Loading...
HomeMy WebLinkAboutC-3728 - Industrial Way Water Main Replacement Projectw • 0 C- 3 -40 PROFESSIONAL SERVICES AGREEMENT WITH HDR ENGINEERING INC. FOR INDUSTRIAL WAY WATER MAIN REPLACEMENT PROJECT THIS AGREEMENT is made and entered into as of thisalofh day of n , 2005, by and between the CITY OF NEWPORT BEACH, a Munici al Corporation ( "City "), and HDR ENGINEERING, INC., a corporation whose principal place of business is 26250 Enterprise Court, Suite 150, Lake Forest, California, 92630 ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to replace the 14 -inch water main in Industrial Way between Superior Avenue and Newport Boulevard. As part of the upgrade, City desires to eliminate a 30 -inch water transmission main that traverses the City's General Services Department yard, which runs parallel to Industrial Way. City wants to replace the two existing water mains and combine them into a single, 36 -inch water main located within the Industrial Way public street right -of -way. C. City desires to engage Consultant to prepare Plans and Specifications and construction cost estimates for the water main improvement project, provide assistance during bidding and construction support services ( "Project "). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal members of Consultant for purposes of Project shall be James A. Cathcart, P.E., and Steven A. Friedman, P.E. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31st day of December, 2006, unless terminated earlier as set forth herein. • 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Work attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Work at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery, or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section, the Fee Schedule included in the Scope of Work, and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed One Hundred Twenty -one Thousand, Nine Hundred and 00 /100 Dollars ($121,900.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Work to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any 2 0 0 reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Work and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Steven A. Friedman, P.E., to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 0 0 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael J. Sinacon, P.E., shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 12 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and/or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 90. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to 5 0 0 exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceotable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of Califomia, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of y a 0 Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. IV. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds 7 • a with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Work. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticiy plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City `As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 9 18. 19, 20 21 22. 0 0 COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his/her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date 10 0 0 of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 11 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Michael J. Sinacori, P.E. Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3342 Fax: 949- 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Steven A. Friedman, P.E. 26250 Enterprise Court, Suite 150 Lake Forest, CA 92630 Phone: 949 - 454 -4828 Fax: 949- 454 -4801 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting parry may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 12 29. 31 32. 33. 34 35. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. WAIVER A waiver by either party of any breach, contained herein shall not be deemed to b e of the same or any other term, covenant or of the same or a different character. INTEGRATED CONTRACT This Agreement represents the full and nature whatsoever between the parties and agreements of whatsoever kind o agreement or implied covenant shall be CONFLICTS OR INCONSISTENCIES of any term, covenant or condition a waiver of any subsequent breach condition contained herein. whether complete understanding of every kind or hereto, and all preliminary negotiations r nature are merged herein. No verbal held to vary the provisions herein. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Work or any other attachments attached hereto, the terms of this Agreement shall govern. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 13 0 0 unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: A e.. City Attorney for the City of Newport Beach ATTEST: B6 lOV�i''yru�/'i �ryr1����K1c�rJ LaVonne HarklessI City Clerk CITY OF NEWPORT A Municipal Corporat for the City of Ne%f Vort Beach HDR ENGINEERING, INC.: By: (1,2W mes A. Cat cart, Vic P e ident�11 ,Print Name: �J o xet� B : ter eC refo fi Print Name: r✓ouIs 'ccci'P, Attachments: Exhibit A — Scope of Work Exhibit B — Schedule of Billing Rates 14 e�efwc cinwal w�.a s..� Scope of Work services for the E•'DR's proposed scope of work for the Industr a Way 36 -inch Water Main Replacement project is divided into tasks required to achieve your project goals and successfully compiete file project The Water Main Master Plan improvement Program recommends ups=g an existing 14 -inch water main in Industrial Way between Superior Avenue and Newport Boulevard. The new pipeline is recommended to be a 36 -inch cement mortar lined and coated steel pipeline. Based on the maps included in the RFP, it is estimated that the project includes approximately 1.200 feet of 36 -inch pipeline. Task 1 - Protect Management 1. 1, Project Management. RDR's project management approach is to partner with the City's staff for the successful execution of the work. The Project will begin with the preparation of a PMP to define relationships and establish a clear understanding of the project goals and the critical success factors that will be required to meet these goals. The PMP will describe the organization of the project; give clear imes of communication and eportmg relationships, detail the scope, schedule, and budget, and describe the cost and schedule control procedures. Project management also includes HDR team coordination, internal team meetings, budget and schedule review, and invoicing activities. In addition, project management includes communication and coordination with the City, preparation of correspondence with the City, and project document control and administrative activities. 1.2. Project Kick -Off Meeting. The technical work on the project will be initiated with a kick -off meeting. HDR will prepare the agenda and other materials for the meetings and provide meeting - minutes to all participants. During the meeting, HDR will discuss pertinent information required to start the project, and review the project basis. We will 0 project present a detailed schedule and define the lines of communication; so that the project is well organized from the start. We will establish regular monthry technical meetings where project issues will be discussed, and decisions made and documented. 1.3. Meetings. Regularly scheduled monthly meetings will be held during the design phase of the project Some of the monthly meetings will coincide with the progress submittal review meetings. HDR will provide an agenda and meeting - minutes. In addition to technical issues and submittal reviews, the meetings will include progress reviews of the past months activities, budget review, and schedule review to keep the City informed of the project's progress. We will also feature a look -ahead at the comine month's activities and a review of critical pending issues. 1.4, Project Schedule. A detailed project schedule will be prepared and provided at the project kick -off meeting. T"he schedule will identify task durations, meeting dates, critical milestones, and other information pertinent to the schedule. The schedule will be updated monthly. Task 2 — Survey Services 2.1. Data Collection. Conduct the following data coDecting activities: • Perform a field reconnaissance survey to become familiar with the pipeline alignment, develop a photographic inventory, and identify difficult construction areas. • Review record drawings, utility atlases, existing geotechnical information, and other data supplied from the City that may be applicable to the alignment. • Research at City and County offices for local survey control and street centerline information. 2.2, Survey. Survey services consist of the following: • Measure coordinates of visible street monuments along the apparent street centerline and provide 040222.-04ws-oe 1 Exhibit A fq professional er�gineering services for the 0 I 1 III ' 11 1 Mill project ?.SCE file coorarrlaL: astm£ and IIelo notes to w.l' also include a review of available corrosion 'Engineer. • Ma -k manhole, utility and valve vaults in the neld prior to the aerial photography. • Establish survey ground control for aerial mapping using NAD83 coordinates and NAVD88 county benchmark elevations. • Aerial mapping by photog ammetric methods at 20 scale, one foot contour interval, of the 2D0- foot aide napping strip. Final product will be an Autocad digital drawing file by the team. • Budget 4 hours survey field crew time and office support to measure coordinates and elevations of c_itical design features or measuring manhole invert elevations, as directed by Engineer, and provide ASCII file coordinate listing and field notes to Engineer. 2.3. Survey of potholed utilities. It is assumed that a total of five locations will be potholed to confatn the location of the connection points to existing water mains and conf ictiag utilities. This task includes surveying location and depth or identified utilities. Task 3 — Utility Conflict Resolution 3. 1, Collect Data. Collect utility maps regarding existing, proposed, and abandoned utilities to determine potential conflicts with the proposed alignment. Identity and plot all above - ground and below -ground utilities on the preliminary drawings. 3.2. Coordinate Field Markouts, Arrange for mark - outs and potholing with various utilities (the work to survey the potholed utilities is included in Task 2). 3.3. Technical Memorandum. Prepare a memorandum identifying conflicting utilities and making recommendations to remedy conflicts. Task 4 — Cathodic Protection 41. Report. Conduct a corrosion investigation and prepare a memorandum documenting findings and recommendations. The corrosion investigation shall include a review of the proposed alignment and geotechnical report if prepared for this project. It 040221- 04210:x05 reports from existing facilities; soil test results; and the analysis of the corrosive effects of the native soils, groundwater, and stray currents on existing pipelines. The report shall include discussions of the investigative measures performed; test results, calculations, and design. recommendations. 4.2. Design of Cathodic Protection Measures, Prepare designs and specifications for corrosion monitoring and cathodic protection measures, trench backffll materials, pipeline lining and coating, and jomt insulation. Task 5 — Prepare Plans and Specifications 5.1. Calculations, EEDR will prepare design calculations for each project component that will follow a standard format. All calculations will be completed with a clearly stated design objective, assumptions, procedures, results, and recommendations. The preliminary calculations could include: horizontal and vertical alignment control, pipe external loads, pipe internal loads, welded joint design, joint restraint, welding calculations, bedding and backfll design, corrosion design, structural calculations for appurtenance design, air and vacuum relief calculations, buoyancy and collapse calculations, pipe specials, and outlet reinforcement design. 5.2. Drawings. HDR will prepare a complete and accurate set of contract documents ready for solicitation of competitive bids. A complete set of construction drawings will be prepared for all portions of the work in accordance with the City's standards and format. All drawings will be prepared using AutoCAD and drafted on mylar. Plan and profile drawings will be prepared at a scale of one inch equals 20 feet. A preliminary sheet list is included in the level of effort. City standard details will be used where appropriate and special details will be developed for connections to existing facilities. HDR estimates that the project will include three plan and profile sheets for the 36 -inch pipeline. ]q professional erinq services for the • Submtttais wll be lade to the ;.t-, at 5C percept; 90 percent, 100 percent, and a final review se. Ilpon approval of the final . rein ea• set, HDR will prepare the final mylar drawings for simature. The City's comments will be incorporated into each subsequent set of plans. Three sets of contract documents and cost opinion will be made for each submittal. At a item i mm each submittal shat contain the following information: 50 percent submittaL Pielimmar-1 title sheet, base plan and profile sheets, preliminary connection details and appropriate section details. Submittal shall also include prelimima-y quantities and a cost opinion. 90 percent submittal. Final plans and complete specifications, and final quantities and a anal cost opim on. 100 percent submittal. Final plans and specifications, final quantities and cost opinions. Final submittal. Final plans and specifications, and revised final quantities and cost opinions. Final mylars and electronic files. One set of original mylars and copy ready specifications. An electronic set of drawings will also be submitted in AutoC_AD format. 