newport Beacio BUDGET AMENDMENT 2003 -04 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO, BA- 04BA -076 AMOUNT: Szls,soo.00 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase revenue estimates for contributions made by the Big Canyon Country Club and the Newport Beach Country Club and to expenditure appropriations from the Water Fund Future Infrastructure Reserve for the Green Acres project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 500 3785 REVENUE ESTIMATES (3601) Fund /Division Account 500 5901 EXPENDITURE APPROPRIATIONS (3603) Description Water - Future Infrastructure Reserve Description Water Fund - Contributions Signed: Financial Approval: Administrative Services Director QSW/ Signed: / ,e �111� Administrative proval: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $91,344.00 $125,256.00 $216,600.00 Date DaI4 Date Description Division Number 7501 Water Fund Account Number C5500075 Reclaimed Water Irrigation Project Division Number Account Number Division Number Account Number Division Number Account Number Signed: Financial Approval: Administrative Services Director QSW/ Signed: / ,e �111� Administrative proval: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $91,344.00 $125,256.00 $216,600.00 Date DaI4 Date Jjty of Newport Beat` NO, BA- 04BA -078 ka3 BUDGET AMENDMENT 2003 -04 AMOUNT: $zls,soo.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase revenue estimates for contributions made by the Big Canyon Country Club and the Newport Beach Country Club and to expenditure appropriations from the Water Fund Future Infrastructure Reserve for the Green Acres project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 500 3785 REVENUE ESTIMATES (3601) Fund /Division Account 500 5901 EXPENDITURE APPROPRIATIONS (3603) Division Account Division Account Division Account Division Account Signed Signed Signed: Description Water - Future Infrastructure Reserve Description Water Fund - Contributions Number Number Number Number Approval: Director City Council Approval: City Clerk Amount Debit Credit $91,344.00 $125,256.00 $216,600.00 D— ate D4 as a Date Description Number 7501 Water Fund Number C5500075 Reclaimed Water Irrigation Project Number Number Number Number Number Number Approval: Director City Council Approval: City Clerk Amount Debit Credit $91,344.00 $125,256.00 $216,600.00 D— ate D4 as a Date CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS 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 2:00 p.m. on the 12th day of June 2004, at which time such bids shall be opened and read for GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS Title of Project Contract No. 3698 $175,000 Engineer's Estimate BIDDER'S LIST AVAILABLE ON CITY WEBSITE: htti)://www.6ity.newport- beach.ca.us/pbwbidlist/defauft.asp Click: Online Services — Public Works Bid List Approved by StephiprrtG. Badum Public Works Director Prospective bidders may obtain one set of bid documents for $20 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 Michael J. Sinacori. Proiect Manager at (949) 644 -3342 � T 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 OA • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 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 ADDENDA 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The • securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: www.qpo.gov/davisbacon 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. 15535 (p Class fl Contractor's License No. & Classification CS Cons+ruc+lo_n, 1nc. Bidder K501-51 to -q -oq Date r OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars ($ 10% OF BID ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of GREEN ACRES PROJECT - DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS, Contract No. 3698 in the City of Newport Beach, Is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to executa the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mating of "Notification of Award`, otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. , Wftness our hands this _9th ,day of JUNE _, 2004. GCI CONSTRUCTION, INC. Name of Contractor (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 801.N. BRAND BL STE PENTHOUSE Address of Surety CLENDN F., CA 91203 (818) 409 -2800 Telepl• one - - -- AuthomP Sionaturg ride &e,-,re-'+ Sec .Trects. u rued Age qg rure �-- — MICHAEL D. STO_NG, ATT_0_RNEY- IN -FA.C: Prot Name and Title (Notary acknowledgment of Principal 8 Surety must be attached) a¢ms ane•vi.swn ® _ � i s e N "... gun nxauc 5EAAKCINV EnM1r(MmfaMM.x,. Member of Zurich Financial Services Group -- A.M. Basil: 003B7 NAIC 11139306 View a list of group members or the group's rating GQ More Search -- Best's Rating °obons L g _ A (Excellent)• wM , Financial Size Category XV ($2 billion or more) 'Ratings as of 067371000 11:06:52 AM E.S.T. WMH Ow' "° ur — yo Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. Accessing Important Notice. Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of me a company's balance sheet strength, operating performance and business profile. These ratios are not a warrant of an pages on g P 8 P p 9 Y ambest.com insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. constitutes the user's agreementto Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register our terms of online. use, Information collected ha this Web site is - -- protected by our Copyright © 2004 by A.M. Best Company, Inc. ALL RIGHTS RESERVED P ° va No part of this information may be distributed in any electronic form or by any means, or stared in a database or retrieval system, without the poor written permission statement: of the A.M. Best Company. Refer to oui terms o" use for additional details_ Comments or concerns 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of RIVERSIDE I ss. On q Ilill , before me, R. CISNEROS Dal Name and Title of Officer le.q..'dane Doe. Notary Piibl¢') personally appeared MICHAEL D. STONG R. CISNEROS H COMM. #1488731 NOTARY PUBLIC - CALIFORNIA N RIVERSIDE COUNTY M Comm. Expires June 7, 2008 PIdCe Nomr) Seal Above Name(s) of Siynenel x personally known to me proved to me on the basis of satisfactory evidence to be the person(e whose name( isl,)K subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /hef4hiiTr authorized capacity(ies­), and that by his /hel signature(s9 on the instrument the person.(; or the entity upon behalf of which the person('( acted. executed the instrument. WITNESS m�an'd/o�ffi'ciiallsseal. Ile L Sn,namte of Notary Ple b OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: _Y Individual Corporate Officer — Title(s): Partner Limited •, General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Number of Pages: FPiGKTTHUMBPRINr I ..c <;'s; 11999 N.11O1.1N91.1 A65oaen9n•io500.S.to AUe.. Po l2a02•Cnalswnun.CAV.t9',3.2j02 •::wv narvnna,nr.',nr: 1!1 c.,..., +ID7 Peoroer C, 1,1 =a. 1 S76-6027 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is S_ waived_. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism ('as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003, 71/1, of direct earned premium in the prior year; for 2004, 109/'0 of direct carved premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government paiiicipates in losses. the United States govemment may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed S 100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the united States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Govemunent by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed 55,000,000. These disclosures are informational only and do not modify your bond or affect pour rights under the bond. Copyright Z_unch American lnswance Company 2003 -000-1 49.d,,c Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice !be wing SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By y, which are set forth on the rev side hereof and are hereby certified to be in full force and effec s hereby nominate, constitute an appoint Michael D. Stung, of Riverside, California, its tru rney -in -Fact, to make, execute, and deliver, for, and on its behalf as surety, and as its act ad and undertakings and the exe of such bonds or undertakings in pursuance of these re hall aid Com an as full and am The said Assistant Secretary does hereby certi the extra Torth on the reverse side hereof is a true copy of Article VI, erse d seal ssistant Secretary have hereunto subscribed their names and cution g P Y, y Ply, to all intents and purposes, as if they had been duly exec e- ackno � a ed by the regularly elected officers of the Company at its office in Baltimore, Md., in their o�� er persons. is power of attorney revokes that issued on behalf of Michael D. Stong, dated January 21, 1998. 11 \w FIDELITY AND DEPOSIT COMPANY OF MARYLAND The said Assistant Secretary does hereby certi the extra Torth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, an w in fo IN WITNESS WHEREOF, the said ItY esident ssistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said I A.D. 2003. 4117 A)�D POSIT COMPANY OF MARYLAND, this 16th day of January, O ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND OEPpf' V� 'gyp �e (\�, t By: T E. Smith Assistant Secretary Paul C. Rogers Vice President 1 . State of Maryland ss. City of Baltimore J On this 16th day of January, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA -F 012 -0629 • • EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this gl% day of C ) u4te , 4�2607 Assistant Secretary E EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate, and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this _�}_ day of Assistant Secretary 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 ss. County of D\- N� P. J On b - C1- 64 before me, $r,,r.,Ar�. oolc�r Na%m ry i��hlic Dale Name and Title o/O icer (e.f "Jane ,Nolary Pubk ) personally appeared E-tqd Zenne7t Names) or Signu(6) P7073':JrRA KOOKER Corn��liaamnf 1346865 z Nocary Public - California orange County ?Ai Con V � = --es Niar 17, 2006 Place Nolary Seal Above -1ersonally known to me 7 proved to me on the basis of satisfactory evidence to be the person(s) whose nameW is /are subscribed to the within instrument and acknowledged to me that he /sHeAhey executed the same in his /heFtlt„e authorized capacityoei�), and that by his/kheF-Aheir signature(») on the instrument the personjs), or the entity upon behalf of which the person(F,) acted. executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: _ Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 1 t Individual Tap of thumb here Corporate Officer — Title(s): Partner —'J Limited C- General Attorney in Fact G Trustee Guardian or Conservator 1 1 Other: Signer Is Representing: 0 1999 NaWral Notary Association • 9350 De Soto Ave Box 2402 • Chatswodb, CA 913132402 • www.nat' nalnotar org Prod N, 5907 Rao,ber: Call TO F,ee 18W 876 6827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 DESIGNATION OF SUBCONTRACTORS) 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 Contractors 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 Information Bid Item Description of Work %of Number Total Bid Name: D I? Ze r Q 4-r to c41A11- (Stkn +a- oLr)a- a o r1 c rn42 $% Address: Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: G CT Uns�ruc ton Znc Bidder Auth e -d Signature/Title Ftoy enneff/ s SecTreaS• • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR . NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name G C I CONSTRUCTION, INC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number Hoag Lower Level Central Plant- Cogen; Site Utilities Job No. 155 Project Description Site Utilities improvements, Approximate Construction Dates: From 8/03 To: In progress Agency Name Hoag Memorial Hospital / DPR Construction, Inc. Contact Person James Easley Telephone (94 j 574 -4467 Original Contract Amount $ 1.9m Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) In progress 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. 7 No. 2 • Project Name /Number Euclid Street Improvemnts @ State Route 91 Job No. 199 Project Description Street Improvements Approximate Construction Dates: From 11/03 To: In progress Agency Name City of Fullerton Contact Person Yelena Voronel Telephone (719) 738 -6350 Original Contract Amount $ 989,380 Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) In progress 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 No. 3 Project Name /Number Urban Storm Water Runoff Treament Project Project Description Install Storm Water Runoff Approximate Construction Dates: From 8/03 To: in progress Agency Name City of Huntington Beach Contact Person David Verone Telephone (119) 375 -8471 Original Contract Amount $L4 Final Contract Amount $ In progress If final amount is different from original, please explain (change orders, extra work, etc.) In progress 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 9 No. 4 Project Name /Number Project Description Foothill S Barranca Distribution Main Project Job No. 147 Distribution Main Improvements Approximate Construction Dates: From 7/03 To: 12/03 Agency Name City of Azusa Contact Person Chet Anderson Telephone 026) 812 -5208 Original Contract Amount $ 494,167 Final Contract Amount $ 545, 527 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 No. 5 Project Name /Number UCLA South west Campus Housing Job No. 134 Project Description Storm Drain, Sewer, Fine Grade Improvements Approximate Construction Dates: From 3103 To: In progress Agency Name Gordon & Williams Contact Person Dennis Arguelo Telephone (310) 824 -1076 Original Contract Amount $1,289,985 Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) In progress 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 No.6 0 Project Name /Number_ Project Description North Creek Storm Drain Diversion Storm Drain Diversion Improvements Approximate Construction Dates: From 5/03 To: 9/03 Agency Name Contact Person City of Dana Point Matt Sinacori Telephone (349) 248 -3575 Original Contract Amount $ 634,168 Final Contract Amount $ 713,267 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders 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. G C I CONSTRUCTION, INC. Bidder 10 Authorifed Signature/Title - .tL Sezretary Treasmer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 NON - COLLUSION AFFIDAVIT State of California ) ss. County of 0ratiaPE ) being first duly sworn, deposes and says that he or she is eC r -barl TreactArer of 0 C Comiruoilion,J;nr• , the parry making the foregoing bid; fhat the bid is not made in the interest of, or on behalf f, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. L -r mot/ Bidder I Authori d Signature/Title PiN.d benrie•ti /Sec Treas. Subscribed and sworn to before me this q day of J U-n"e- , 2004. [SEAL] Notary Public ¢j SANDRAKOOKER 1� Commission • 1346A66 z � - Notary Public - Califomie My Commission Expires: 3. 1 77 • ae orange county > My n n. &pires Mar 17, 2006 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 DESIGNATION OF SURETIES Bidders name G C I ars11aMCF, M. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurancelbond type): IIy4 wa: SELTZER MPPNCE SERVICES (714) 289-7676 1524 E. W AM AVDLE, QWUE , CA 92867 ME: SILK DEUF M SERVICES (909) 343 -0382 4850 ARCSiCM AVS'YJE, S1E. B, RIVERSIDE, CA 92504 12 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Record Last Five (5) Full Years Current Year of Record i iie inrormauon requirea Tor tnese items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2002 2001 2000 1999 1998 Total 2003 No. of contracts Total dollar Amount of Contracts (in 13 -SM 137M 13.OM 1-3-IM 7.5M —71 V, 492o ?M Thousands of $ No. of fatalities O O Q D 0 Q No. of lost Workday Cases O Q 0 Q U O No. of lost workday cases Q Q `% O involving permanent transfer to another job or termination of employment i iie inrormauon requirea Tor tnese items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder G CI COYIS��C I IOt1� J- nc. Business Address: 91(45 Fisc%1Pr A Ye• -it 6 rOG4 i Me54,CA • 9 acoato Business Tel. No.: 7 14 • q57 - 0 a 33 State Contractor's License No. and Classification: %5535(0 CIQSs 0 Title Genera_I Con +rac4ina The above information was compiled from the records that are availabld 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 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 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 ACKNOWLEDGEMENT OF ADDENDA Bidders name 6 c;J-' C.onsi ruc +►on, Inc- The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received gn re Fioid tune Se is .TreaS. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 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: G CT Cons •1rUcTion.,Tnc Business Address: Pl.4s Fischer Pe. * 5-3 Cos-kk Mesa,C0• gal/a(o Telephone and Fax Number: '►1'i `1'J' /-Ud -5 O / h),X 11Y-04u- California State Contractor's License No. and Class:—) 5535(0 C IQSS is (REQUIRED AT TIME OF AWARD) Original Date Issued:10-3) -98 Expiration Date: 10-31 -0q 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: - Chie� ES +i 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 Cosa Me5Telephone Terry lD- GJleso*te- -Presdenf -o�14s Ficcher 114- 957-0x33 R;chaI-d LIrreh - Vice PrPJAm-a45 FischerPye.* lb-5 C oNa Mesa. CA-ga(oa(# 7W- 157-0)33 Flyi Pbenne4 -Sec Treasurer -a45 Fischer Ave 4b3 0- 4- "s 4 M2S-119- 957-0)33 Corporation organized under the laws of the State of C[1),- o rn i a- 16 • • The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 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; N Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, explain. 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 labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes /® Are any claims or actions unresolved or outstanding? Yes No 17 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. T" G CI Lirls+CUC110 TTnC. Bidder (Print of Co ny) AuthorizetiSigrfture /Iltle terry u.41111 -Pre '(d e n + Title 6 -q -Oy Date e /Pi-es. Subscribed and sworn to before me this C+- ' day of 3 2004. [SEAL] yg �Af7UAKOOKER p ln� Co+°•mis:ucn #i34fi865 l� - a Pln:c;r PuF.!ic - GsliTUmia � � Cm,nye Co:sntp 7 MyCnr+a'. rapaCB %A.r17,2Wf� In JURAT State of California } } ss. County of orange ) Subscribed and sworn to (or affirmed) before me this Cit day of Ju.x -,P- off_, b y •.°Nt r i.- .:, r x 1345665 Dale Month rear z Notary Public - California > i Orange County 'F.. Name of Signers) Name of Signer(s) 0 1L/c Signature of Notary Public OPTIONAL Though the information in this section is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. • . Description of Attached Document Top of thumb here Top of thumb here Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: C 1999 National Notary Association • 9350 De Solo Ave., P.O. Box 2402 • Chatsworth. CA 9 1313,2402 Proof No. 5914 FeoNec Gall Toll Free 1 800 816 -6827 • CSLB complaint disclosure is restricted by law (B8 P 7124_6). If this entity is subject tt complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071_,17, only construction related civil judgments known to the CSLB are di • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 06/15/2004 * * * Business Information * * * GCI CONSTRUCTION INC 245 FISCHER AVENUE SUITE B -3 COSTA MESA, CA 92626 Business Phone Number: (714) 957 -0233 Entity: Corporation Issue Date: 10/16/1998 Expire Date: 10/31/2004 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description 0 GENERAL ENGINEERING_ CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 206819443 in the ai $10,000 with the bonding company TRAVELERS CASUALTY AND _SURETY ._COMPANY. http://www2.cslb.ca.gov/CSLB—LIBRARY/License+Detail.asp 06/15/2004 License Detail . Page 2 of 2 Effective Date: 01/0112004 Contractor's Banding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) TERI GILLESPIE certified that he /she owns 10 percent or more of the voting stock/equity of corporation. A bond of qualifying individual is not required. Effective Date: 10/16/1998 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 046- 0013132 Effective Date: 03/17/2001 Expire Date: 03/17/2005 Workers CompensationHistttM Personnel listed on this license (current or disassociated) are listed on other lice) Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson _Name Rye _uest © 2003 State of California. Conditions of Use Privacy Polite http: / /www2. cslb. ca. gov/ CSLB_LIBRARY /License+Detail.asp 06/15/2004 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 CONTRACT THIS AGREEMENT, entered into this.