5.3. Specifications. The specifications portion of the contract documents will consist of currently approved City front -end documents and general conditions. HDR will prepare a bid form, special provisions, and technical specifications for the project based on a CSI format. A set of specifications will be submitted with each submittal as defined in Task 5. 5.4. Cost Opinion, The EIDR cost estimating team will prepare quantities and construction cost opinions in support of each submittal. Task 6 — Permits 6.1. Caltrans Permit, Identify permit requirements at the 50 percent design submittal. HDR's fee assumes that traffic control plans and a permit from Caltrans will be required for this project. Permit 040221-04M3 -0e project applications will be prepared and submitted at the 90 percent submittal. '_' nne agency comments will be incorporated into the 100 percent complete submittal. A total of 16 snap.- hours to acquire the pc=' is assumed, which includes one Caltrans meeting. 6.2. City of Costa Mesa. Identify permit requirements at the 50 percent design submittal. HDR's fee assumes that traffic control plans and a permit from the City will be required for this project. Permit applications will be prepared and submitted at the 90 percent submittal. The agency comments will be incorporated into the 100 percent complete submittal. A total of 8 man- hours to acquire the permit is assumed, which includes one City of Costa Mesa meeting. 6.3. Traffic Control. Traffic control plans will be prepared in accordance with the latest "WATCH" manual, Caltrans Traffic :Manual, and the City of Newport Beach requirements by our subconsultant, Traffic Control Engineers, at the City's request. After preliminary pipe alignment has been approved by the City, traffic control plans will be prepared in 1 "=40' scale using AutoCAD. Traffic control concept plans will be prepared showing the proposed construction staging, number of lanes to be maintained, work hours, duration of each phase, construction area dimensions, etc. After the City approves the traffic control concept plan, final traffic control plans will be prepared and will show the following items: • Existing roadway and striping layout • Proposed pipeline locations • Traffic control devices - cones, signs, delineators, arrow boards, barricades, k- rails, crash cushions, etc. • Traffic control notes, legend, and work hours • Typical cross section of work area • Construction zone dimensions FDR g professional I ineering services for the • - . V Task 1 - Jladlilig 71. Pre -Bid Meeting. The HDR Prciect Manager will attend the pre -bid conference conducted by tine City and a pre -bid field visit, and provide project background information, if necessary. 7.2. Bidder Inquiries and Addendum. E1DR will respond to bidder inquiries and written quesbons during the bid period. One addendum will be prepared as required to update plans and specifications based on issues that a_zse during the bidding period. Task 8 — Design Services cluririg Construction 8.1. Requests for Information. E DR will respond in a timely manner to RFls prepared by the contractor and submitted to the City. Clarifications and interpretations of the contract documents will be issued to the City as appropriate for the orderly completion of the work The clarifications and interpretations will be consistent with the intent of the contract documents. 8.2. Shop Drawing Review. Equipment and material shop drawings and submittals submitted by the contractor will be revdewed and evaluated to determine if they conform to the design concepts and to comply with the contract documents. EIDR will also review and evaluate contractor equipment and material substitution requests to determine if they are acceptable. 8.3. Record Drawings. ElDR will prepare a record set of drawings based on the information provided by the contractor and/or the City. The record drawings will show the changes made during construction as recorded by the contractor and the City's construction management team. Final drawings will consist of one set of original record drawings on mylar suitable for making reproductions; and an electronic file of the record drawings in AutoCAD. 8A. Change Order Assistance. HDR will assist the City in assessing the legitimacy of extra work claims project submitted by the contractor and determine if he value of the affected work is reasonable. Assistance wil: be provided it, the negotiation and processing of construction change orders by the City. Task S — Subsurface Investigation Geotechnical investigation will include the following tasks: • Project coordination and planning, including permit acquisition, and scheduling the subsurface exploration. • Review of readily available background materials, including published geologic maps and literature, in -house information, stereoscopic aerial photographs, and reports and/or pians provided by the client. • Perform a site reconnaissance to locate proposed borings for utility clearance, and coordinate with Underground Services Alert for underground utility location. • Subsurface exploration will consist of three small diameter borings to depths of approximately 10 feet along the pipeline. The borings will be continuously logged by our representative and relatively undisturbed and bulk samples will be obtained at selected intervals from the borings for laboratory tesvng. • Laboratory testing of representative soil samples will include evaluation of in -situ moisture and density, sieve analysis, maximum density; shear strength and soil corrosivity. • Data compilation and engineering analysis of the information obtained from our background review, subsurface evaluation; and laboratory testing. Our engineering analyses and reconnnendations will include: • Suitability of the proposed construction from a geotechnical perspective. • Description of the site geology and on -site soils anticipated during construction, including an evaluation of potential geologic hazards and trench conditions that may impact the construction andior pipeline performance. 040?21- D42/03 -F 4 1"i q professional oineering services for the • '` _.. .�, 11 aII Il g Iwo Ill I I U( 4 o it 14111,411 project • �-xcava*>_on ana compacno: reautremen:s. printing reauests through the City`s Proiiect including suitability of the on -site soils for Manager. t-ench backfil1. • Evaluation of the depth to groundwater, if encountered. • AnaMis of the temporary stability of the trenoh excavations and appropriate shoring. • Evaluation of pipeline bedding and pipe zone materals to be used for the projects. • Evaluation of the.corroston potential of on- site soils. • Preparation of a geotechnical report presenting our fmaings, conclusions, and recommendations for pipeline design and construction. Assumptions The following assumptions have been made for eeotechnical services: • Site access will be granted and truck - mounted drilling equipment will be able to mobilize to the proposed drilling locations. • D7,11 cuttings may be used to baclzE the exploratory- borings. • IMR will not be responsible for utilities not shown on the plans nor marked out by Underground Service Alert. • N&-M's evaluation Rill not include any sampling, testing, or chemical analysis of hazardous materials, should they be encountered along the alignment. Assumptions The following assumptions are included in I-IDR's scope of work and fee estimate: • The City will provide applicable record drawings and sample contract documents from previous projects to RDR. • The City will provide appropriate design criteria and preferred material requirements to EIDR • The City will provide printing; photocopying; and other related services through the City's reproduction company, HDR will coordinate • The City vil] provide forms for first and second utility notices. • The City will prepare the required environmental documentation. • City will take dominant role in acquiring pc. -Mrs Lrom Caltrans and City of Costa Mesa. • The City will advertise for construction bids and prepare the bid summary. • The City will print final plans, specifications, and all addenda- The City has performed the required hydraulic modeling to confirm the pipe sizes. • Potholing of critical facilities will not be performed by HDR. Potholing can be performed by owners of utilities, or City crews. HDR will survey the depth and location of the potholed utilities. KV4ARKEMI(Y 07.0 Sutmened Pmwsea end Qmntincmom'� Pmmnk`Z War 0 =1- 'Neayon Beeeq Irvine Ave Wirer Wes' Pmp mNndumy W., S., Modified AM] IS MOS.&O 040221- 0420e,1-0e 5 Fq i .30 Ulllily Conlllcl 6esolullon � . - _�. — 3 C,oilacl data 2 18 18 1.470 32 Coordlnale lield madrouls -- _ - -�- - -- - -4- �__ 33 Technical memorandum 2 2_ -4- - 4 12 1,170 Sublolal Task3 0 _- 4, 2._ 24 0 0 - ^A 34 ^ 2 rD4D 0 0 40 Cathodic P cl rolelon J2 42 Pie�eCP AesiO.nV -J -- ~- -2 �J2 - - 16 —_ 20 .9 Bin -J BublotalTaak4 4 0 _ _ 24 �U 4 34 6001_0 0 IN _ 50 Prepare Plana andd Seeclllcallaga _�_ _ _ _ -�_ _ _ _ 55 Calculallona_ -.u__ 12 _ 1,280 6 2 Diawings .. ___ _ - - -- _ - _ ' _ — _ -- a 50 Larcanl bmillai 40'�- _ 12- 4 -- —40 —_ e6 _11.740 J -- 1P0__ _ L 900elcenl a� &millal_, -,,. - -- - -24 ,i6 - 0 - -, 24 _ - �72 - 0,98 _ ta0 _ c 100 Percent slNm_ illal _� -6�_ _- B _ _ 6 - 4- -_ I6 _ —_ 42 5,604 100 _ - d Final sml llal 4 e Fnal mylubars and ec_ 10 y -- _.2 - —_- - -2 - 4 4l0 _ _ _ 250 53 _ �� a 50 L1ercenl su0rtilllal __�. _ __ 12 - e -2 � 8 30 X3140 IDO _ _ b 90 parcznl evUmltlat. _ _ _ _12 9 .4 6 ,2B 3.240 _ too _ c 100 PerceN submlllal ,__ r _ 2 - A - 4 -- -4 - - _ 4_� le 2.z d Final srlUmlllal 7J - -- 4 8 530 1110 ? J 4 404 - 54 Cosl Estimates _ a 50 eercenl submlllal _ _ 4 S - V 80D 2 2 � 3 - _ 4 Sublolal Tasks i -J 8_ 120, 50 40 6 _ 90 32 34B 91666 a 12800 92.980 -- - - - - -- - _ 61 (:allrans Pnnnil _ 0 _4 4 16 2_080 100 _2,16D 6,2 Costa Mesa Pe0N1 _4 4 _ _ _ _ 5 940 I 63 _ ira11L control Ip 3ns _ r r_ ^_ _ _ 2 2 270 8,805 500 9.370 _ _ 6ublolal Task 6 0 14 4 _ _ 0 _ 0 _ �0 0 28 317D 'S 600 700 _ 12.470 7,0 Bidding Co.. 71 Pra-Md mee ¶ng -_ 2 10 1,090 _ 1C0_ _1.10 72,9idCer inuulries and addendum `_ fe 4 _4i J �6 4 36 920D� 420 Sublolal Task? 0 22 fi 96 5296 0 100 5,390 8.0 _ 1) 1111 Servlces dudny 8.1 is ta seWbe 6 RFIn J 4 _ _ _ 12 1 76 _ 2,760 92 Shoe Arawing review {assure l5 wl5 resuhL- _, 24 _ e T4� 28 6d0 540 -8 3_ Gonslnwllon Slaldny _ J 2 _ 2 _ 27 3,30 3,57, BA _ Pncord Orawin0s V - _ _ 8J_ _ - _ _ e -J -- -- __16_- —_ - _ 32 _ x.20 5011- 3780 85_GIwi4leortleresslslance assume 2G0) 8 4 12 1760 -J 1,76 Sublolal Task8 0 50 16 a 4 16 !0 94 1247D 3.300 Sao 16.27 90 Subsurface lnvnsllSallon �0 2 2 a 0 _0 4 610 7800 500 901 - 'co "ru:'- "-..J� .. to �282� '- BB- S4- 6 -e79- 3`,3_ 35d 13T`,87b USE L 721.000 210 1 135 1 170 7 75 2 200 _ l luu u ua I _ _ _- - Lab.,, homy _ _ _ _ C Coal dollars I ask P PIC P PM P PE P PE C Correafun S Sub W. b bnscrle0on _ Cplhcen f frleNnen M Mancdnl 7 7aldFnr. H HalUnr B B�allt� A Admin T Tolel _ _ Lab.' cousullaN O OUC Lob l.0 P _ C -- - t I P Pm ecl Mana emern 4 4 — — — 16 8 8 2 28 3 3,520 1 2 M l<ICk ofi maelil�_ r r 4 4 6 6 4 4 _ _ - - 1 14 13 . Mee l _' _ _12 - 4 4 _ _ Ifi_ _ _ 1900 14 P .. L 6 _ -- _ 2 2 1 10 _ - - -1,210 _ _ M Mlscellanee_us 01her Dbncl - _. 6 _ _ -- _ __ -- - Sublolal Task 1`__ 8 8 _ 0_ 4 4 0 0 0 0 1 14 S So 5 5560 6 6_2205 2 _42 0 21 f field Racounelssan_ce _ v _ 2P S Smvep 2 _ _ _ _ _4 B V V 4 4 _ _ 1 14 1 1,270 v _7.70 - -_ 23'.yny � �ulbulnd ulNlllnsr -� —J 4 3 300 1 1.70 Sublolal Task2 � �0 5 5 0 0 1 16 0 0 4 4 0 0 2 26 2 2.410 1 12700 1 100 ,---- - - Sublolal Tasks i -J 8_ 120, 50 40 6 _ 90 32 34B 91666 a 12800 92.980 -- - - - - -- - _ 61 (:allrans Pnnnil _ 0 _4 4 16 2_080 100 _2,16D 6,2 Costa Mesa Pe0N1 _4 4 _ _ _ _ 5 940 I 63 _ ira11L control Ip 3ns _ r r_ ^_ _ _ 2 2 270 8,805 500 9.370 _ _ 6ublolal Task 6 0 14 4 _ _ 0 _ 0 _ �0 0 28 317D 'S 600 700 _ 12.470 7,0 Bidding Co.. 71 Pra-Md mee ¶ng -_ 2 10 1,090 _ 1C0_ _1.10 72,9idCer inuulries and addendum `_ fe 4 _4i J �6 4 36 920D� 420 Sublolal Task? 0 22 fi 96 5296 0 100 5,390 8.0 _ 1) 1111 Servlces dudny 8.1 is ta seWbe 6 RFIn J 4 _ _ _ 12 1 76 _ 2,760 92 Shoe Arawing review {assure l5 wl5 resuhL- _, 24 _ e T4� 28 6d0 540 -8 3_ Gonslnwllon Slaldny _ J 2 _ 2 _ 27 3,30 3,57, BA _ Pncord Orawin0s V - _ _ 8J_ _ - _ _ e -J -- -- __16_- —_ - _ 32 _ x.20 5011- 3780 85_GIwi4leortleresslslance assume 2G0) 8 4 12 1760 -J 1,76 Sublolal Task8 0 50 16 a 4 16 !0 94 1247D 3.300 Sao 16.27 90 Subsurface lnvnsllSallon �0 2 2 a 0 _0 4 610 7800 500 901 - 'co "ru:'- "-..J� .. to �282� '- BB- S4- 6 -e79- 3`,3_ 35d 13T`,87b USE L 721.000 0 0 HDR ENGINEERING, INC. STANDARD CHARGES FOR PROFESSIONAL SERVICES Effective January 1, 2005 II_F3010 Exhibit B Title *Hourly Rate - S Sr. Company Officer 230-270 Company Officer 210-260 Senior Principal Engineer 200-240 Principal Engineer 180 - 215 Construction Manaaer 185 - 220 Senior Project Manager 165-185 Project Manager 145-170 Senior Engineer / Planner / Resident Engineer 130 - 150 Associate Engineer / Pianner 100 - 135 Assistant Engineer /Planner / Asst. Resident Engr. 95-120 Staff Engineer /Planner SO-100 Junior Engineer /Planner 70-95 Technician Manager / Inspectors 95 - 135 Senior Technician /Graphics Designer 75 - 110 Technician/Graphics Designer 75 - 100 Assistant Technician /Graphics Designer 0-5-95 Junior Technician /Graphics Designer 55 - 80 Field Technicians 55 - 80 Administrative Manager 85-120 Senior Administrator 80 -115 Administrator 75-100 Assistant Administrator 65-90 Junior Administrator 50 - 70 Administrative Assistant 