&) day DO -4 n &, 2004, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GCI CONSTRUCTION, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: GREEN ACRES PROJECT- DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS Project Description: Installation of domestic swivel ell water supply to two golf courses, including traffic control and pavement/site restoration Contract No. 3698 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. 3698, 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 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 One hundred ninety-six thousand, six hundred and 00/100 Dollars ($196,600.00). 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 Citv. addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR GCI Construction, Inc. 245 Fischer Ave., B -3 Costa Mesa, CA 92626 714 - 957 -0233 714 - 540 -1148 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 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 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 0 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. •-� "� • •- 25 CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor GCI CONSTRUCTION, INC. By' = Autherized Signature and Title Flu d benne-ft- ec'Treus . ACORO L�# 1 i#'tl.Fi i G"°tJF LIHf3il.I I.Y 11115UK/�.Nf.�""` �.` � , "U' 'ro er ( 714) 289-7676 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Seltzer Insurance Service ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. 1524 East Mayfair Avenue THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE Orange, CA 92867 COVERAGE AFFORDED BY THE POLICIES BELOW. c °_ °a "y Lexington Insurance Company THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY POLICY CO TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LIMITS IA Commercial General Liability I 2845342 04/01/04 04/01/05 Prod Claims Made 00, Pars, Owner's & Contractor's Protective Each Per P Fire B Company Lincoln General Insurance Company nsured GCIC002 -DE8 B Is GCI Construction, Inc. Bodily Injury (Per accident) 5 CME, Inc. c °moony National Union Fire Insurance Co. Pacific Equipment, L.L.C. C ATC 245 Fischer Ave. Suite B -3 Company D = State Compensation Ins Fund C oAt�t ;. CA 92Fi7(, D F- - Fi romrpn 1c 7"'A THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY POLICY CO TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LIMITS IA Commercial General Liability I 2845342 04/01/04 04/01/05 Prod Claims Made 00, Pars, Owner's & Contractor's Protective Each Per P Fire B Any Am- All Owned Autos Scheduled Autos Hired Autos Non -Owned Avms comp /Coll Ded 2510004883 -0 $ 1,000 04/01/04 04/01/05 Combined Single Limit Is Bodily Injury (per person) Bodily Injury (Per accident) 5 Property Damage 5 L GARAGE LIABILITY Any Auto Auto OnY- Eacg Accident 5 Other Than Auto Only Each Accident $ C KjUmbrella Form BE5683769 104/01/0404/01/05 ' EMPLOYERS LIABILITY- - - - - -- D 046 - 13132 -04 03/17/04 03/17/05 EL Each ACddent s The Proprietor/ Inc) EL Disease - Policy Limit 5 1,000, 000 Partners /Executive Officers are Excl EL Disease -Ea Employee 5 OTHER E M / Equipment MXI98401780 04/01/04 04/01/05 ch Limit $ 770,000 eased /Hired /Ren imit $100,000 /$5,000 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS ,ertificate Holder is named Additional Insured as per attached endorsements -eguired by contract with respect to work performed ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ON DATE THEREOF, THE ISSUING COMPANY WILL E� MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City Of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 *ENDORSEMENT # 010 This endorsement, effective 12:01 AM: 04/01/2004 Forms a part of policy no.: 2845342 Issued to: GCI Construction. Inc. By: Lexington Insurance Company THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92658 PROJECT /JOB: (If no entry appears above, information required to complete the endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the above schedule, but only with respect to liability arising out of your work for that insured by or for you. IT IS FURTHER AGREED THAT THIS POLICY IS PRIMARY AS RESPECT ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED AND THAT SUCH INSURANCE MAINTAINED BY THE ADDITIONAL INSURED IS EXCESS AND NON- CONTRIBUTORY WITH THIS POLICY AS RESPECTS TO WORK PERFORMED BY THE NAMED INSURED. IT IS FURTHER AGREED THAT THE INSURANCE COMPANY SHALL AFFORD OR PROVIDE THIRTY (30) DAYS WRITTEN NOTICE OF CANCELLATION TO THE INSURED IN THE EVENT OF CANCELLATION OR MATERIAL REDUCTION IN COVERAGE. LX0869 (01195) 4 J Authorized Representative OR Countersignature (in state' where applicable) 0 -rRTS EFID€'€RSEMENT CHANGFf9 THE POLIO'- i'LEASF: READ ITC R�i< -UGLY A ITIO L INSURED - SINES AUTO POLICY NUM M: 25110004993 NAMED ENSIIH.ED: ENDORSEMENT EFFECTI`vE: 04/01/04 covE .RED FARTS AF -r ECTED: ENDORSEMENT NO. —DO 1 COMPANY: LTNCOLN GENERAL INSURANCE COMPANY AUTHORIZED REPRESENTATIVE: SELTZER INSLFFMNCE SAC OaV i5400 IT IS HRREBY UNDERSTOOD AND AGREED THAT THE FOLLOWING AMENDMENT TO THE DEFIlET2T'IOIN OF "INSUREDS" SHALL INCLUDE THE &NTXTY tDESIGNATE'D 4EL0w% BUT ONLY TO THE EXTENT IT FALLS WITHIN THE AMENDED DEFINITION k €DDITIO NAL INSURED NAME: CITY OF NEWFORT 3.E_3CIi, PUBLIC WORKS DEPARTMENT ITS OFFICERS, AGENTS, OFF€CLAU S, EMPLOYEES AND VOLUNTEERS Jui3: 32J�v Street Tide Valve Replacement It i.q fvrt-: res a.gread 01flt. this, poli -_y i5 primary as respect to aiiy insurance zmaintained b. the additional insured . ajr,d that, such insu_�ace Oi _.'7.e add;Ldo: Fd ;__ -1s,,) -_d SS excess and no _ -writ ibu tl_ry. THE DISFINITION OF "MSURREDS" IS AMI;_<YdDE)D TO INCLUDE: "Alti PERSON 02 ORG& TI$Es.TiON VjHO IS LEGALLY RESPD -TSUME POR THE "USE e" OF THE; FIdSUI2ED AUTOI a3KLE UY.' T.PIR NAMZD Mt- UPR-D, I'TS EMPLOT'EBS, OR ANY PERSON USING THE iNSL-RED A,UiOMORTLM WITH THE NAY-ED INSUREDS PE_RIdiISS1ON" THE Tc ZM " U SE" WHEN PP'L ED 'x O A MOTOa 1 EH7CLE SI_,4,LL ONLY LIESN OPZR_kTING, ff UIl!'TAINING, LOA -DING OR UNLOADING i MOTOR VEHICLE, GA A_a3s A7i'1�QP cr%A Rir'�r^ s�`r,"Ii:.`riaC'c SIC.:I`.x'!"CrP��. 0 0 BROKER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE RUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 03 -17 -2004 GROUP: 046 POLICY NUMBER: 13132 -2004 CERTIFICATE ID: 099 CERTIFICATE EXPIRES: 03 -17 -2005 03- 17- 2004/03 -17 -2005 CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 NM This is is certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. 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. yAhl- AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE ENDORSEMENT 40015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE-03-17-2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: THE CITY OF NEWPORT BEACH ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 03 -17 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 03 -17 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: THE CITY OF NEWPORT BEACH EMPLOYER PACIFIC EQUIPMENT, LLC AND /OR GCI CONSTRUCTION, INC AND /OR CME CORP AND /OR WME, INC 245 FISCHER AVE STE B3 COSTA MESA, CA °2626 IOV.SPI PRINTED: 01- 20.2000 mom JUN -04 -2004 FRI 02 :53 PH =AX NO, 4 ........' — - -- Fax #:i9 4�� CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is compr*reauirafo is d of requirements as outlined by the City of Newport BeacP,. Date Received: Date Completed: Sent Company /Person e certifc ate: 1, GENERAL LIABILITY A. INSURANCE COMPANY: B. AM BEST RATING (A: Vll i P. 01 C. ADMITTED Company (Must be California ,Admitted): Is Company admitted in California ?. Y i1 D. LIMITS (Must be $1M or greater): What is limit provided? % E. PRODUCTS AND COMPLE TED OPERATIONS (Must include): Is it included? Yes ❑ No ADDITIONAL INSURED WORDING TO INCLUDE (The City its oilcers, cfnclals, arnployses and volunteers): Is it included? Yes F-No G, PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? Ayes � No Ayes H. CAUTIONI (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely 'cy negligence' wording? ❑ Yes xNo !. NOTIFICATION OF CANCELLATION; Although there is a provision that requires notificabon of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. EL AUTOMOBILE LIABILITY A. INSURANCE COMPANY: S. AM BEST RATING (A: VII c C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? { kYes No D. LIMITS (Must be 51M min. Sl & PD and $5DQ,DQQ UM): What is limits , ^urovidgd? E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes ❑ No F. PRIMARY & NON -CON TRODUTORY WORDING (For'Waste Haute s pnI Is it included? A hrl Lj Yes 1 No G. NOTIFICATION OF CANCELLATION: Although these Is a provision that requires notification of cancellation by cerifled mail; per Lauren Farley, the City will accept the endeavor wording. MM, WORKERS' COMPENSATION A. INSURANCE COMPANY: 3. AM BEST RATING (.A: VII c C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include); Is it included? EF.AVE ALL ABOVE REQUIREMENTS SEEN FNET7 IF NO. WHICH ITEMS NEED TO BE COMPLETED ?� -Pi7t b-Cz T--c 4QW. Yes El No g] Yes ❑ No Company Profile . Company Profile . Page I of a: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1400 AMERICAN LANE, 19TH FLOOR TOWER 1 SCHUAMBURG, IL 60196 -1056 800 - 382 -2150 Agent for Service of Process A2vDRFW K. PLATT, CIO ZURICH NORTH AMERICA 801 N. BRAND BLVD., 13TH FLOOR GLENDALE, CA 91203 Unable to Locate the Arent for Service of Process? Reference Information NAIL 39306 NAIC Group 0212 California Company ID '': 2479 -4 Date authorized in California: January 01, 1952 License Status: TiNLIMITED- NORMAL Company Type: Property & Casualty State of Domicile: MARYLAND Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation. of any of''Iese telTi:s, please refer to the glossary. AIRCRAFT AliTOMOBILE BOILER AND MACHLNERY BURGLARY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT k ��W PO�� s, �LfFOR�/ ADDENDUM NO. 1 CONTRACT NO. DATE: June 3, 2004 BY: TO: ALL PLANHOLDERS is Works Director 1. NOTICE OF INVITING BIDS — BID OPENING DATE CHANGE: Sealed bid may be received at the office of the City Clerk until 2:00 p.m. on the 14' day of June 2004, at which time such bids shall be opened and read. 2. BID PROPOSAL Bid item No. 7 shall be revised to read: "Install City provided Flow Meter, PRV and RP Assembly." 1 SPECIAL PROVISIONS Section 9, Bid Item 7 — Install City Provided Flow Meter, PRV, and RP Assembly. Revise title and modify last sentence to read as follows: "The City will provide the flow meter, PRV and RP Assembly." 