55-75 Word Processor 50 - 70 Secretary 45-65 Clerk 40-60 Junior Clerk 30-50 Intern 35-50 'Hourly rate includes employee direct salary, range benefits, overhead (FAR.), and profit for services performed. EXPENSES in -House Expenses - Technology Charge (per labor hour) Vehicle Mileage (Per Mile) Photocopies (per copy) Plotting (per sq. ft.) Mylar $3.00 Outside Expenses - At Cost Plus 15% Hired Services - Subconsultants, typing Miscellaneous Supplies - Publications, $ 4.10 $ .405 $ .10 Vellum $1.00 Color $2.00 Bluelines $1.00 services, etc. printing, equipment rental, etc. Adk DATE (MMrnon� R e. CERTIFICAT OF LIABILITY INSURAN E 06/01/2005 05nln005 PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City Mo 64112 -1906 (816) 960 -9000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT OLI, EXTEND OR ALTER THE COVERAGE AFFORDED PIES BELOW, INSURERS AFFORDING COVERAGE INSURED HDR ENGINEERING, INC. 1013472 ATTN: LOUIS J. PACHMAN 8404 INDIAN HILLS DRIVE OMAHA, NE 681144049 INSURER A: ZURICH AMERICAN IN - S INSURER B : AMERICAN GUARANTEE & LIAB ZURICH INSURER C. SENTRY INSURANCE A MUTUAL COWANY CONTINENTAL CAS N.O. SCHINNEEM LIMITS COVERAGES HDR INOI CA THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS 'SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM /DD POLICY EXPIRATION DATE MMIDD/1'Y LIMITS GENERAL LIABILITY 3300 NEWPORT BLVD. EACH OCCURRENCE I $ 1 000 000 FIRE DAMAGE An onef.e $ 1,000.000 A X COMMERCIALGENERALLIABILITY GL03504583 06/01/2004 06/01/2005 MED EXP An one ereon $ $ 000 CLAIMS MADE FX� OCCUR i PERSONAL & ADV INJURY $ 1.000 000 GENERAL AGGREGATE S 2000 000 GEN'L AGGREGATE LIIMpIIT�� APPLIES X POLICY jEqC'T X PER: LOC PRODUCTS- COMP /OP AGG 2.000.000 1 B AUTOMOBILE LIABILITY ANY AUTO BAP3504584 06/0112004 06/01/2005 COMBINED a acude SINGLE LIMB BE $ 1,111,111 h _ X B ALL OWNED AUTOS TAP1114116 16111/2004 06/01 /2005 SCHEDULED AUTOS BODILY INJURY (Par person) $ XX30C{XX' X BODILY INJURY I (Per accicieM) $ XXXXXXX HIRED AUTOS NON- OV.MED AUTOS N PROPERTY DAMAGE (Per awnlenl) S XXXXXXX GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ XXXXXXX OTHER THAN EA ACC AUTO ONLY: AGG 5 XXXXXXX ANY AUTO R NOT APPLICABLE S XXXXXXX B EXCESS LIABILITY X OCCUR FI CLAIMS MADE AUC3808400 -00 06/01/2004 06/01/2005 EACH OCCURRENCE 5 1,000,000 AGGREGATE S 1,000,000 UMBRELLA y' (EXCLUDES PROF. LIAB) }OD,- {X XXXXXXX DEDUCTIBLE FORM $ XXXXXXX RETENTION S C WORKERS COMPENSATION AND 90- 14910 -01 06/01/2004 06/01/2005 X LA - TH- M,s EMPLOYERS' LIABILITY E.L. EACH ACCIDENT S 1000.000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE - POLICY LIMB I S 1011010 D OTHER ARCHS & ENDS PROFESSIONAL PLA113978408 06/012004 06/012005 PER CLAIM. $1,000,000. AGO: S1,000,OW LIASO.ITY DESCRIPTION OF OPERATIONS /LOCATION&VEHK.LEWEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS _ RE: INDUSTRIAL WAY WATER MAINREPLACEMENT, NEWPORT, CA, THE CITY OF NEWPORT BEACH, ITS ELECTED OR APPOINTED OFFICERS, OFFICIALS, EMPLOYEES, AGENTS & VOLUNTEERS ARE NAMED AS ADDITIONAL INSUREDS AS RESPECTS GENERAL &1UTOMOBILE LIABILITY COVERAGES WITH RESPECT TO LIABILITY ARISING OUT OF WORK PERFORMED BY ON OR BEHALDF THE CONSULTANT, WHICH IS PRIMARY & NON - CONTRIBUTORY, ONLY AS REQUIRED BY CONTRACT. WAIVER OF SUBROGATION APPLIES. ADDITIONAL INSURED FORMS ATTACHED ARE EQUIVALENT TO CG2010 11/85. 2292656 CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 11 PUBLIC WORKS DEPARTMENT DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR T MAIL DAYS WRITTEN ATTN: SHARI ROOKS, PUBLIC WORKS SPECIALIST NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 NEWPORT BLVD. NEWPORT BEACH CA 92658 RBPRESENTAauES, AUTHORIZED REPRESENTATIVE ACORD 25- S(7197)_. Fe ^r R.•.11. reen_dlny thl.E.PmPme,..m.nme,mmeer nneae 'he 'Proa..ere.Mron m.:.,.a..e.ln the eli.el..ae'HDIUMV. a, ACORDC PORATION. 1989_ 0 0 Additional Insured- Owners, Lessees or Contractors (Primary Insurance) ZURICH Policy No. Eff. Dace of Pol. Exp. Dale ofPol. Eff. Date of End. Producer GLO3504583 6/1/04 611/05 6/1/04 37- 385 -000 This endorsement modifies the insurance provided under the following: Commercial General Liability Coverage Form SCHEDULE Name of Person or Organization: THE CITY OF NEWPORT BEACH, ITS ELECTED OR APPOINTED OFFICERS, OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II -WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to the person or organization shown in the Schedule unless the other insurance is provided by a contractor other than you for the same operation and job location. Then we will share with that other insurance by the method described in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. U- GL- 1081 -A Cw (12101) Page I of I Certificate ED : 2292656 Misc Attachment; M64453 P POLICY NUMBER: GLO 3504583 0 COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: THE CITY OF NEWPORT BEACH, ITS ELECTED OR APPOINTED OFFICERS, OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS. Location And Description of Completed Operations: ANY LOCATION WHERE YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE FOR COMPLETED OPERATIONS. Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products- completed operations hazard ". CG 20 37 10 01 Certificate ID : 2292656 Misc Attachment: M64455 ISO Properties, Inc., 2000 Page 1 of 1 0 POLICY NUMBER: GLO 3504583 COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ALL PERSONS AND /OR ORGANIZATIONS THAT REQUIRED A WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND /OR ORGANIZATION. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard' This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 AGENT COPY Certificate ID : 2292656 Misc Attachment; M10654 0 0 ZURICH - AMERICAN INSURANCE GROUP COMMERCIAL INSURANCE Waiver Of Transfer Of Rights Of Recovery Against Others To Us This endorsement is issued by the company named in the Declarations. It changes the policy on the effective date listed above at the hour stated in the Declarations. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP code): This endorsement modifies insurance provided under the: Business Auto Coverage Form Truckers Coverage Form Garage Coverage Form Motor Carrier Coverage Form SCHEDULE Name of Person or Organization: ALL PERSONS AND /OR ORGANIZATIONS THAT REQUIRE IN A WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE AN ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND /OR ORGANIZATION. We waive any right of recovery we may have against the designated person or organization shown in the schedule because of payments we make for injury or damage caused by an "accident' or "loss" resulting from the ownership, maintenance, or use of a covered "auto" for which a Waiver of Subrogation is required in conjunction with work performed by you for the designated person or organization. The waiver applies only to the designated person or organization shown in the schedule. AGENT COPY Certificate ID : 2292656 Misc Attachment : MI 0657 U- M320�B C W (aea) Pape 1 W 1 • • SENTRY INSURANCE A MUTUAL COMPANY Carrier Code No. 15571 WORKERS'COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY POLICY NUMBER: 90- 14910 -01 00 021 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. we will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ALL PERSONS AND /OR ORGANIZATIONS THAT REQUIRE IN A WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO AN ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND /OR ORGANIZATION. we 00 03 13 (Ed. 04 -84) Copyright 1983 National Buncil on Compensation Insurance. 90- 14910 -01 00 021 DR, INC. 08 -14 -02 PAGE 001 POLICY EFFECTIVE 06 -01 -03 Certificate ID : 2292656 Misc Attachment: M13279 0 0 ZURICH - AMERICAN INSURANCE GROUP COMMERCIAL INSURANCE AUTOINSURANCE Insurance far this coverage part provided by: Policy NumberBAP 3504584 AMERICAN GUARANTEE AND LIABILITY INSURANCE COMPANYRenewal of No BAP 3504584 ADDITIONAL INSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE PART SCHEDULE NAME: THE CITY OF NEWPORT BEACH, ITS ELECTED OR APPOINTED OFFICERS, OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS. WHO IS AN INSURED (SECTION II)IS AMENDED TO INCLUDE AS AN INSURED THE PERSON(S)OR ORGANIZATION(S)SHOWN IN THE SCHEDULE BUT ONLY WITH RESPECT TO THEIR LIABILITY ARISING OUT OF: A) YOUR WORK FOR THE ADDITIONAL INSURED(S)AT THE LOCATION DESIGNATED, OR B) ACTS OR OMISSIONS OF THE ADDITIONAL INSURED(S)IN CONNECTION WITH THEIR GENERAL SUPERVISION OF "YOUR WORK" AT THE LOCATION SHOWN IN THE SCHEDULE. FOR CLAIMS ARISING OUT OF THE OPERATION, MAINTENANCE OR USE OF A COVERED AUTO. THIS INSURANCE SHALL BE PRIMARY INSURANCE OVER ANY OTHER INSURANCE AVAILABLE TO THE SCHEDULED INSURED. Certificate ID : 2292656 Misc Attachment: M64459 Y -11 -2005 15:42 FROM: 7149391654 TO' 49 644 3318 P.111 Fax# (- q a b'qo 3;5j v CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. rI_ ' Date Received: ��I - ^-DDS Dept. /Contact Received From: V r.- 6 fe-T Date Completed:/ / U s Sent to: Th&da0j By: Company /Person required to have certificate: 1)%!/(}rS ��()r;�� GENERAL LIABILITY n A. INSURANCE COMPANY: zw p i' a4 FRiC4-Aj Ik.0 06 . a . P- k*f B. AM BEST RATING (A: VII or greater):, A- V C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be SIM or greater): What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its Officers, officials, employees and volunteers): Is it included? G. PRIMARY & NON- CONTRIBUTORY WORDING (Must be included): Is it included? o��Yes 1A,;41 ❑No OCC f T ❑ No Yes ❑ No Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by N negligence" wording? 0 Yes l� o 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. it. AUTOMOBILE LIABILITY A 4 R k INSURANCE COMPANY: A MfCPrk t� r 04VA) rfF 1� Z,le /CO 4 S. AM BEST RATING (A VII or greater): 4 K C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ollyleZ ❑ No D. LIMITS (Must be $4M min, BI & PD and $500,000 UM): What is limits provided? % 44f'/ E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers); Is it included? es ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? /J/ i} © Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail: per Lauren Farley, the City will accept the endeavor wording. IIL, WORKERS' COMPENSATION A. INSURANCE COMPANY: _SFNW y I1�,7 r+ `iR± f 44,t4 M41- Co - B, AM BEST RATING (A: VII or greater —A± Y V" C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): is it included? es No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes ❑ No IF MO WHICH ITEMS NEED TO BE COMPLETED? ,_' i" My �-v AM 2 6 2005 TO: CJ CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 9 April 26, 2005 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Sean Crumby 949- 644 -3311 scrumby@city.newport-beach.ca.us SUBJECT: INDUSTRIAL WAY 36 -INCH WATER MAIN - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH HDR ENGINEERING, INC. RECOMMENDATION: Approve a Professional Services Agreement with HDR Engineering Inc., of Lake Forest, California, for engineering services for the Industrial Way 36 -Inch Water Main Replacement project at a contract price of $121,900 and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: Water facilities within 16th Street and Industrial Way are targeted to be replaced as part of the Water Master Plan due to their age and a need for increased capacity. The existing 14 -inch system was built in 1950 and has outlived its useful life. In addition, there is an existing 30 -inch transmission main, built in 1923, that traverses the General Services yard parallel to Industrial Way. The 30 -inch main is very deep (20 plus feet) and is adjacent to buildings within the General Services Yard and along Industrial Way. A failure of this main could cause significant structural damages. The proposed project replaces the existing 14 -inch and 30 -inch mains with a single main located within the street right -of -way in Industrial Way between Superior Avenue and Old Newport Boulevard /15th Street (see attached location map). Preliminary construction costs are estimated at $1,000,000. Two firms responded to the City's request for proposals for water transmission design services last fall: • Tettemer & Associates • HDR Engineering (HDR) SUBJECT: Industrial Way 36-*ater Main - Approval of Professional Services A4&ent with HDR Engineering April 26, 2005 Page 2 Staff negotiated with HDR to provide the necessary scope of services for a fee of $121,900. HDR recently merged with another professional engineering firm, CVGL, who has provided similar services competently and professionally on projects for the City and other local agencies in Southern California. The scope of HDR's professional engineering services will include: • Setting and locating aerial control targets • Provide an aerial topographic survey • Provide a topographic base map • Conduct utility research • Coordinate an encroachment permit and street improvements plans with the City of Costa Mesa • Preparation of Water Main Improvement Plans • Preparation of Traffic Control Plans • Preparation of Project Specifications • Preparation of construction quantities and cost estimates • Assistance during bidding and construction • Preparation of As -Built Plans Funding Availability: Funds for this project are available in the following account: Account Description Account Number Amount Water Enterprise 7501- C55000386 $121,900 Environmental Review: Engineering design services are not a project as defined in the California Environmental Quality Act (CEQA) Implementing Guidelines. However, an environmental review and the appropriate documentation will be prepared after the scope of construction work has been finalized. Prepared by: Submitted bye Sean Crumby, ,� Ste . Sadum Associate Civil Engineer P A lic Works Director Attachments: Professional Services Agreement Project Location Map 0 �O 9i uj O w Q- Z) INDUSTRIAL WAY PR OS D 3E" W TER AIN TO ZEIPLACE EXI TING 14" FACILITY XISTING 3 EXISTING 30" STEEL WA' WATERMAIN ( I ABANDONED (BUILT IN 1923) GENERAL SERVICES D. J FACILITY t`- a ° win z AIN TO BE EXISTING 30" WATERMAIN EXISTING 14" WATERMAIN ST. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT DATE APR 2005 LOCATION MAP DRAWN 1P INDUSTRIAL WAY - WATER MAIN REPLACEMENT SCALE 1" =150' "RECEIVED Arr7ER AGENDA PRIMED:" 119 9 -?b-05 PROFESSIONAL SERVICES AGREEMENT WITH HDR ENGINEERING INC. FOR • INDUSTRIAL WAY WATER MAIN REPLACEMENT PROJECT THIS AGREEMENT is made and entered into as of this day of 2005, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and HDR ENGINEERING, INC., a corporation whose principal place of business is 26250 Enterprise Court, Suite 150, Lake Forest, California, 92630 ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to replace the 14 -inch water main in Industrial Way between Superior Avenue and Newport Boulevard. As part of the upgrade, City desires to eliminate a 30 -inch water transmission main that traverses the City's General Services Department yard, parallel to Industrial Way. City intends to combine and replace the existing 14 -inch and the 30 -inch water mains into a single, 36- inch water main located with the street right -of -way in Industrial Way. • C. City desires to engage Consultant to prepare Plans and Specifications and construction cost estimates for the above water main improvement project, provide assistance during bidding and construction support services ( "Project "). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal members of Consultant for purposes of Project shall be James A. Cathcart, P.E., and Steven A. Friedman, P.E. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31st day of December, 2006, unless terminated earlier as set • forth herein. 0 0 2. SERVICES TO BE PERFORMED • Consultant shall diligently perform all the services described in the Scope of Work attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Work at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other parry so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's • control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery, or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section, the Fee Schedule included in the Scope of Work, and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed One Hundred Twenty -one Thousand, Nine Hundred and 00/100 Dollars ($121,900.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Work to which it relates, the date the services were performed, the number of hours spent • on all work billed on an hourly basis, and a description of any 2 • • reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper • completion of the Project, but which is not included within the Scope of Work and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Steven A. Friedman, P.E., to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as • contemplated by this Agreement 3 VA 8. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael J. Sinacori, P.E., shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. E! 11 C, J • 0 0 • 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors • and/or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over • the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to yi 0 0 exercise a measure of control over Consultant shall mean only that Consultant • shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and/or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that • have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size • Category Class VII (or larger) in accordance with the latest edition of A 0 0 • Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Regurrements. i. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. in addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractors employees. Any notice of cancellation or non- renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal • injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance • policy shall be endorsed with the following specific language: I. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds 7 with respect to liability arising out of work performed by or on behalf . of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, • voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, • which shall result in changing the control of Consultant. Control means fifty 0 0 • percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Work. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents'), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of • implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. r U Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City 'As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. H 0 18. COMPUTER DELIVERABLES • CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept • confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his/her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and • any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date 10 0 0 • of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS • In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate • termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 11 0 27. NOTICES • All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Michael J. Sinacori, P.E. Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 -644 -3342 Fax: 949 - 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Steven A. Friedman, P.E. 26250 Enterprise Court, Suite 150 • Lake Forest, CA 92630 Phone: 949 - 454 -4828 Fax: 949- 454 -4801 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other • information developed or accumulated in the performance of this Agreement, whether in draft or final form. 12 0 0 • 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, contained herein shall not be deemed to b e of the same or any other term, covenant o r of the same or a different character. 31. INTEGRATED CONTRACT of any term, covenant or condition a waiver of any subsequent breach condition contained herein, whether This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Work or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be • adjudicated in a court of competent jurisdiction in the County of Orange. 13 0 0 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney for the City of Newport Beach ATTEST: LA LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation :- Mayor for the City of Newport Beach HDR ENGINEERING, INC.: By: James A. Cathcart, Vice President Print Name: M Chief Financial Officer Print Name: Attachments: Exhibit A — Scope of Work Exhibit B — Schedule of Billing Rates 14 • • • • professional eoneering services for the • I I I I ' I I ' 4va'V t• project Scope of Work present a detailed schedule and define the lines of communication, so that the project is well organized HDR's proposed scope of work for the Industrial from the start. We will establish regular monthly Way 36 -inch Water Main Replacement project is technical meetings where project issues will be divided into tasks required to achieve your project discussed. and decisions lade and documented. goals and successfully complete the project The IVater Main Master Plan Improvement Program recommends upsizing an existing 14 -inch water main in Industrial Way between Superior Avenue and Newport Boulevard. The new pipeline is recommended to be a 36 -inch cement mortar Iined and coated steel pipeline. Based on the maps included in the RFP, it is estimated that the project includes approximately 1,200 feet of 36 -inch pipeline. Task 1 — Project (Management 1.1. Project Management. FIDR's project management approach is to partner with the City's staff for the successful execution of the work. The project will begin with the preparation of a PMP to define relationships and establish a clear understanding of the project goals and the critical success factors that will be required to meet these goals. The PMP will describe the organization of the project, give clear lines of communication and reporting relationships, detail the scope, schedule, and budget, and describe the cost and schedule control procedures. Project management also includes FIDR team coordination, intemal team meetings, budget and schedule review, and invoicing activities. In addition, project management includes communication and coordination with the City, preparation of correspondence with the City, and project document control and administrative activities. 1.2. Project Kick -Off Meeting. The technical work on the project will be initiated with a kick -off meeting. HDR will prepare the agenda and other materials for the meetings and provide meeting- minutes to all participants. During the meeting, FIDR will discuss pertinent information required to start the project, and review the project basis. We will 04022; - 042!0."'-05 1.3. Meetings. Regularly scheduled monthly meetings will be held during the design phase of the project. Some of the monthly meetings will coincide with the progress submittal review meetings. HDR will provide an agenda and meeting - minutes. In addition to technical issues and submittal reviews, the meetings will include progress reviews of the past months activities, budget review, and schedule review to keep the City informed of the project's progress. We will also feature a look -abead at the coming month's activities and a review of critical pending issues. 1A. Project Schedule. A detailed project schedule will be prepared and provided at the project kick -off meeting. The schedule will identify task durations, meeting dates, critical milestones, and other information pertinent to the schedule. The schedule will be updated monthly. Task 2 — Survey Services 2.1. Data Collection. Conduct the following data collecting activities: • Perform a field reconnaissance survey to become familiar with the pipeline alignment, develop a photographic inventory, and identify difficult construction areas. • Review record drawings, utility atlases, existing geotechnical information, and other data supplied from the City that may be applicable to the alignment. • Research at City and County offices for local survey control and street centerline information. 2.2. Survey. Survey services consist of the following: • Measure coordinates of visible street monuments along the apparent street centerline and provide Exhibit A lq professional Wgineeri services for the • ASCII file coordinate itsang anu field notes to Engineer. • Mark manhole, utility and valve vaults in the neId prior to the aerial photography. • Establish survey ground control for aerial mapping using hTAD83 coordinates and I -AVD88 county benchmark elevations. • Aerial mapping by photogrammetric methods at 20 scale, one foot contour interval, of the 200 - foot wide mapping strip. Final product will be an Autocad digital drawing file by the team. • Budget 4 hours survey field crew time and office support to measure coordinates and elevations of critical design features or measuring manhole invert elevations, as directed by Engineer, and provide ASCII file coordinate listing and field notes to Engineer. 2.3. Survey of potholed utilities. It is assumed that a total of five locations will be potholed to confirm the location of the connection points to existing water mains and conflicting utilities. This task includes surveying location and depth of identified utilities. Task 3 — Utility Conflict Resolution 3.1. Collect Data. Collect utility maps regarding existing, proposed, and abandoned utilities to determine potential conflicts with the proposed alignment. Identify and plot all above - ground and below - ground utilities on the preliminary drawings. 3.2. Coordinate Field Markouts. Arrange for mark - outs and potholing with various utilities (the work to survey the potholed utilities is included in Task 2). 3.3. Technical Memorandum. Prepare a memorandum identifying conflicting utilities and making recommendations to remedy conflicts. Task 4 — Cathodic Protection 4.1. Report. Conduct a corrosion investigation and prepare a memorandum documenting findings and recommendations. The corrosion investigation shall include a review of the proposed alignment and geotechnical report if prepared for this project. It D40221- o4210305 project• will also include a revnev of available corrosion repots from existing facilities; soil test results, and the analysis of the corrosive effects of the nat ve soils; groundwater, and stray currents on existing pipelines. The report snail include discussions of the investigative measures performed; test results; calculations, and design recommendations. 4.2. Design of Cathodic Protection Measures. Prepare designs and specifications for corrosion monitoring and cathodic protection measures, trench backfill materials, pipeline lining and coating, and joint insulation. Task 5 — Prepare Plans and Specifications 5.1. Calculations, EIDR will prepare design calculations for each project component that will follow a standard format. All calculations will be completed with a clearly stated design objective, assumptions, procedures, results, and recommendations. The preliminary calculations could include: horizontal and vertical alignment • control, pipe external loads, pipe internal loads, welded joint design, joint restraint, welding calculations, bedding and backfill design, corrosion design, structural calculations for appurtenance design, air and vacuum relief calculations, buoyancy and collapse calculations, pipe specials, and outlet reinforcement design. 