1 f: \users \pbw \shared \contracts \fy 03 -04 \green acres c- 36981addendum #1.doc . Page: 2 of 2 4. SPECIAL PROVISIONS Section 207 -9.8 (Diaphragm Actuated Control Valves) Revise title as follows: "207 -9.8 Diaphragm Actuated Control Valves (City Furnished, Contractor to Install)" 5. PLANS Revise Construction Note No. 7 on Sheet 3 of 4 to read as follows: "7. 8 -inch Pressure Reducing Valve, (Furnished by City)" Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. 1 have carefully examined this Addendum and have included full payment in my Proposal. C C : ConslruJlon, Inc. Bidder's Name (Please Print) Date Signature & Title Fjaa4 f: \users \pbw \shared \contracts \fy 03 -04 \green acres c- 3698 \addendum #1.doc nn e-H / Sec .TreaS . . PR of 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL GREEN ACRES PROJECT DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 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. 3698 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization, Demobilization and Cleanup-� ut-x @MVtX04& Dollars and °b Cents $ a OdO•J Per Lump Sum Big Canyon Country Club 2. Lump Sum Furnish and Install Swivel Ell Piping. The City will Furnish the 10 -inch RP Assembly. Si Kl-y ro 'Ar @ -Tin nzocx=ncP Dollars and oc Cents $ (n�i � 0 00 Per Lump Sum 3. Lump Sum Abandon Existing Domestic Water Eme rgency Connection @Thwe.nd a�o Dollars and 00 -8' Cents $ Per Lump Sum . . PR2of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Excavation Safety. @1%lmn�txiC3l Dollars and o0 �r Cents $ 3 000 - Per Lump Sum Newport Beach Country Club 5. Lump Sum Furnish and Install 8 -inch PVC Pipe, DI fittings and thrust blocks. E ig @ Dollars and 40 Cents Per Lump Sum 6. Lump Sum Furnish and Install Hot Tap Connection to Exist 12 -inch ACP including 8 -inch tapping valve. @�1auAatt� Dollars and oa Cents $ o0� OOb Per Lump Sum / C; } j j)rov ije19 7. Lump Sum P"FwiSh awd Install Flow Meter, PRV and RP Assembly.+ire- G+ty-will The C" W01 Pro -ti& +he Flow ma, er'� PRV and Rp Assembly. a�7ako Dollars ?� and o0 'CJ Cents $ S00 Per Lump Sum 8. Lump Sum Furnish and Install Swivel Ell Piping. �� n @ 71ry t k I 0.rYNDollars —CJ and o0 Cents s3,%00, Per Lump Sum . PR3of12 9. Lump Sum Excavation Safety. @6k Dollars and pO Cents $ 3 oco Per Lump Sum TOTAL PRICE IN WRITTEN WORDS rs and Cents $ 11 l0 1 (p 00 Total Price (Figures) Date 9W. 95'1 -oa33 /914 - 51A 0 - I Igs Bidder's Telephond and Fax Numbers -755356 - G SASS A Bidder's License No(s). and Classification(s) GCZ C,ons�ruc- io_n Tnc. Bidder Bid deK Authorized Signature and Titl FloAennM ay5 Fische(- no. -kg -3 _ _Sec.Tr$Lsas- Bidder's Address Cos-fa eS�,C�•9aVa� C:\Documents and Settings \srooks \Local Settings \Temporary Internet Files \OLK5 \PROPOSAL C- 3698.doc (ssr) SECTION 1 SECTION 2 -6 2 -9 2 -9.3 2 -9.6 2 -12 SECTION 3 -3 3 -2.2 3 -3.2.3 SECTION 4 -1 4 -1.1 4 -1.3 4 -1.3.4 SECTION 5 -1 5 -2 5 -7 �J PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL. PROVISIONS GREEN ACRES PROJECT DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 INTRODUCTION PART 1 - -- GENERAL PROVISIONS TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 2 SCOPE AND CONTROL OF THE WORK WORK TO BE DONE SURVEYING Survey Service Survey Monuments PRE - CONSTRUCTION VIDEO 3 CHANGES IN WORK EXTRA WORK Payment Markup 4 CONTROL OF MATERIALS MATERIALS AND WORKMANSHIP General Inspection Requirements Inspection and Testing 5 UTILITIES LOCATION PROTECTION ADJUSTMENTS TO GRADE 1 2 2 2 2 3 3 3 3 3 3 3 3 3 4 4 4 4 4 5 0 5 -8 SALVAGED MATERIALS 5 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 5 6 -7 TIME OF COMPLETION 6 6 -7.1 General 6 6 -7.2 Working Days 6 6 -7.4 Working Hours 6 6 -9 LIQUIDATED DAMAGES 6 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 7 -3 LIABILITY INSURANCE 7 7 -3.1 Additional Insured 7 7 -3.2 Indemnification 7 7 -5 PERMITS 7 7 -7 COOPERATION AND COLLATERAL WORK 7 7 -7.1 Multiple Headings 8 7 -7.2 Sequencing Construction to Maintain Water Service 8 7 -7.3 Isolation of Existing Water Mains 8 7 -8 PROJECT SITE MAINTENANCE 8 7 -8.5 Temporary Light, Power and Water 8 7 -8.6 Water Pollution Control 9 7 -8.6.1 Best Management Practices and Monitoring Program 9 7 -10 PUBLIC CONVENIENCE AND SAFETY 9 7 -10.1 Traffic and Access 9 7 -10.2 Storage of Equipment and Materials in Public Streets 9 7 -10.3 Street Closures, Detours, Barricades 10 7- 10.3.1 Temporary Steel Plates 10 7 -10.4 Public Safety 12 7- 10.4.1 Safety Orders 12 7 -10.5 "No Parking" Signs 12 7 -10 -7 Notices to Residents 12 7 -15 CONTRACTOR LICENSES 13 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 13 SECTION 9 MEASUREMENT AND PAYMENT 13 9 -3 PAYMENT 13 9 -3.1 General 13 9 -3.2 Partial and Final Payment 15 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 15 201 -1 PORTLAND CEMENT CONCRETE 15 200 -1.1 Requirements 15 201 -1.1.2 Concrete Specified by Class 15 201 -1.1.3 Concrete Specified by Compressive Strength 16 201 -2 REINFORCEMENT FOR CONCRETE 16 201 -2.2.1 Reinforcing Steel 16 SECTION 207 PIPE 16 207 -9 IRON PIPE AND FITTINGS 16 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 16 207 -9.2.2 Pipe Joints 16 207 -9.2.3 Fittings 16 207 -9.2.4 Lining and Coating 17 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 17 207 -9.4 AWWA Butterfly Valves 17 207 -9.4.1 General 17 207 -9.5 AWWA Resilient Wedge Gate Valves 18 207 -9.5.1 General 18 207 -9.6 Turbo Meter (City Furnished, Contractor to Install) 18 207 -9.6.1 General 18 207 -9.7 Backflow Preventers (City Furnished, Contractor to Install) 19 207 -9.7.1 General 19 207 -9.7.2 Installation 19 207 -9.7.3 Testing 19 207 -9.8 Diaphragm Actuated Control Valves 19 207 -9.8.1 General 19 207 -9.8.2 Installation 21 207 -9.8.3 Testing 21 207 -9.9 Mechanical Couplings 21 207 -25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 21 207 -25.1 General 21 207 -25.2 Fittings 21 207 -25.3 Pipe Identification 21 207 -27 PIPE APPURTENANCES 21 207 -27.1 General 21 207 -27.2 Valve Boxes 22 207 -27.3 Sleeve -Type Couplings 22 207 -27.4 Nuts and Bolts 22 207 -27.5 Identification Tags, Tape and Signage 22 SECTION 214 PAVEMENT MARKERS 22 214 -4 NONREFLECTIVE PAVEMENT MARKERS 22 • • 214-5 REFLECTIVE PAVEMENT MARKERS 22 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 23 300 -1 CLEARING AND GRUBBING 23 300 -1.3 Removal and Disposal of Materials 23 300 -1.3.1 General 23 300 -1.3.2 Requirements 23 300 -1.5 Solid Waste Diversion 23 SECTION 302 ROADWAY SURFACING 24 302 -5 ASPHALT CONCRETE PAVEMENT 24 302 -5.1 General 24 302 -5.3.1 Weedkill 24 302 -5.4 Tack Coat 24 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 24 302 -6.6 Curing 24 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 24 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 24 303 -51 Requirements 24 303 -5.1.1 General 24 303 -5.5 Finishing 24 303 -5.5.1 General 24 303 -5.5.2 Curb 25 303 -5.5.4 Gutter 25 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 25 306 -1.1.1 General 25 306 -1.1.2 Maximum Length of Open Trench 25 306 -1.1.5 Removal and Replacement of Surface Improvement 25 306 -1.2.1 Bedding 25 306 -1.3 Backfill and Densification 26 306 -1.4 Testing Pipelines 26 306 -1.4.7 Watermain Disinfection 26 306 -5 ABANDONMENT OF CONDUITS AND STRUCTURES 26 306 -5.1 Abandoning Water Mains 26 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 26 307 -4 Traffic Signal Construction 26 307 -4.9.3 Inductive Loops 26 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 29 400 -2 UNTREATED BASE MATERIALS 29 400 -2.1 General 29 400 -2.1.1 Requirements 29 APPENDICES APPENDIX A Big Canyon Country Club Emergency Domestic Water Connection APPENDIX B OCPF & RD and APWA Standard Drawings • SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 27 308 -1 GENERAL 27 SECTION 310 PAINTING 28 310 -5 PAINTING VARIOUS SURFACES 28 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 28 310 -5.6.6 Preparation of Existing Surfaces 28 310 -5.6.7 Layout, Alignment and Spotting 28 310 -5.6.8 Application of Paint 28 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 29 312 -1 PLACEMENT 29 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 29 400 -2 UNTREATED BASE MATERIALS 29 400 -2.1 General 29 400 -2.1.1 Requirements 29 APPENDICES APPENDIX A Big Canyon Country Club Emergency Domestic Water Connection APPENDIX B OCPF & RD and APWA Standard Drawings . . SP 1 OF 29 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS GREEN ACRES PROJECT DOMESTIC SWIVEL ELL CONNECTIONS FOR NEWPORT BEACH AND BIG CANYON COUNTRY CLUBS CONTRACT NO. 3698 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W- 5304 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 -2 DEFINITIONS. Add to this section: "Design Engineer- Tetra Tech, Inc. 16241 Laguna Canyon Road, Suite 200 Irvine, California 92618 Attention: Mr. Tom Epperson, P.E. (949) 727 -7099 (949) 727 -7097 Fax" 0 SP2OF29 SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section: "Big Canyon Country Club Swivel Ell The work to be done under this contract consists of the construction of new piping and valving in order to provide the existing booster pump station with two possible sources of supply. The Contractor shall remove and dispose portions of the existing 8 -inch recycled water pipeline providing supply to the suction side of the existing booster pump station and construct new 8 -inch ductile iron pipe below and above grade, including all appurtenances, fittings, and connections per the Contract Documents. The Contractor shall remove the existing cap and thrust block on the 12 -inch PVC domestic water main and extend the pipeline with 12 -inch, 10 -inch and 8 -inch piping above and below ground, including all appurtenances, fittings, valving and connections per the Contract Documents. The City will supply the RP Assembly for the Contractor to install. The work to be done under this contract also includes the abandonment of an existing domestic water emergency connection located within the Big Canyon Country Club. The Contractor shall modify an existing aboveground assembly, remove and salvage an existing tee and gate valve and construct a new connection to the existing "Greens System" as shown in Appendix A. Newport Beach Country Club Swivel Ell The work to be done under this contract consists of the construction of new piping and valving in order to provide Newport Beach Country Club with two possible sources of supply for irrigation. The Contractor shall remove and dispose portions of the existing 12 -inch recycled water pipeline providing supply to the existing irrigation system (discharge side of the existing booster pump station) and construct new 12 -inch ductile iron pipe below and above grade, including all appurtenances, fittings, and connections per the Contract Documents. The Contractor shall connect to the existing 12 -inch ACP domestic water main and extend the pipeline with 8 -inch and 10 -inch piping above and below ground, including all appurtenances, fittings, valving and connections per the Contract Documents. The City will supply the RP Assembly and flow meter for the Contractor to install." 