5.2. Drawings. ; DR will prepare a complete and accurate set of contract documents ready for solicitation of competitive bids. A complete set of construction drawings will be prepared for all portions of the work in accordance with the City s standards and format. All drawings will be prepared using AutoCAD and drafted on mylar. Plan and profile drawings will be prepared at a scale of one inch equals 20 feet. A preliminary sheet list is included in the level of effort. City standard details will be used where appropriate and special details will be developed for connections to existing facilities. HDR estimates that the project will include three • plan and profile sheets for the 36 -inch pipeline. IM • professional e4ineering services for the project Submittals will be made to the City at 50 percent. 90 applications will be prepared and submitted at the 90 percent; 100 percent; and a final review set. upon approval of the final review set, HDR will prepare the final mylar drawings for signature. The City's comments will be incorporated into each subsequent set of plans. Three sets of contract documents and cost opinion will be made for each submittal. At a minimum each submittal shall contain the following information: 50 percent submittal, Preliminary title sheet; base plan and profile sheets; preliminary connection details and appropriate section details. Submittal shall also include preliminary quantities and a cost opinion. 90 percent submittal. Final plans and complete specifications, and final quantities and a final cost opinion. 100 percent submittal. Final plans and specifications, final quantities and cost opinions. Final submittal. Final plans and specifications, and revised final quantities and cost opinions. Final mylars and electronic files. One set of original mylars and copy ready specifications. An electronic set of drawings will also be submitted in AutoCAD format. 5.3. Specifications. The specifications portion of the contract documents will consist of currently approved City front -end documents and general conditions. HDR will prepare a bid form, special provisions, and technical specifications for the project based on a CSI format. A set of specifications will be submitted with each submittal as defined in Task 5. 5.4. Cost Opinion. The HDR cost estimating team will prepare quantities and construction cost opinions in support of each submittal. Task 6 — Permits 6.1. Caltrans permit. Identify permit requirements •at the 50 percent design submittal. HDR's fee assumes that traffic control plans and a permit from Caltrans will be required for this project. Permit 040221- 0421oao5 percent submittal. The agency comments will be incorporated into the 100 percent complete submittal. A total of 16 man -hours to acquire the permit is assumed, which includes one Caltrans meeting. 6.2. City of Costa Mesa. Identify permit requirements at the 50 percent design submittal. HDR's fee assumes that traffic control plans and a permit from the City will be required for this project. Permit applications will be prepared and submitted at the 90 percent submittal. The agency comments will be incorporated into the 100 percent complete submittal. A total of 8 man-hours to acquire the permit is assumed, which includes one City of Costa Mesa meeting. 6.3, Traffic Control. Traffic control plans will be prepared in accordance with the latest "WATCH" manual, Caltrars Traffic Manual, and the City of Newport Beach requirements by our subconsultant, Traffic Control Engineers, at the Cit),'s request. .After preliminary pipe alignment has been approved by the City, traffic control plans will be prepared in 1 " =40' scale using AutoCAD. Traffic control concept plans will be prepared showing the proposed construction staging, number of lanes to be maintained, work hours, duration of each phase, construction area dimensions, etc. After the City approves the traffic control concept plan, final traffic control plans will be prepared and will show the following items: • Existing roadway and striping layout • Proposed pipeline locations • Traffic control devices — cones, signs, delineators, arrow boards, barricades, k- rails, crash cushions, etc. • Traffic control notes, legend, and work hours • Typical cross section of work area • Construction zone dimensions Fq ssional9gineerinq services for the Task / — Biaainv '.ssis ante 7.1. Pre -Bid Meeting. The HDR Project Manager will attend the pre -bid conference conducted by the City and a pre -bid field visit, and provide project background information; if necessary. 7.2. Bidder inquiries and Addendum. HDR will respond to bidder inquiries and written questions during the bid period. One addendum will be prepared as required to update plans and specifications based on issues that arise during the bidding period. Task 8 — Design Services during Construction 8.1. Requests for Information. HDR will respond in a timely manner to RFIs prepared by the contractor and submitted to the City. Clarifications and interpretations of the contract documents will be issued to the City as appropriate for the orderly completion of the work. The clarifications and interpretations will be consistent with the intent of the contract documents. 8.2, Shop Drawing Review. Equipment and material shop drawings and submittals submitted by the contractor will be reviewed and evaluated to determine if they conform to the design concepts and to comply with the contract documents. HDR will also review and evaluate contractor equipment and material substitution requests to determine if they are acceptable. 8.3. Record Drawings. HDR will prepare a record set of drawings based on the information provided by the contractor and/or the City. The record drawings will show the changes made during construction as recorded by the contractor and the City's construction management team. Final drawings will consist of one set of original record drawings on mylar suitable for making reproductions, and an electronic file of the record drawings in AutoCAD. 8.4. Change Order Assistance. I-IDR will assist the City in assessing the legitimacy of extra work claims ri LJ project• submitted by the contractor and determine if the value of the affected work is reasonable. Assistance will be provided in the negotiation and processing of construction change orders by the City. Task 9 — Subsurface investigation Geotechnicai investigation will include the following tasks: • Project coordination and planning, including permit acquisition, and scheduling the subsurface exploration. • Review of readily available background materials, including published geologic maps and literature, in -house information, stereoscopic aerial photographs, and reports and/or plans provided by the client. • Perform a site reconnaissance to locate proposed borings for utility clearance, and coordinate with Underground Services Alert for underground utility location. • Subsurface exploration will consist of three small diameter borings to depths of approximately 10 feet along the pipeline. The borings will be continuously logged by our representative and relatively undisturbed and bulk samples will be obtained at selected intervals from the borings for laboratoy testing. • Laboratoy testing of representative soil samples will include evaluation of in -situ moisture and density, sieve analysis, maximum density, shear strength and soil corrosivity. • Data compilation and engineering analysis of the information obtained from our background review, subsurface evaluation, and laboratory testing. Our engineering analyses and recommendations will include: • Suitability of the proposed construction from a geotechnical perspective. • Description of the site geology and on -site soils anticipated during construction, including an evaluation of potential geologic hazards and trench conditions that may impact the construction and/or pipeline performance. 040221142D3 -05 4 � • • • • professional *neering services for the • project • Excavation and compaction requirements; printing requests through the City's Project including suitability of the or, -site soils for Manager. trench backfill. • Evaluation of the depth to groundwater, if encountered. • Analysis of the temporary stability of the trench excavations and appropriate shoring. • Evaluation of pipeline bedding and pipe zone materials to be used for the projects. • Evaluation of the corrosion potential of on- site soils. • Preparation of a geotechnical report presenting our findings, conclusions, and recommendations for pipeline design and construction. Assumptions The following assumptions have been made for geotechnical services: • Site access will be granted and truck- mounted drilling equipment will be able to mobilize to the proposed drilling locations. • Drill cuttings may be used to backfrll the exploratory borings. • HDR will not be responsible for utilities not shown on the plans nor marked out by Underground Service Alert. • N &M's evaluation will not include any sampling, testing, or chemical analysis of hazardous materials, should they be encountered along the alignment. Assumptions The following assumptions are included in ; DR's scope of work and fee estimate: • The City will provide applicable record drawings and sample contract documents from previous projects to BDR. • The City will provide appropriate design criteria and preferred material requirements to HDk • The City will provide printing, photocopying, • and other related services through the City's reproduction company. HDR will coordinate • The Cir;' will provide fours for first and second utility notices. • ine City will prepare the required environmental documentation. • City will take dominant role in acquiring permits from Caltrans and City of Costa Mesa. • The City will advertise for construction bids and prepare the bid summary. • The City will print final plans, specifications, and all addenda. • The City has performed the required hydraulic modeling to confirm the pipe sizes. • Potholing of critical facilities will not be performed by HDR. Potholing can be performed by owners of utilities, or City crews. HDR will survey the depth and location of the potholed utilities. H WiA[t}:;C➢JGWi.0 Soenm . P .* and Prom w' W=W 0223 N2 N,w Beaei, lrvme Ave Wwa Trarsmissw ou Wad Propo jndu Wav Scow Modified April)8? 5.Wc 040224-0003 -05 5 FDR 0 0 • 0 ')'ask NO. Task DaaclNlleu 210 135 170 75 200 100 Labor hours Coal doll... PIC Calhcall PM Friedman PE Monedal PE TatefPof. Corrosion Relay Dral% Sub• eOruulfenl ODC_ Total Coal 1.0 Pro ect Mane emenl - - - -- - - iE I.1 Pm 1 2 P�o�ecl 1 4 .._�__.- cl Ma11%122 ant__ �__ l(ICk_ot mestin8 _ Pio I Schedule 4 J 4 _ , 1fi 6 - 2 0 - _.. _ -- ..__� 20 3,6211 4 550 5 2,000 _ �- 880 100 1 900 _ - -- -- 210 1,210 Miscellaneous Olher Mad Costs ODC 2.80 20W _ Subtotal Task 8 42 0 4 0 0 14 60 8.560 0 8060 11570 2.0 2.1 _ ._2,2 $urv_ey Services_ Field R_ecunnaissenca _�_ _ -0 _ d _ 8 04 3,300 10 4,z4Q 5ulvey „_ 2 8 4 14 1,27 7,700_ 8,970 4 300 1,700 2000 Subtotal Task 0 6 0_ 1_6_ 0 4 0 26 2.410 12700 100 15210 3.0 3.1 3,2 3.3 Utility Conflict Resulallan _ _ 2 Culled data - - - -- I6 4 -- 4 - 18 147 Coortlinala IIe -1 markouls Tedloical memorandum -- -� -- - -- 2 -- __ d _ 300 300 2 - - -- 4 12 1.17 _ Subtotal Task 0 d 2 24 0 0 4 34 Vol 20 2940 4.0 Culhodlc Protection 4.1 RPpon _ _ 42 Prep_ais CP desiDn _ 2 2 _ 2 ' v 2_3D0 8 le 4 14 2,20 tOD 20 301 3010 Subtotal Task4 0 2 4 0 24 0 4 30 801 a 10 6110 5.0 .5_.2.__fllawn J'. 5 3 _ _ _ .. ....__ 5.4 Prceare Ptenn and5�l11ca1)arls percent su0millal 40 4_- _ 4 _ 12 _ 12 E - p _. �.. 4 2 9 ...... _.._.- 12 1.280 1.280 12 S. 4 - B- - _ 40 -24 _ 98 11,740 � 100 _ 11 , 72� 8,980 10g 9,080 06 d Filial submittal � q,�,.If�caliare a. 50 eame14 submittal l b_90 peiwNSUbmlllal __ _ c.IOD Percent= ubmtllal �-- ___....._2_.�___q__. tl. Finalsubndllel 8 _ 42 5,60 100___5,700 _ _ 4 _4_____Yt6_ 9 18 2,02 100 720 _ _Q __ 8 4 47 250 720 _ 3240 0 30 3.14 100- _ 4 -4 _..._� _2 4 - B -4 28 3,2_40 100 _340 - - _- _f8 _ _220100__ 2300 _ _ _ -0 6 530_ 10_0 630 _ _ __ _ a. Final s eP GNcallana _ J.- .._ Cosl Eslimatns a. 50 Percent subml9el -^ _ _- _ - 2- _ 4 40 _ _ 650 !