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 Contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." . SP3OF29 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments 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 Contractor's expense. 2 -12 PRE - CONSTRUCTION VIDEO. Prior to any construction activities, the Contractor shall provide the City with a video tape of the condition of the existing street, curb, gutter, sidewalk, existing booster stations, parking areas, walls and fences adjacent to the proposed improvements. 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. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.1 General. Add to the end of this section: "The following items have been prepurchased by the City of Newport Beach for this project. They will be delivered to the City's utilities yard at 949 West 1 6"' Street. The C . SP4OF29 Contractor will be responsible for transporting the items to their final location at each of the Country Clubs. This includes loading and unloading. • One 10 -inch RP Assembly • One 8 -inch RP Assembly • One 8 -inch Flow Meter Contractor shall supply flange gaskets, nuts, bolts, washers, and all other materials required to install the City Furnished Materials per the construction plans. All bolts, nuts and washers for the check valves and butterfly valves shall be 316 stainless steel. A copy of cutsheets for the City furnished materials will be provided at the pre - construction meeting for the Contractor's information. Contractor shall obtain the cutsheets of the City furnished materials prior to ordering spool pieces and fittings in order to verify lay lengths." 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 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 -1 LOCATION. Add to the end of this section: "The Contractor shall field verify the location and depth (pothole) of all crossing utilities and services, parallel utilities in close proximity to the proposed pipeline, and point of connections prior crossing the utility with the new pipeline. The Contractor shall provide the City with the pothole information consisting of pipe station, distance from curb, depth of cover from the finished surface to the top of pipe, and the size and material of the utility /connection pipeline at least three weeks prior to construction of the new pipeline. In addition, the Contractor shall expose all utilities and services at least 300 linear feet in advance of the actual pipe excavation operations. The Contractor shall repair all potholes the same day the utility is exposed. The Contractor shall place permanent asphalt concrete per Section 302. Temporary (cold mix) A.C. will not be allowed." 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide . . SP5OF29 and install a new pull 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 adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. For adjustment of Southern California Edison, The Gas Company, Pacific Bell, cable television, and other utility facilities to the finish grade, the Contractor shall submit to the Engineer a written request specifying facilities to be adjusted. The City will contact each utility company and request the utility company to adjust its facilities per the franchise agreement and asking the utility company to coordinate the adjustments with the City's contractor. The Contractor shall then coordinate with each utility company for the adjustment of these facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing City -owned sewer manhole, grade rings, water valve cans and covers, 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, Operations Manager, 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." 6 -7 TIME OF COMPLETION SP6OF29 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 30 consecutive working days after the date on the Notice to Proceed. It shall be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Availability of City furnished materials is discussed in Section 4 -1.1. 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 15',' 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 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas), and December 31s' (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, his subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc. before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 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 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 SP7OF29 inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -3 LIABILITY INSURANCE. Add the following to the section: 7 -3.1 Additional Insured. The Contractor shall specifically name the Big Canyon Country Club, Newport Beach Country Club and Tetra Tech, Inc., as additionally insured on all policies of insurance related to the performance of this contract. The Contractor will not be given his Notice to Proceed without the completion of all insurance certificates on the City forms. Copies of all insurance certificates on the City forms shall be provided to the Big Canyon Country Club, Newport Beach Country Club and Tetra Tech, Inc. 7 -3.2 Indemnification. In addition to the requirements of H.3 of the Contract, the Contractor hereby releases and agrees to indemnify, defend, and hold harmless Tetra Tech (hereinafter Design Engineer), their agents, employees, consultants, and representatives for any and all damage to persons or property or wrongful death regardless of whether or not such claim, damage, loss or expense is caused in whole or in part by the negligence, active or passive, of the Design Engineer, as well as their agents and employees, excepting only the sole negligence of the Design Engineer and their agents and employees to the fullest extent permitted by law. Such indemnification shall extend to all claims, demands, actions, or liability for injuries, death or damages occurring after completion of the project, as well as during the work's progress. Contractor further agrees that it shall accomplish the above at its own cost, expense and risk exclusive of and regardless of any applicable insurance policy or position taken by any insurance company regarding coverage. Contractor shall defend, indemnify and hold the Design Engineer, their employees, officers, or agents, harmless against any and all claims by any parties arising from, or related to, any and all damages, including legal costs and attorney's fees, resulting from interference with, interruption of, damage to, or any and all injuries which result from damage caused to subsurface installation as defined in Government Code '4216.10), which is unforeseen and despite Design Engineer's effort during the design process was not located, excepting only the gross negligence or willful misconduct of the Design Engineer in providing its services. 7 -5 PERMITS. Delete the first sentence and replace with the following: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of work." 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. . SP8OF29 The Contractor shall complete and place the swivel ell in service (recycled water connection) within one — 8 hour shut down at each country club. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any night time work in advance. The Contractor shall notify the golf course superintendent one week (7 calendar days) to coordinate and schedule work, mobilization and shut down of the respective pump stations. Big Canyon Country Club Superintendent is Jeff Beardsley at 949 - 644 -1474, extension 231 and Newport Beach Country Club Superintendent Ron Benedict at 949 -644- 8845." 7 -7.1 Multiple Headings. In order to meet the contract schedule, the Contractor will be allowed to initiate and maintain concurrent activities. However, the Contractor will not be allowed to have multiple phases of work occurring that have the both pump stations out of service at the same time. 7 -7.2 Sequencing Construction to Maintain Water Service. The proposed water main replacements will need to be sequenced in order to maintain water service to the project area. The sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and /or shut downs of existing water mains. The Contractor shall submit a construction sequencing plan to the City for review. The phasing of the existing pump stations shall be included in the schedule. The Contractor shall complete and place the swivel ell in service (recycled water connection) within one — 8 -hour shut down at each country club. The sequencing plan shall be approved by the City prior to commencement of construction. 7 -7.3 Isolation of Existing Water Mains. The valve closures required to isolate the existing water mains for the proposed connections shall only be performed by the City. The Contractor shall maintain the supply of water to customers at all times except for the time to make the necessary connections to the existing mains. This shutdown will occur at an agreed upon time. The Contractor shall complete and place the swivel ell in service (recycled water connection) within one 8 -hour shut down period at each country club. The Contractor shall maintain adequate fire protection at all times during the construction of the project. It is the Contractor's responsibility to provide advance notification to and coordinate the construction with the local fire department. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, the Contractor 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." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." SP 9 OF 29 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 settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's web site at http://www.city.newi)ort - beach.ca. us /pubworks /links. htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter marine waters. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when sawcutting. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance, failure of the Contractor to follow BMP will result in immediate cleanup by City Forces and the back charging of the Contractor for all costs plus 15 percent. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: 'The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may not be stored in streets, roads, or sidewalk areas without approval by the Engineer. The City . SP 10 OF 29 will allow the Contractor to store materials and equipment within the limits of the City's lease line at the Big Canyon Country Club Booster Pump Station Facility. It is the Contractor's responsibility to obtain any additional; area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the storage area. The Contractor shall restore the storage area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition within the storage area has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All 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. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners." 7- 10.3.1 Temporary Steel Plates. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non -skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: 1. Steel plates used for bridging shall extend a minimum of 12- inches beyond the edges of the trench. 2. Steel plate bridging shall be installed to operate with minimum noise. . SP 11 OF 29 3. The trench shall be adequately shored to support the bridging and traffic loads. 4. Temporary paving with cold asphalt concrete shall be used to feather the edges of the plates, if plate installation by Method (2) described below, is used. 5. Bridging shall be secured against displacement by using adjustable cleats, shims, or other devices. Steel plate bridging and shoring shall be installed using either the following Method (1) or Method (2): Method (1) (For speeds more than 45 mph) The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. Method (2) (For speeds 45 mph or less — Santa Barbara Drive) Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of two (2) dowels pre - drilled into the corners of the plate and drilled 2- inches into the pavement. Subsequent plates are butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope of 8.5% with a minimum 12 -inch taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines of asphalt concrete mix, concrete slurry or equivalent slurry that is satisfactory to the City and /or Caltrans. The Contractor shall be responsible for maintenance of the steel plates, shoring and asphalt concrete ramps. The following table shows the advisory minimal thickness of steel plate bridging required for a given trench width (A -36 grade steel, designed for HS20 -44 truck loading). Trench Width Minimum Plate Thickness 10" 1/2" 1' -11" 3/4" 2' -7" 7/8" 3' -5" 1 " 5' -3" 1 -1/4" For spans greater than 5' -3" a structural design shall be prepared by a California registered civil engineer. . . SP 12 OF 29 All steel plates within the right -of -way whether used in or out of the travel way shall be without deformation. Steel plates shall be non -skid. Advanced signs shall be required for steel plates within traveled ways (Type P per the Watch Manual or a Rough Road sign (W33) per Caltrans requirements). 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractors 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. 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 prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, 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 Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. . . SP 13 OF 29 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a Class "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 "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, including repairing all existing improvements damaged by the work and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, and maintaining the project site in a safe and orderly manner during construction. This item also includes any costs incurred for securing bonds, insurance permits and financing prior to beginning the construction work. . SP 14 OF 29 Big Canyon Country Club Swivel Ell Item No. 2 Furnish and Install Swivel Ell Piping: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings, thrust blocks, RP assembly, coatings, fencing, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the pipe complete in place. The City will supply the RP Assembly for the Contractor to install. Item No. 3 Abandon Existing Domestic Water Emergency Connection: Work under this item shall include removing and salvaging existing tee and gate valve to the City yard and furnishing and installing all material and labor necessary to connect existing RP assembly to supply the "Greens System" complete in place as shown in Appendix A. Item No. 4 Excavation Safety: Work under this item shall include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Newport Beach Country Club Swivel Ell Item No. 5 Furnish and install 8 -inch PVC Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water and surface water, bedding, backfill, compaction, slurry backfill, installation of pipe, fittings, couplings, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, traffic control plans, and all other work necessary to install the pipe complete in place. Item No. 6 Furnish and Install Hot Tap Connection to Existing 12 -inch ACP: Work under this item shall include furnishing and installing hot tap connection including, but not limited to, pavement removal and replacement, temporary patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of tapping sleeve, tapping valve, valve box and cover, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. . • SP 15 OF 29 Item No. 7 Furnish and install Flow Meter, PRV and RP Assembly: Work under this item shall include furnishing and installing all material including, but not limited to, tree removal, grading, trench excavation, control of ground water and surface water, bedding, compaction, installation of pipe, fittings, couplings, flow meter, pressure reducing valve, RP Assembly, thrust blocks, concrete encasement, concrete pad, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the assembly complete in place. The City will provide the RP Assembly and flow meter for the Contractor to install. Item No. 8 Furnish and Install Swivel Ell Piping: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings, thrust blocks, coatings, fencing, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the pipe complete in place. Item No. 9 Excavation Safety: Work under this item shall include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. 9 -3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 Requirements. Add to this section: "Concrete mix design shall be subject to review and approval by City of Newport Beach." 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." . . SP 16 OF 29 201 -1.1.3 Concrete Specified by Compressive Strength. Add to this section: "Cement slurry backfill will consist of one sack (94 pounds) or two sack (188 pounds) type II portland cement added per cubic yard of imported sand. No calcium chloride will be allowed. Placement of pavement on cement slurry backfill will not be allowed until at least 24 -hours after slurry placement. 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 207 -- -PIPE 207 -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. Pipe harness 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. 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 . SP 17 OF 29 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 the 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 shalt be loose 8 -mil thick polyethylene." 207 -9.4 AWWA Butterfly Valves 207 -9.4.1 General. All butterfly valves shall be of the tight - closing, rubber - seat type, conforming to the design standards of ANSUAWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and /or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be, K -FLO Wolverine Fig. 506 (Class 150), or approved equal. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI B16.1 flange drilling. All valves to have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65 -45 -12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18 -8 stainless steel, corresponding to the requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self - lubricating, corrosion- resistant, sleeve type. Bearings shall be designed for horizontal and /or vertical shaft loading. Shaft packing shall be self- adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 • . SP 18 OF 29 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI /AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI /AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators to be provided with 316 stainless steel exterior body bolts. 207 -9.5 AWWA Resilient Wedge Gate Valves. 207 -9.5.1 General. All resilient wedge gate valves shall conform to Section 207 -22.3 of the City's Standard Special Provisions. The Contractor shall submit specific valve model for Engineer review and approval prior to Contractor purchase or installation. 207 -9.6 Turbo Meter. (City Furnished, Contractor to Install) 207 -9.6.1 General. Meter shall conform with AWWA C7801 Class II. The manufacturer shall furnish certified test results for each meter showing that it has been tested for accuracy of registration and that it complies with accuracy and capacity requirements of AWWA C701 when tested in accordance with AWWA Manual M6. Turbine meters shall have all bronze main cases and measuring chambers, register boxes and covers. A drain plug shall be provided in the main case on all meters. All turbine meters shall have flanged connections, with Type 316 stainless steel bolts, nuts and washers. Straightening vane shall be provided in the main case of the meter. The measuring chamber shall be capable of operating within the specified AWWA accuracy limits without recalibration when transferred from one main case to another. A calibration adjusting vane located in the measuring chamber shall be provided on meter. The rotor shall be thermoplastic with ceramic bearings rotating on a stainless steel shaft. All motion shall be transmitted through a magnetic coupling. Worm gears will NOT be permitted. Register box and cover shall be bronze. Registers and register box shall be secured to the measuring chamber by an acceptable tamper -proof mean. Safety wiring of standard bolts and screws is NOT considered an acceptable method of tamper proofing. Turbo meters shall be equipped with strainers. The strainer body and cover shall be bronze or cast or ductile iron. Cast or ductile iron strainers shall be furnished with bronze or stainless steel screen with an effective open area at least double the area of the meter. Cast or ductile iron strainers shall be epoxy lined. All measuring chamber, strainer cover, and flange bolts shall be Type 316 stainless steel. The serial number of the meter shall be imprinted on the register cover. The register shall be direct reading, calibrated to read in cubic feet. The register on the meter shall have straight reading dial with 360 degrees test circle, center sweep hand and low flow detector. The register shall be driven by a right angle magnetic drive assembly. The register lens shall be tempered zero or zeros stamped on the register dial fac e balance of the digits either by contrast of whi white. Register shall be hermetically sealed, gears. . SP 19 OF 29 glass. The last two digits including the shall be easily distinguishable from the to numbers on black or red number on and shall not have replaceable change The bronze and ductile iron surfaces shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All meters to be painted at the factory by the meter manufacture. The meter shall be Sensus Series W turbo meter or approved equal. 207 -9.7 Backflow Preventers. (City Furnished, Contractor to Install) 207 -9.7.1 General. Backflow prevention assemblies shall conform to the latest edition of AWWA C506 and the "Manual of Cross - Connection Control ", Foundation for Cross - Connection Control and Hydraulic Research, University of Southern California, School of Engineering. Submit certification showing that the backflow device is approved by the Foundation for Cross - Connection Control and Hydraulic Research, University of Southern California, School of Engineering. The shut -off valves shall be resilient wedge gate valves conforming to Section 207 -9.5 and shall have outside stems and yokes. Valves two - inches and smaller shall be ball valves. Backflow preventer shall be Watts Series 909, Ames Model 4000SS or approved equal (Big Canyon Country Club), Watts Series 909, Febco Model 860 (Newport Beach Country Club) or approved equal. The valve shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacturer. 207 -9.7.2 Installation. Installation shall comply with the requirements of the latest edition of the Manual of Cross - Connection Control, and with the latest plumbing codes and applicable local agency requirements. 207 -9.7.3 Testing. Upon completion of the installation of the device, a test shall be performed and a certificate of the adequacy and operational compliance shall be furnished to the City. The test shall be performed by a testing agency approved by the Orange County Health Department. 207 -9.8 Diaphragm Actuated Control Valves. 207 -9.8.1 General. Valves shall be hydraulically actuated diaphragm type. The body shall contain a removable seat insert. A resilient rubber disc shall form a drip -tight seal with the valve seat when pressure is applied above the diaphragm. The SP 20 OF 29 diaphragm assembly shall form a sealed chamber in the upper portion of the valve, separating operating pressure from line pressure. The pilot control system shall include a fixed or variable orifice, and all major components of this system shall be manufactured by the same company that manufactures the main valve. Elastomers shall be Neoprene or Buna -N. The diaphragm shall not be used as a seating surface. The valve stem shall be center guided or top and bottom guided. For top and bottom stem guides, bearing in the valve cover and in the valve seat shall be provided. For center guided valve stems, a bearing in the valve cover shall be provided. Stem sleeves or bearings shall have an anti -scale treatment or shall be Delrin. A valve position indicator shall be provided. Repair and modification other than the replacement of the main valve body shall be possible without removing the main valve from the line. Materials of construction for Class 125 valves larger than 1 -inch shall be as follows: Item Material Main valve body and cover Cast iron, ASTM A 48, Class 30 or ASTM A 126, Class B, or Ductile iron, ASTM A -536 Main valve trim and seat Type 303 stainless steel, ASTM A 276, or A 351 Pilot control system Cast bronze, ASTM B 62, with Type 303 stainless steel trim Piping and tubing Copper (ASTM B 75 and B 88) and brass (ASTM B 43) Flanges for cast -iron valves shall be cast iron. ASTM A 48, Class 30 or ASTM A 126, Class B. Class 125 flanges shall conform to ANSI B16.1. Flanges for ductile iron valves shall be ductile iron, ASTM A -536 and shall meet B16.42. The valve shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacturer. The pressure reducing valve shall automatically perform the pressure reducing function. It shall maintain a constant downstream pressure regardless of changing low rates and /or varying inlet pressures. The pilot control shall be direct acting, spring loaded, diaphragm valve, design to respond to slight variations in downstream pressure and immediately reposition the main valve to maintain the desired downstream pressure. The pilot control system shall be provided with a strainer, isolation valves, opening speed control, closing speed control, and a check feature. The valve shall have an upstream pressure of about 140 psi and a downstream pressure setting of about 95 psi. The valve shall be Cla -Val Model 90 -01 BSYKC, pressure class 150 including an X101 indicator. . SP 21 OF 29 207 -9.8.2 Installation. Bolt holes of flanged valves shall straddle the horizontal and vertical centerlines of the pipe run to which the valves are attached. Flanges shall be cleaned by wire brushing before installing flanged valves. Flange bolts and nuts shall be cleaned by wire brushing, threads lubricated with oil and graphite, and nuts tightened uniformly and progressively. If flanges leak under pressure testing, the nuts and bolts shall be loosened or removed, the gasket reseated or replaced, bolts and nuts reinstalled or retightened and the joints retested. Joints shall be watertight. 207 -9.8.3 Testing. Valve shall be tested at the same time that the pipeline is pressure tested. 207 -9.9 Mechanical Couplings The mechanical couplings shall be the Dismantling Joint as manufactured by Dresser. The dismantling joint shall be a double flanged fitting that allows longitudinal adjustment in the flanged pipe system. The joint shall accommodate up to a 1 -1/2 -inch minimum longitudinal adjustment for pipes with diameters equal to or greater than 12- inches. The adjustability is provided by the telescopic action of the flanged spigot within the flange adaptor. Once the required length is achieved, the dismantling joint will be locked at that length with tie bars. The spigot piece and flange adaptor shall be made of steel per ASTM A283 Grade C and shall be coated with a fusion bonded epoxy. The tie bars and components shall be 304 stainless steel. The gasket shall be BUNA -S rubber water quality gasket. 207 -25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 207 -25.1 General. All polyvinyl chloride (PVC) pipe shall be SDR -14 (Class 200) and shall be manufactured in strict accordance with the latest revisions of AWWA C- 900, and Section 207 -21 of the City's Standard Special Provisions. 207 -25.2 Fittings. All fittings for PVC pressure pipe shall be ductile iron and shall be in accordance with the latest revisions of AWWA C110, C153, C111, C104 and Section 207 -9 of the Standard Specifications. All fittings shall be push -on type and shall be thrust - blocked and anchored in accordance with the City Standard Plans. 207 -25.3 Pipe Identification. All PVC pressure pipe shall have a tracer wire or metallic warning tape installed per Section 207 -22.7 of the City's Standard Special Provisions. 207 -27 PIPE APPURTENANCES 207 -27.1 General. Unless otherwise specified, all pipe appurtenances shall comply with the appropriate Standard Drawings of the City of Newport Beach and Section 207 -22 of the City's Standard Special Provisions, unless modified herein. 207 -27.2 Valve Boxes. Valve boxes shall comply with the appropriate Standard Drawing of the City and Section 207 -22.4 of the City's Standard Special Provisions. . SP 22 OF 29 207 -27.3 Sleeve -Type Couplings. Sleeve -type couplings shall comply with Section 207 -22.6 of the City's Standard Special Provisions. 207 -27.4 Nuts and Bolts. Above ground and buried nuts and bolts for flanges shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M for bolts, and ASTM A 194, Grade 8M for nuts. A washer shall be provided for each nut. Washers shall be of the same material as the nuts. Bolts for flange insulation kits shall conform to ASTM A 193, Grade B7. Nuts shall conform to ASTM A 194, Grade 2H. 207 -27.5 Identification Tags, Tape and Signage. The City requires warning tags to be installed on all gate valves and butterfly valves. Tags shall be weather poof plastic formulated for prolonged exposure and shall be 3 -inch by 4 -inch in size. One tag shall be attached to each valve with a nylon tie. Tags shall be as manufactured by Christy or approved equal. Recycled water warning tags shall have purple background and black lettering stating "WARNING — RECYCLED WATER — DO NOT DRINK" on one aside and "AVISO AGUA IMPURA — NO TOMAR" on the other side. Potable water warning tags shall have a blue background and black lettering stating "POTABLE WATER" on one side and "AGUA PARA TOMAR" on the other side. All new buried water pipelines shall be identified with warning and locator tape in accordance with the City's Standard Provisions Section 207 - 2.7.2. Recycled water pipelines shall be buried with purple warning tape with black lettering. Lettering shall be a minimum of 2- inches with the wording "CAUTION: RECYCLED WATER — DO NOT DRINK" and "CAUTION: RECYCLED WATER LINE BURIED BELOW — DO NOT DRINK" for locator tape. Domestic water pipelines shall be buried with blue warning and locator tape with white lettering identifying the domestic water line. Lettering shall be a minimum of 2- inches high letters with the wording: "CAUTION — DOMESTIC WATER LINE BURIED BELOW ". Warning signs shall be etched aluminum with block lettering. Aluminum plate shall be 1/16 -inch thick. Lettering shall be black with 1 -inch high letters. The size, type and location of sign shall be dictated by each individual application and subject to acceptance by the City. Two warning signs shall be posted on each fenced facility that can be readily seen. The wording of the sign shall be agreed upon with the City. SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." . SP 23 OF 29 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 '/z 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. • • SP 24 OF 29 SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: 'The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks'/ -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.3.1 Weedkill. Contractor shall treat the finished subgrade with an approved weed - killer herbicide prior to placing the pavement section. 