_ -__ 4� 0 800-- - - - -- G.9�ercelllsubmittal _ __ c IOO1cmts.lbumillel_ -_ _ d. Final coal ealhnale 2 2 4 400 40 4 1 _ 610 2 2 00 270 1 270 Subtotal Task 5 8 12D 50 40 ' 6 90 32 346 41 680 1.301 42.980 60 6.1 --62 _ 6.3 Permlls Callrans PeunO Cosla Mesal ',, Tralllc control uWns � _ - 2 2 q _ 4 16 2,060 100 294 100 84 J � 2 270 B 60 0 500 8.370 Subtotal Task 0 14 4 8 6 0 79 8.846 700 12470 70 71 7.2 9iddlug Asalslance 8 -_ 16 - -- _4 2 - --- � �- _ Pradd meeting ___ - Solder irAUkias azld atldalvlwn -_ -_ 90 _- 4 8 0 d 2Subtotal Task? 0 2R 4 8 0 0 90 0 100 8390 e l 0.3 9d 5 RFIs (assulne 5 RF1pj__ ._ review assume l 5w /5fe2ubL Consbrrc6on Slekln� Recsrd Drewlnya Ghana radar assistance (assume 2 CO) B 24 P q 0 W=�2 700 7,78 4 400 6.40 __e_ 270 3,300 3,57 0 9 4 7fi 260 SOQ 3,)8 760 1,760 Suhlolal Task 8 0 5D tfi 8 4 1fi 0 94 MOO 3.3N 590 16,270 9.q. Subsurface hivealf Von _ OTAL 0 �i5 _ _ 2 - -282 2 -�f- -i011- 0 R -'ii0- 0 0 4 610 87800 — XX3;iPb -36a 500 9010 , 70 USE 3 121,800 `Hourly rate includes employee direct salary, fringe benefits, overhead (F.A.R.), and profit for services performed. EXPENSES In -House Expenses — Technology Charge (per labor hour) $ 4.10 Vehicle Mileage (Per Mile) $ .405 Photocopies (per copy) $ .10 Plotting (per sq. ft.) Mylar $3.00 Vellum $1.00 Color $2.00 Bluelines $1.00 Outside Expenses - At Cost Plus 15% Hired Services - Subconsultants, typing services, etc. Miscellaneous Supplies - Publications, printing, equipment rental, etc. • Exhibit B HDR ENGINEERING, INC. STANDARD CHARGES FOR PROFESSIONAL SERVICES • Effective January 1, 2005 LABOR Title `Hourly Rate - i Sr. Company Officer 230-270 Company Officer 210-260 Senior Principal Engineer 200-240 Principal Engineer 180-215 Construction Manager 185-220 Senior Project Manager 165-185 Project Manager 145-170 Senior Engineer / Planner / Resident Engineer 130-150 Associate Engineer /Planner 100-135 Assistant Engineer /Planner / Asst Resident Engr. 95-120 Staff Engineer /Planner 80-100 Junior Engineer /Planner 70-95 Technician Manager/ Inspectors 95-135 Senior Technician /Graphics Designer 75-110 Technician /Graphics Designer 75-100 Assistant Technician /Graphics Designer 65-95 Junior Technician/Graphics Designer 55-80 Field Technicians 55-80 Manager 85-120 •Administrative Senior Administrator 80-115 Administrator 75-100 Assistant Administrator 65-90 Junior Administrator 50-70 Administrative Assistant 55-75 Word Processor 50-70 Secretary 45-65 Clerk 40-60 Junior Cleric 30-50 Intern 35-50 `Hourly rate includes employee direct salary, fringe benefits, overhead (F.A.R.), and profit for services performed. EXPENSES In -House Expenses — Technology Charge (per labor hour) $ 4.10 Vehicle Mileage (Per Mile) $ .405 Photocopies (per copy) $ .10 Plotting (per sq. ft.) Mylar $3.00 Vellum $1.00 Color $2.00 Bluelines $1.00 Outside Expenses - At Cost Plus 15% Hired Services - Subconsultants, typing services, etc. Miscellaneous Supplies - Publications, printing, equipment rental, etc. • 61 October 14, 2009 SJ &B Group, Inc. P.O. Box 26 Riverside, CA 92502 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leflani 1. Brown, MMC Subject: Industrial Way 36 -Inch Water Main (C -3728) To Whom It May Concern: On October 14, 2008, the City Council of Newport Beach accepted the work for 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 January 28, 2009. The Surety for the contract is Safeco Insurance Company of America, and the bond number is 6487599. Enclosed is the Faithful Performance Bond. Sincerely, 144�� �' pqw-r� Leilani I. Brown, 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 • • STOP NOTICE California Public Works (Per California Civil Code Sections 3103, 3179, at seq.) TO: City of Newport Beach Dept. of Public Works — Stephen Badum, Director c/o Office of the City Clerk — LaVonne M. Harkless 3300 Newport Blvd. Newport Beach, California 92663 C -312 Rf-`-"'9\/ED F1M is 01 YOU ARE HEREBY NOTIFIED THAT the undersigned Claimant: Yardley Orgill Company, Inc. (dba) Yo Fire located at 11120 Western Avenue, Stanton. California 90680, furnished Underground Pipe & Material, Waterworks Materials, Labor, Related Materials & Supplies directly to The SJ & B Group, Inc., the general contractor, pursuant to that certain contract (Contract 3728) made between the City of Newport Beach — Department of Public Works and The SJ & B Group, Inc., the original contractor, for that certain public work of improvement consisting of the Industrial Way 36 -Inch Water Main Replacement approximately located at Industrial Way, Newport Beach, California 92663; and which is and was the whole of said materials agreed to be furnished by Claimant. THE CONTRACT PRICE of said materials was and is the sum of $46,176.94, with aggregate Change Orders totaling $0.00 (zero), for a total due and owing equaling $46,176.94, and said sum was and is the reasonable value thereof; there has been paid and credited thereon the sum of $43,122.96; and there is now due and owing to Claimant, for and on account thereof, the sum of $3,053.98, plus interest at the rate of 18% per year from October 2, 2007, in lawful money of the United States, after deducting all just credits and offsets, and the same has not been paid. WHEREFORE, the undersigned claims the benefit of the law given to laborers and materialman, and others under, and by virtue of the provisions of Division 3, Title 15, Section 3103 and Sections 3181 to 3214 of the Civil Code of the State of California. Pursuant to Civil Code Section 3186, it is your duty upon receipt of this Stop Notice to withhold from said original contractor, The SJ & B Group, Inc., or from any person acting under their authority, money or bonds (where bonds are to be issued in payment for the work of improvement) due orto become due to such contractor in an amount sufficient to answer the claim stated in this Stop Notice and to provide for the reasonable cost of any litigation thereunder. 70031 STOP NOTICE PUBLIC o m . - Q U ❑ � ❑ L� I�f � � Ll 0 0 Dated: March 12, 2008 Claimant: YARDLEY ORGILL COMPANY, INC. (dba) YO FIR tt By: *........ ..... Agent for: YARDLEY ORGILL COM ANY, INC. (dba) YO FIRE Bruce Philipanko, Construction Lien Service VERIFICATION I, Bruce Philipanko, declare that I am the Contract Administrator of YARDLEY ORGILL COMPANY, INC. (dba) YO FIRE, the claimant named in the foregoing claim, and I am authorized to make this verification for and on behalf of said claimant, and I make this verification for that reason. I have read said claim and know the contents thereof and certify that the same is true and contains among other things, a correct statement of claimant's demands after deducting all just credits and offsets. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on March 12, 2008, at Sacramento, California. Bruce Philipan co, auth rized agent for YARDLEY ORGILL COMPANY, INC. (dba) YO FIRE 70031 STOP NOTICE PUBLIC 2 0 0 REQUEST FOR NOTICE OF EXPIRATION OF STOP NOTICE PERIOD (California Civil Code §3185) Pursuant to California Civil Code §3185, a public entity must give the stop notice claimant notice of the expiration of the stop notice period within ten (10) days after the filing of a notice of completion; or after the cessation of labor has been deemed a completion; or after the acceptance of completion, whichever is later. Claimant encloses is a check in the amount of two dollars ($2.00) accompanying said stop notice thus complying with this Civil Code notice requirement. Service of such notice of expiration must be by personal service or registered or certified mail addressed to: YARDLEY ORGILL COMPANY, INC. (dba) YO FIRE c/o Construction Lien Service 3400 Bradshaw Road, Suite C Sacramento, California 95827 (916) 565 - Signed: Bruce Philipanko 70031 STOP NOTICE PUBLIC �`'���'r CITY OF N*PORT BEACH ADMINISTRATIVE SERVICES CASH RECEIPT U � 3300 NEWPORT BLVD.. cq� ~onN�� P.O. BOX 1768, NEWPORT BEACH, CA 92658.8915 RECEIPT NUMBER: 02000129984 RECEIVED BY: PERRY2 PAYOR: CONSTRUCTION LEIN TODAY'S DATE: 04/03/08 REGISTER DATE: 04/03/08 TIME: 13:56:09 MISC MISCELLANEOUS RECEIPTS 0210 -8050 STOP NOTICE $2.00 --------------- - TOTAL DUE: $2.00 CASH PAID CHECK PAID ,CHECK NO TENDERED CHANGE $.00 $2.00 2171 $2.00 $.00 ti ce N N , Fes - c.0 J � a � O V .1 V cc U v .. Z$° offl —' O F�aa O O mp cc O Z U o J C Lux t \ o aoE a -0 en nus SEDGWICK DETERT, MORAN & ARNOLDLLP 3 Park Plaza, 17th Floor Irvine, California 92614 -8540 Tel: 949.852.8200 Fax: 949.852.8282 March 27, 2008 VIA CERTIFIED MAIL, RETURN RECEIPT REQUESTED AND FACSIMILE Office of the Mayor and City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 FACSIMILE @ (949) 644 -3039 Re: Principal: Project: Obligee: Bond No. File No.: Dear Honorable l S.J. & B Group, Inc. Industrial Way City of Newport Beach 6487599 0214- 008679 Members of the Board: 21 AM —2 ill 7- 21 www.soma.com Michael Sinacori Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 FACSIMILE @ (949) 644 -3318 Date \ fl$ Copies Sent To: ,2 -Kayor council Member tanager =rnerney — C- 31as (A) El El El By way of introduction, Sedgwick represents Safeco Insurance Company of America ( "Safeco") who is surety for its principal The S.J. & B Group, Inc. ( "SJ &B "), with respect to the Industrial Way project for the City of Newport Beach (the "Project'). Please be advised SJ &B informed Safeco that is unable to perform its remaining obligations in connection with the Project. Enclosed, please find a copy of the voluntary Notice of Default that SJ &B provided to Safeco in connection with the Project and please be advised that SJ &B has assigned all of its rights to Safeco regarding the Project. By this letter, and pursuant to the direction in the attached letter from SJ &B, Safeco and SJ&B jointly request that all progress payments, retainage, contract balances, claim proceeds and / or other funds due, or to become due, under the referenced project be paid to Safeco, and mailed directly to: Safeco Insurance Company of America C/o Jonathan Dunn, Esq. Sedgwick, Detert, Moran & Arnold, LLP 3 Park Plaza, 17th Floor Irvine, California 92614 This direction is also irrevocable unless altered or rescinded by representatives of both SJ &B and Safeco. Please, therefore, do not permit any change or deviation from the above direction unless you receive the proper written consent to any suggested change from Safeco and do not send any further monies to SJ &B or to any creditors that may assert claims against such funds. O03851240 New York . London . San Francisco . Zurich . Los Angeles . Paris . Newark . Orange County . Chicago . Dallas 0 0 City of Newport Beach March 27, 2008 Page 2 Gene Sawyer is the claims representative handling this matter on behalf of Safeco. Safeco also hired Mike Tomeo of Benchmark Consulting to assist it in handling Someone from Sedgwick, Benchmark and / or Safeco will personnel in connection with the Project very soon regardin g Project, and regarding the next steps, if any. In the interim, please confirm in writing the following: Safeco's obligations under the bonds. be in touch with you or the project the status of the open issues on the 1. The original contract amount; 2. All change orders, including their numbers and amounts; 3. The Revised Contract Amount (1 + 2); 4. Amounts paid to SJ &B to date; 5. The contract balance including retainage (3 — 4); 6. All amounts in retainage and whether you hold such amounts or they are deposited with a bank; and 7. All pending change orders, whether approved, pending or rejected. Thank you in advance for your anticipated cooperation. if you have any questions or wish to further discuss this matter, please do not hesitate to contact the undersigned. unn, Partner Detert, Moran & Arnold LLP JJD /jmc Enclosure cc: Joanna Curtis, Sedgwick O.C. Mike'fomeo, Benchmark Gene Sawyer, Safeco Blake Wilcox, Safeco Doug Plazak, Reid & Hellyer Mark Bradshaw, Shulman Hodges & Bastien, LLP ___MAR -27 -2008 THU 1132 AM S,1 ltrdt FAX N0, 951 38803 P. 01 S9 (sZ B Group, Ina General Engineering Contractor 115 W. La Cadena Drive #200 Riverside, CA 92501 To: Gem '564�ycr 5/,1y sZ - 8�S6 From: Phone: (951) 369 -8800 S.L.Stuart (Stu) Fax: 951 3694803 Date. 3— a 7— 015 Humber of pages 41 Including cover sheet Re: Message: TEL, {951) 359 -8800 FAX: (951) 369 -8803 MAR -27 -2008 THU 11:32 AM SJ Ahardt FAX N0, 951 369 8803 P. 02 7-he si �5 g crYau p, twc. General Engineering Contractor License #761011 Since 1998 March 24, 2008 VIA EMAli. ( U.S. MAIL Gene Sawyer Safeco Insurance Company of America 1001 4th Avenue, Suite 1700 Seattle, Washington 98154 Re: NOTICE OF DEFAULT Principal: The S,J.& B Group, Inc. File No.: 0214 - 008659 Dear Mr. Sawyer: As discussed with Safeco, The S.J. & B Group, Inc. ( "SJ &B') is experiencing financial problems and presently unable to meet its current obligations on bonded projects (hereinafter, `Bonded Projects') and its obligations to Safeco under the indemnity agreement with Safeco Insurance Company of America ( "Safeco "). Because we are unable to complete the work and perform our obligations, with respect to both payment and performance on the Bonded projects, we request that Safeco take such steps as it, in its sole discretion, considers necessary or appropriate to perform its obligations as surety, with respect to the Bonded Projects listed below, including, but not limited to, taking over and reletting the work in an effort to mitigate losses and expenses. In particular, this voluntary notice of default applies to all Bonded Projects, including but not limited to the following projects: Bond No. I Owner /Obligee 1 Principal I Project 6544887 Desert Sands USD SJ&B Group, Inc. 6487684 City of Riverside SJ&B Group, Inc. 6487664 City of Palmdale DPW SJ &B Group, Inc. 6487663 City of Corona SJ&B Group, Inc- 6487662 City of Burbank SJ &B Group, Inc. 6487661 City of Loma Linda SJ&B Group, Inc. 115 W La Cadena #200 Riverside, CA 92501 4 etc. S.B. Watermninetc. Proj. No. 525 etc. Rinconcota Sewer etc. V erdugo Ave etc. at Univ Sweet etc. Tel: (951) 369.8800 Fax: (951) 369 -8803 MAR -27 -2008 THU 11:32 AM Si 8urkhardt Gene Sawyer Letter of Default March 24, 2008 Page 2 Bond No. Owner /Obligee 6487647 E. Min. Water Dist 6487622 SMR Ventures, LLC 6487605 Jurupa Comm Servs Di 6487599 City of Newport Beach 6487590 Desert Water Agency 6436834 W. Mun. Water Dist 6436826 Meeks & Daily Water 6436825 Indio Water Authority 6436824 Jurupa Com Sery Dist 6436799 City of Fontana 6436746 City of Biggs 6402196 Cathedral City 6402150 E. Mom. Water Dist. 6360027 Jtrtupa Comm Serve Di 6360009 JLH etc. & EMWD 6359980 Meritage Homes 6313629 Ryland Homes / Vince 6227489 Ryland Homes I Vince Bid bond City of Long Beach FAX N0. 951 38803 Principal SJ&B Group, Inc. SI&B Group, Inc. SJ&B Group, Inc. SJ&B Group, Inc. SJ&B Group, Inc. SJ&B Group, Inc. SJ &B Group, Inc. SJ&B Group, Inc. SJ&B Group, Inc. SI&B Group, Inc. SI&B Group, Inc. SJ&B Group, Inc. SJ&B Group, Inc. SI&B Group, Inc. SJ&B Group, Inc. SJ&B Group, Inc - SJ&B Group, Inc. SJ&B Group, Inc. Project I I lop Menifee etc. Higrove- Spring St etc. 42" Waterline etc. Industrial Way etc. 24" E Well Field etc. 2320 Pz 24" Pipeline etc. 1 -215 Relocation etc. Ph. 4C Pipeline etc. 36' Waterline/Etiwanda Presley Estates etc. USDA Waterline etc. Imp'i Dist. 200 -402 etc. 934 W Nuevo Rd etc. Master Plan Sewer etc. Kona Road (French Valley) CFD Sewer Sys. etc. Tract 31148 etc. Tract 28582 etc. The Atherton Storm Drain Btw etc. P. 03 We hereby agree to cooperate with Safeco, leave all equipment onsite which are necessary for the completion of the Bonded Projects which SJB will complete, leave all materials onsite which are necessary for the completion of the Bonded Projects, provide any further possible assistance to Safeco including execution of further documents, letters, or authorizations, and to cooperate in Safeco's review of 0 payment ledgers, account payables, account MAR -27 -2008 THU 11:32 AM SJ B•hardt FAX N0. 