302 -5.4 Tack Coat. Add to this section: 'Prior to placing the asphalt concrete patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one — tenth (1110) 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 atchback 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 3,000 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." . SP 25 OF 29 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "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. [only for very flat areas] Add to this section: 'The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 306 -- UNDERGROUND CONDUIT CONSTRUCTION 306 -1.1.1 General. Add to this section: "Excavation shall include without classification the removal of all material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an off -site location. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefore. All excess native material excavated during the construction shall become the property of the Contractor and shall be disposed of by him outside the limits of work in accordance with the applicable ordinances and regulations of the governmental agencies having jurisdiction. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefore." 306 -1.1.2 Maximum Length of Open Trench. Revise the length of open trench from "500 feet' with "300 feet." In addition, the Contractor shall place the base paving (for temporary pavement) flush with surrounding pavement within at least three (3) calendar days after traffic is allowed back onto the trench. 306 -1.1.5 Removal and Replacement of Surface Improvement. Add to this section: 'The thickness of the existing AC pavement and base sections will vary. The Contractor shall assume the following existing minimum pavement sections. The type and depth of the existing pavement and base sections shown below were obtained from improvement plans or soil borings and the City does not guarantee the accuracy of this determination. Street Santa Barbara Drive Pavement Structural Section 5 -inch AC over 10 -inch AB 306 -1.2.1 Bedding. Add to this section: 'Bedding material shall be clean, well graded imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be a granular material free from clay balls, organic material and other deleterious substances. The bedding material shall be compacted to a minimum relative compaction of 90 percent and shall be a minimum thickness of twelve (12) inches. . SP 26 OF 29 In the event the subgrade soils below the bedding are excessively weak or disturbed during excavation, the unsuitable soils shall be overexcavated to expose firm native material or removed and recompacted for a minimum depth of twenty -four (24) inches below the proposed bedding (recompacted to 90 percent relative compaction)." 306 -1.3 Backfill and Densification. Add to this section: Onsite soils may be used as compacted backfill, provided it is free of organic material and construction debris if approved by the City's Geotechnical Engineer. Where proper compaction of native material is not feasible, import san having a minimum sand equivalent of 30 shall be used. Cost of said import soil shall be sole responsibility of the Contractor and no additional compensation shall be made therefore. Water densification Qetted backfill) of bedding and backfill shall not be allowed. 306 -1.4 Testing Pipelines. Delete Section in its entirety. Replace with the following: "Hydrostatic testing shall conform to the requirements of the Section 306- 1.4.5 of the City's Standard Special Provisions. The Contractor will not be required to pressure test the new piping, valves and appurtenances." 306 -1.4.7 Watermain Disinfection. Watermain disinfection shall conform to the requirements of Section 306 -1.4.7 of the City's Standard Special Provisions. Disposal of all water used during flushing of the pipeline shall be in conformance with Section 7- 8.9 of these specifications. 306 -5 ABANDONMENT OF CONDUITS AND STRUCTURES 306 -5.1 Abandoning Water Mains. Contractor shall remove existing water mains and appurtenances at the locations shown on the plans or as directed by the Engineer. Water mains specified to be abandoned in place, 12- inches in diameter and larger, shall be filled with one sack cement slurry and have their ends plugged. The slurry shall be installed wet enough to insure that it does not bridge but rather fills the pipeline entirely. Water mains specified to be abandoned in place, 10- inches in diameter and smaller, shall have their ends plugged and be left intact. SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307 -4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -513 and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. . SP 27 OF 29 All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned of removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway ((949) 644 -3083) at the site to discuss City standards and requirements. The submittal shall adhere to the following guidelines. 1. Root Pruning b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree." V , 0 . SP 28 OF 29 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 shalt 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 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." . SP 29 OF 29 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." CADocuments and Settings \srooks \Local Settings \Temporary Internet Fi1es \0LK5 \SPECS C- 3698.doc (ssr) APPENDIX A Big Canyon Country Club Emergency Domestic Water Connection eo¢� sooa /u /so s.v'imw = \aow \xoo \solo \:ry - X Es 0 J W z Q U) a o Uow i z WJ a oz o �� w Y wwQ) (moo 2ZW4 -N j w QW r Q > UU oZU�0Y oFO� [D Fo w - F) Vz U) .. z K Z) — (n W O P:ZU ga wOJUQw�'0 C)3ZN0N00 J W U a z w ooQ � U Z w z F— 3: z LLJ � V OwNO W W F—W >Z Jw0 OO o z `3zz C) of mauj0�= z U U LLI > c})WF-wFO?w QwzXO�X O W U >O I— wrz - <(f) V)�D wpOwF -Q =w U w W wx W:: W [If WN W Z-j V1 F- C �� z (� Q' �W WQZ Cl- �W 2 JQYzQ UF- W W Z Z W v �wog�x�o �z�oo,�a �F W LLI W ZUm(n wa(n Q(n QUU. :2 v (f) w O N U N 0 W oC wa m Q, w W o Q Lj LLJ � 0Z �a U 1 °Q ~w ` �JNJ O wQxa ofv)w> W ® z w ro W �w J �•� U3 ?`� 0 Uw O� LO it cro _ e a z� or O ` F-m waa i=o F (n Nw acn XpZ ( z } \ oo m wU d e ww za UZ CD J_� W - Z f�/I X W — X Z d w 0 0 Q F-w0 ZF U 3 Ww¢W �wQ �w �-0 > - w0 OF- W'�FQ N�OJ aa�> bmp-3O1A34 -da -SZ bmp-LLxgogjz :S3113 3ON3N33321 p . t. F Y � f ` 5 he i r "• y. � ,�`.. t � r 4 4 . Yt xe' i ° - � .s •�C C i - ' FAI z :L• :a �}� Aqr s• G r WI �sz G � � Y% °n x #,CSC r r� `-• k YA � u NOTES: 1. SECURE DRIVE -FIT GALVANIZED CAP TO POST WITH 6 mm (1/4 ") ROUND- HEAD RIVET. 2. H DENOTES FABRIC WIDTH AND NOMINAL FENCE HEIGHT. H = 1.5 m (5') UNLESS OTHERWISE NOTED. 3. IF FENCE WITH TOP RAIL IS SPECIFIED, DELETE STEEL TENSION WIRE AT TOP, AND PIPE RAILS AT INTERMEDIATE, SLOPE, END AND CORNER POSTS. EXTEND TENSION ROD TO TOP RAIL. 4. BARBED WIRE SHALL BE USED ONLY WHEN SPECIFIED. 5. POST SPACING IS MAXIMUM 3.0 m (10'). 6. FILL CLEAR OPENINGS GREATER THAN 75 mm (3 ") WITH FABRIC. FOR OPENINGS LESS THAN 450 mm (18 "), TIE FABRIC TO POSTS. 7. USE ONE POST FOR COMBINED SLOPE AND CORNER POST IF TOP OF CHANNEL WALL IS CONSTRUCTED AS SHOWN FOR "ALTERNATE ". B. STEEL BANDS AT TENSION BARS SHALL BE 3 mm X 25 mm (1 /B" x 1 "). MINIMUM, SPACED AT MAXIMUM 400 mm (16 "), 9. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EOUAL VALUES. IF METRIC UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. IF ENGLISH UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. HOWEVER, ASTM 615 REINFORCING STEEL MAY BE SUBSTITUTED FOR ASTM 615M STEEL. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC CHAIN LINK FENCE AND GATES SHEET30F3 SEE PFBRD STANDARD PLAN 600 -1 -OC FOR CONDITIONS APPENDIX B OCPF & RD and APWA Standard Plans This standard plan is based upon the "Standard Plans for Public Works Construction" (Greenbook Standard Plans), 1997 Edition, published by Public Works Standards, Inc. Conditions which shall apply to Public Facilities & Resources Department (PF &RD) use are listed below: Greenbook Std. Plans# PF &RD# Name and Conditions 600 -1 600 -I -OC Chain Link Fence and Gates 1. The chain link fence fabric wire diameter shall be 3.76 mm for all fence, regardless of height, unless otherwise specified. Fabric shall have "knuckles" (not twists) at the top and bottom. 2. Construct fence with fabric side (outward side) 60 mm inside R/W (right- of-woy) line. Place posts at least 750 mm from any R/W monument. R/W shall be identified and /or staked to the satisfaction of the Engineer prior to placing fence posts. 3. Chain link fence fabric shall be attached to the top and bottom tension wires at 450 mm O.C. with 2.75 mm diameter hog rings. Fabric shall be attached to posts and braces of 400 mrm O.C. with 3.76 mm diameter aluminum wire. 4. Entry gates on flood control facilities shall be the maximum width possible (not to exceed 6 m) within the R /W. All gates over 3.6 m shall be double gates. 5. Gates shall be hung by two hinges for gates 3 m or less and by three hinges for gates over 3 m. . Gate hinges shall be an industrial hanger type hinge. retric ORANGE COUNTY PUBLIC FACILITIES & RESOURCES DEPARTMENT STD. PLAN Approved Adopted: Res. 91-1481 Revised: Res. 97 -II7 W. L. Zoun, of Engineer 600 — 1 — O C GREENBOOK STD. PLANS- CHAIN LINK FENCE AND GATES SHT. I of I