951 *8803 P. 04 Gene Sawyer Letter of Default March 24, 2008 Page 3 receivables, and other documentation or files relating to the Bonded Projects. Safeco is hereby authorized to take whatever action it deems necessary or appropriate to discharge the bonded obligations. We also direct the obligees /owners on the Bonded Projects to direct all checks, vouchers or any further payments due on the Bonded Projects to Safeco, at such address as it may designate to the obligees/owners, including contract balances, claims, extras, change orders and retainages. This direction is irrevocable and in accordance with the General Agreement of Indemnity executed between Safeco, SJ&B and other indcrnnitors. We hereby waive all statutory and/or contractual notice provisions and herewith authorize the owners (obligees) and/or Safeco to declare default on the Bonded Projects and proceed accordingly. We further agree to cooperate with Safeco so as to mitigate any damages for which Safeco will seek recovery / indemnity under the indemnity agreement(s). very truly yours, Duane A. Wille, Chief Executive Officer S.J.& B Group, Inc. cc: David Moore, Esq. Jonathan Dunn, Esq. Shannon L. Stuart, JeLs P. B ardb Secretary President S.J.& B Group, Inc. S.I. & B Group, Inc. STOP NOTICE (California Civil Code Section 3103) d ti w Tofil NOTICE TO CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH (If Private Job -file with responsible officer or perso t ce or branch of construction lender administering the construction funds or with the owner -CIVIL CODE SECTIONS 3156 -3175) (IF Public Job -file with office of controller,auditor,or other public disbursing officer whose duty it is to make payments under provzRions of the contract -CIVIL CODE SECTIONS 3179 -3214) _17 Prime Contractor: S.J. BURKHARDT Sub Contractor (If Any): Owner or Public Body: CITY OF NEWPORT BEACH Improvement known as SUPERIOR & INDUSTRIAL County of ORANGE ri j State of California. V� Robertson's, Claimant, a Partnership, furnished certain labor service, equipment or materials used in the above described work of improvement. The name of the person or company to whom claimant furnished service, equipment, or materials is S.J. BURKHARDT The kind of materials furnished or agreed to be furnished by claimant was ready mix concrete, rock and /or sand materials. Total value of labor,service,material to be furnished ......$ 5,043.72 Total value of labor,service,materials actually furnished..$ 5,043.72 Credit for materials returned, if any ......................$ 0.00 Amount paid on account, if any .............................$ 0.00 Amount due after deducting all just credits and offsets .... $ 5,043.72 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 5,043.72 and in addition thereto sums sufficient to cover interest court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached.(BOnd required with Stop Notice served on construction lenders on private jobs -bond not required on public jobs or on Stop Notice served on owner on private jobs) Dated 02/29/08 Name and address of Claimant ROBERTSON'S P.O. Box 600 Corona, 92878 951 -68 - 00 By Authorized Agent VERIFICATION I, the undersigned, state: I am the agent of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoin 's true and rect. Executed on 02/29/08 at Co a, S at of C if ni . Signature of claimant /Agent CJ ` of 0 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 a.m. on the 24th day of April, 2007, at which time such bids shall be opened and read for INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 $1,400,000 Engineer's Estimate PLAN HOLDER LIST AVAILABLE ON CITY WESSITE http://www.city.newoort- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding xbn G. Badum Works Director Prospective bidders may obtain one set of bid documents for $25 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 General "A" Contractor License required for this project For further information, call Michael J. Sinacorl, Protect Manager at (949) 6443342 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 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..................................................................................... .............................2Q LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PRA SPECIALPROVISIONS ................................................................. ...........................SP -1 14 W • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 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. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity -or informality in such bids. Pursuant to Public Contract Code Section • 0 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. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. `kig I n u A Contractoes License No. & Classification 5-5 It B lalz.dulp _w C.. Bidder C'EJ Authorized Signature/Title f 4 l Date 4 to 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 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 AMT ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of INDUSTRIAL WAY 36-INCH WATER MAIN REPLACEMENT, Contract No. 3728 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 execute 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 mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 16th day of APRIL 2007. THE S.J. & B GROUP, INC. Naive of Contractor (Principal) Authorized SignatureMtle ,G E o SAFECO INSURANCE COMPANY OF AMERICA Naive of Surety Authorized Agent Signature 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 T 4&k A, VVIt..LE — C G0 Ad( s of Print Name and Title BY {' MI EL D. TO , ATTORNEY -IN FACT (942) 860-6609 Telephohe (Notary acknowledgment of Principal & Surety must be attached) 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of RIVERSIDE ,r., 1 On / b , before me, R. CISNEROS "NOTARY PUBLIC" Data Name and Title of Officer le g.,'dam Doe. Notary Public') personally appeared MICHAEL D. STONG Na.(.) of Signer(.) R. CISNEROS COMM. #1488731 ONOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY M Comm. E ires June 7, 2008 IN personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person' whose name isl� subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /h94#if tr authorized capacity(iee), and that by his /her,44eif signaturejWon the instrument the personj*ror the entity upon behalf of which the person acted, executed the instrument. WITI�SS 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): ❑ Partner —E] Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHTTHUMBPRINr OF SIGNER VIM Nations Notary ASwsixn•9S50 De SM Am., PD. SOx2402 -Chem CA9131S2/ - wvw.nationalnouryory Prod. No, 5907 ReoNer Call Toll -Free 1A 1176b 7 • • Safeco Insurance Company of America POWER Safeco General Pima Company of America Safeco Plaza a OF ATTORNEY Seattle, WA 98185 KNOW ALL BY THESE PRESENTS: No. 6966 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ****** ***SHAWN BLUME; ROSEMARY CISNEROS; JEREMY PENDERGAST; MICHAEL D. STONG; Riverside, California** * * ***** its true and lawful attomey(s) -in -fad, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character Issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 8th day of March 2007 STEPHANIE DALEY-- WAT50N.SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE- PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 'Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surely bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking:' Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting oul, (i) The provisions of Article V, Section 13 of the By -Laws, and (it) A copy of the power- of- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley- Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hat d and affixed the facsimile seal of said corporation this day of S- 0974105 4105 CAE k/.tf %lit SEAL x � ik. 1 ;2% _,) STEPHANIE DALEY- WATSON, SECRETARY —` Safeco® and the Safew logo are registered trademarks of Safeco Corporation. WEB PDF 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County R%VsR SgDE } s5. Coun of On Z!;) C51 before me, bAA irRM1s(— Sc.III ITZ, Date Name and Title of officer (e.g., "Jane Doe. Notary Public') personally appeared l7 y A.—j E yy ► L-%_ E Name(s) a Signer(s) .. r Place Notary Seal Above Wrpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their isignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) :acted, executed the instrument. 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHT THUMBPRINT OF SIGNER 0 1989 National Notarykdwatinn •9350 De Soto Ave., P.O. Box 2402•cl. arfti, 61813192402•w ,na8onelnotai,org Prod. N. 5907 ReoN .call Td4F. 1- 8]8-882] • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard SDecifications 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: _ A(..- ^vw1 t.ic4t..1 Address: Ltao S1+C.'M 5` ()'"s� (� �p r'V' CA q Z$ 7'9 ° Phone: -351_ i3(o- 7(4u State license Number. to'7 7 � OY3 Z 0 3 , Name: Address: Phone: Stale License Number: Name: Address: Phone: State License Number: Bidder Authorized Signatureffitle G C v • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders 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. 7 Project Name /Numbers Wl Dy- 2stYLemh L'1.46 Project Description 11940 2,4' ID 0 W_&nJR t. Approximate Construction Dates: From I -06 -C6 To: Agency Name C l't'Y OG LOQo- A Contact Person $ u4M 4, Qjt5"(Mo Telephone (1!;i) 739 - �bD Original Contract Amount $ 4 9 38. Fill Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? if yes, briefly explain and indicate outcome of claims. • • No. 2 Project Name /Number Project Description 41' Ssofg � Approximate Construction Dates: From 05 To: 12(a Agency Name JJAvPA 0bmuiU +N Sim-yLcgs jbi5 iQc(ir Contact Person UMad 544fr* 4 Telephone 7q3q Original Contract Amount $ 17 ` al Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number AAC441 peb Project Description S &ut/t✓jYi tA4 SI-A LL i&Tw l- Approximate Construction Dates: From )a ^ 0 Co To: I.- Z'7 Agency Name ,_� LJ Q U pA CnAAM WU &TY 15;U Lit GCS big-Tit, Or Contact Person OM ESd KdA iJ Telephone ( p (0(s - �w y Original Contract Amount $ 11 -X211 Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? if yes, briefly explain and indicate outcome of claims. 91 IIJLgn!p COMP 6tTs.-1(o i Ac4(r1 + No. 4 TY Project Name /Number YAW& CQj Q&V Fle Project Description W4TP)& E" ` OL0 S 7=M hk*/A1 Approximate Construction Dates: From To: )-D(p Agency Name TtL.. by I'l ('D Contact Person MA'([ a ('rr YE Telephone (V (0 Original Contract Amount $�_Vn81 Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number TAG270 -r 6,1 -pose Project Description IJUA^rPYI- '5:'CvJ ef - f S= KM 1�4A, ^J Approximate Construction Dates: From D !:�L To: UP Agency Name kjw l.r4 N(7 40NtJ-- Contact Person kcv4 ri E G Yea (J Telephone �) �1 - 3 n2Z Original Contract Amount $ 1. _ p `41 i4al contract Amount $ a If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 0 No. 6 ��,�� Project Name /Number U &M COsMM 0 Project Description WAM & -d sE'J3K-- 4 j WW Approximate Construction � Dates: From To: 6 Agency Name PA*E� PLAZA LLG Contact Person NoO IQAiE r Telephone k ' GS3 — Z88?, Original Contract Amount $�/ �S I Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder 10 - — _ • • _ Authorized Signaturefritle G C p CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 NON - COLLUSION AFFIDAVIT State of California ) ss. County of (LwEt 3 DyAa6 A- W, L-L-E being first duly sworn, deposes and says that he or she is e- e. 0 of Ss' t L'+— &K. the 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 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. Bidder Authorized Signature/Title L� Subscribed and swom to before me this — 2,302' day of Met L- 2007. [SEAL] Notary Public NOAH FRANK SCHMITZ M Commission Expires: A%r46 /.:t oa 8 commission a 1805021 Y P � QMy Notary Public - CalKanb Rlvenufe co my Comm. EVIrm Aug 1, 2008 11 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 DESIGNATION OF SURETIES Bidders name S's,% S Gr4xe twlc_ Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): 54recv 11j Su4AAez 'COMPA-4 ( 00: .aw 'x't 1 CA 20 vApk is SvtiE L30 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name r� y?,elfeen3p LAV Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2006 2005 2004 2003 2002 Total 2007 No. of contracts 10 (15 t %1 Total dollar Amount of Contracts (in (plcjkc 551110 �Z l W131l L41114 k$1(o28 MJg5`1 Thousands of $ No. of fatalities J No. of lost Workday Cases 3 3 !p -7 a No. of lost workday cases involving permanent Q transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder 3S • 15 &90gp IM(" Business Address: tt S W. I-A C A Mft14 ftk oo ItI V CAI Business Tel. No.: 415�. State Contractor's License No. and Classification: Title G E p The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title - -7 21 Gtr 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 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 ACKNOWLEDGEMENT OF ADDENDA Bidders name SS t g &2¢nOp I&c. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature V. 2 j - 07 A 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 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: 5'S•. ¢_�n�p tr - Business Address: IIS w LA c�+ t)F,.1A td 2�yc ¢evEK Siy� ca, q 2 to( Telephone and Fax Number:JW !i Si - 3L 1 - gW,e California State Contractor's License No. and Class: 76161/ Q (REQUIRED AT TIME OF AWARD) , Original Date Issued: / Ja Expiration Date: 7 367 List the name and titlelposition of the person(s) who inspected for your firm the site of the work proposed in these contract documents: ScasT OE/aH The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this_ proposal: Name Title Address Telephone 5s&VQc Amek Nil reT D/lESe cNvr r //S- hi 4A 49,66%A4 9.0!- fit y -20466 .4fiiV &X.VAW 9.lSal AcAlscE d A11141'-- CEO — N y Corporation organized under the laws of the State of 6& 1F4 XAZ(v 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; "%/ Aq- Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. Lim 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 / No Are any claims or actions unresolved or outstanding? Yes / No 17 0 0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. ­1�>%&^'Ovc A. Wzc.4.6- (Print name of Owner or President of Corporation /Company) Authorized Signature(fitle L 1E -0 Title 4- 2'5- 0'1 Date Subscribed and sworn to before me this day of Apo.► . 2007. [SEAL] NOAH FRANK SCNMITL hk Canm6531on *' 1506021 Nclory Public - COMOmla RivNSide County Qmv Comm. F.xOM Aug 1.2 18 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 CONTRACT THIS AGREEMENT, entered into this A day of 2007, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and THE S J B GROUP, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: INDUSTRIAL WAY 364NCH WATER MAIN REPLACEMENT— CONTRACT NO. 3728 The project consists of four pipeline reaches A, B, C and D. Reach A is the main portion of the project that involves replacing an existing 14 -inch waterline within Industrial Way with a new 36 -inch waterline with an operating pressure of 140 pounds per square inch (psi). Reach B is a new 8 -inch waterline in Old Newport Boulevard between 15'" Street and just south of Orange Avenue. Reaches C and D are short stretches of 8 -inch pipe in Superior Avenue. 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. 3728, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 0 0 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 NINE HUNDRED NINETY THOUSAND, TWO HUNDRED EIGHTY -FIVE HUNDRED AND 00/100 DOLLARS ($990,285.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR The S J & B Group, Inc. 115 W. La Cadena, #200 Riverside, CA 92501 Attn: Duane A. Wille 951 - 369 -8800 951- 369 -8803 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 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 ail required insurance policies, at any time. 21 0 0 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 r • 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, consultants 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, consultants 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, consultants and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees, consultants 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 i • 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 active 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 • • a 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. r ATTEST: CITY CLERK APPROVED AS TO FORM JGam.►- � �/''� ron. Harp Assistant City Attorney r 25 CITY OF NEWPORT BEACH A Muniiqipai Corporation M THE S J & B GROUP, INC. By: 9--321 (Corporate Officer) Title: C. C Print Name: -b k t* -/ C A. • Ws I-L t By:_� (Financial Officer Title: SE / r1Z�"1�SV.Rr" Print Name: S 1}y4Nn. c•j •- S r�nr4tlt ' • BOND NUMBER 6487 -- -_ - PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 BOND NO. 6487599 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to S J & B GROUP, INC., hereinafter designated as the °Principal," a contract for construction of INDUSTRIAL WAY 364NCH WATER MAIN REPLACEMENT, Contract No. 3728 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. 3728 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, SAFECO INSURANCE COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California,_ as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of ONE MILLION, TWENTY THOUSAND, ONE HUNDRED SEVENTY AND 001100 DOLLARS ($1,020,170.00) 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 sult is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 0 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the Califomia 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 theloth day of MAY 2007. ��� ✓< b . w z �. � S J & B GROUP, INC. (Principal) SAFECO INSURANCE COMPANY OF AMERICA Name of Surety 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 Address of Surety (949) 860 -6609 Telephone Authorized Signature/Title LC o kh 0, &� A t red A e Si nature MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California SS. County of RIVERSIDE On V before me, R. CI_S_NE_ROS "NOTARY PUBLIC" Oele Neme and TRIa at OSCer (ee..'J Oat. Nob y K icry personally appeared MICRAEL D. STONG 1 e 05) of 515nehq R. MNS NOS COMM. #1488731 NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY kLa�imx Comm. X fires June 7, 2008 ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the persons}' whose narneipf- islgre subscribed to the within instrument and acknowledged to me that he /shelthey executed the same in his /heW#mrr authorized capacity(", and that by his /heitAheir signature.Won the instrument the personal, or the entity upon behalf of which the person(K acted, executed the instrument. ES my hand and official seal. Plan Nomy sew mave spneara of --- --- OPTIONAL Though the Information below is not required bylaw, N may prove valimbte to persons re"g on the document and could prevent bauduhmr removal and reattachment of this lam to another document. Description of Attached Document Title or Type of Document: Document Date; Number of Pages; Signers) Other Than Named Above: Capacity(les) Claimed by Signer Signer's Name: ❑ individual Top BERM of thtanb here ❑ Corporate Officer— Titie(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1809 Wlval WW Atnd9ran -SMW S9laAw M. It" 2aa- WRgl1 CA 91319@Ia9•mv+.n9Nm/Wry -8 pmd Nae00r f .. GlID 1d 11TEIa@r 0 0 ALL- PURPOSE CALIFORNIA ACKNOWLEDGEMENT State of California S& Counry of o vBL S c A C On rokl _� C—Q before me, t CL A44 FR.A ev CC SCb-l/�L 6�, (DATE) (NOTARY) personally appeared bu A-"-, A, W two personally known to me (or proved to me on the basis of satisfactory evidence) to be the person* whose name(#) is/ape subscribed to the within instrument and acknowledged to me that he /sheFthey executed the same in his/hel4hev authorized capacity(ies), and that by his/her /their signature(ig) on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. WITNESS m hand and official seal. NOAH m FRANK s160502 Y Commission # C"MIT 1 s Notary PUbI1C - California Rivorside County ��� Y Comm. Expres Aug 1, 2008 Signature �l (seal) * * * * * * * * * * * * * * ** *OPTIONAL INFORMATION * * * * * * * * * * * * * * * ** The following information is not required by law, however it may be helpful in preventing fraudulent use of this acknowledgement. DOCUMENT TITLE OR DESCRIPTION DOCUMENT DATE: NUMBER OF PAGES: COMMENTS: ®20D4. USA Signing Services, Inc. • (800) 899 -8522 • w .USAsigning.wrn t rc B b s • • Santo Insurance Company of America POWER General Insurance Company of America Safeco Plaza • OF ATTORNEY Seattle, WA 98185 KNOW ALL BY THESE PRESENTS: No. 6966 - That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ""****""*"SHAWN BLUME; ROSEMARY CISNEROS, JEREMY PENDERGAST, MICHAEL D. STONG; Riverside, California***** ** its true and lawful attomey(s)-in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 8th day of March 2007 STEPHANIE DALEY- WW.AATSON,SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE - PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "AAtcle V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or Undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V, Section 13 of the By- Laws, and (!I) A copy of the powerof- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power- of- atlomey appointment is In full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley- Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and comect, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this ► o / l7 day of ry- S-0974/DS 4105 =EL � ,; �aV�tt�f�4f.6GX -- STEPHANIE DALEY- WATSON, SECRETARY Safeca® and the Safeoo logo are registered trademarks of Safeco Corporeeon. WEB PDF • BOND NUMBER 6487599 • PREMIUM: $11,399.00 EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 BOND NO. 6487599 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 13.225/9.20 being at the rate of $ 11, 399.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to S J & B GROUP, INC., hereinafter designated as the "Principal ", a contract for construction of INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT, Contract No. 3728 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. 3728 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and. SAFECO INSURANCE COMPANY OF AMERICA , duly authorized to transact business under the laws of the State of Califomia as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of ONE MILLION, TWENTY THOUSAND, ONE HUNDRED SEVENTY AND 00/100 DOLLARS ($1,020,170.00) 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 specked 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 10th day of MAY 2007. a S J & B GROUP, INC. (Principal) Authorized Signature/Title SAFECO INSURANCE COMPANY OF AMERICA Name of Surety 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 Address of Surety (949) 860 -6609 Telephone 1•�� �. lArrizedAgkCignature MICHAEL D. STONC Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 P 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDOMMNT State of California County of RIVERSIDE ss. On O before me, R. CISNEROS "NOTARY PUBLIC" Od Neme =Tills Of Officer fe.9 -'Jane Ooe. Notary Putlkj ' personally appeared MICHAEL D. STONG Nemerol of slgrmnet ' R. CISNEROS COMM. #1488731 NOTARY PUBLIC • CAIJPORNIA RIVERSIDE COUNTY M Comm. Wires June 7, 2008 ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the personjWwhose nameis/qK subscribed to the within instrument and acknowledged to me that he /she/they executed the some in his/hwAhetr authorized capacity(ies), and that by his/hefkl e& signature(srron the instrument the personal, or the entity upon behalf of which the person(] acted, executed the instrument �14H�NESS my hand and official seal. PIM N=M aa0 eGave r sgnanae cur Nelery PUgic OPTIONAL though the rnbmation below is not required by law, d may prove valuable to persons relying on bra d6mmanr and could prevent haudulent remaml and reattachment of this form to enotlter document. Description of Attached Document Tdle or Type of Document: Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(iesJ Claimed by Signer Signer's Name• ❑ Individual ❑ Corporate Officer — TiBe(s): TOP OI thumb here ❑ Partner — ❑Limited ❑General ❑ Attorney in Fact ❑ Trustee 11 Guardian or Conservator ❑ Other: Signer Is Representing: o rawxuswNpyry Araetloin.tWOPe SnmA. e. P�. lmarm .Wbaa>1WY191.i�10t•mw0AWO." a >'m6nh.mw anwenr Car TdAS tiB9ers5&) ALL- PURPOSE CALIFORNIA ACKNOWLEDGEMENT State of California SS. Countyof on CO I ?_t tf7 before me, /� LA.E-1 F,a.A.,j t[ r`- COV4 l CQ , (DATE) (NOTARY) personally appeared bu A,, S A, Kr / L—uca personally known to me (or proved to me on the basis of satisfactory evidence) to be the person* whose name( *) is/we subscribed to the within instrument and acknowledged to me that he /she*wy executed the same in his/he4their authorized capacity(ies), and that by his/her/their signature(e) on the instrument the person(s), or the entity upon behalf of which the person( acted, executed the instrument. WITNESS my hand and official seal. /T� NOAH FRANK SCHMITZ Commission # 1505021 .ai Notary Public - California �f Riverside County My Comm. Expires Aug 1, 20 Signature (seal) * * * * * * * * * * * * * * ** *OPTIONAL INFORMATION * * * * * * * * * * * * * * * ** The following information is not required by law, however it may be helpful in preventing fraudulent use of this acknowledgement. DOCUMENT TITLE OR DESCRIPTION DOCUMENT DATE: NUMBER OF PAGES: COMMENTS: 02004, USA Signing Smicw. Inc. • (806) 689 -8522 • w .USAsignng.ccIr 0 a r= 9 0 0 ACORD � CERTIFICATE OF LIABILITY INSURANCE DAT06129/2QD7 YY) PRODUCER PIwnN "»'5374989 Far. 6eSa11F.41 T BACCARELLA INSURANCE SERVICES, INC. 6864 INDIANA AVE. #201 THIS CERTIFICATE G ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOSS NOT AMEND, EXTEND OR RIVERSIDE CA 92506 ALTER THE COVEM2E AFFORDED COVE BY THE POLICIES BELOW. TN M INSURERS AFFORDING COVERAGE NAIL # INSURED INSURER A: American Roma Assurance Company S J & B GROUP, INC. & S J BURKHARDT, INC. 115 W. LA CADENA DR., #200 RIVERSIDE CA 92501 INSURER B: Netherlands Insurance Company Ins. ompany INSURER C: Halloos! UnlDn FTre C L� } - INSURER D: PearlOVS MSD_ rence COmp8r7y SO ,0OD INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY COMPACT 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, EXCLUSMNS AND CONDMONS OF SUCH POLICIES. AGGiEGATE LIMITS SHOVM MAY HAVE BEEN REDUCED BY PAID CLAIMS. p�9rs __ - TYPE OF eiBURANCO -- POLTCV NUMBER r�aE7FECRYF POIICYlDWAi(IXi LIMIf9 TN M GENERAL UA &�' GL4527178 OTM2105 07/12107 Faces OCCURRENCE $ 11000 ,000 bath arttl� 1 X Cow'ERCWL OENERAL LIABILITY _.. P E9ro m1 SO ,0OD QNWSMADEF XI OCCUR - -S MEO EXPWyaw; mn) S Excluded A X IN_CLXCU .. _ ..__ —. PERSONAL a ADV ffq Ut 1)w s _ _ 1.000,C - 'GENERALAGGREGGTE S 2,000,080_ GENL AGGREGLTE LAIR APPLIES PER: PRODUCTS.COL MPAGG. S 1 ,000,001) X POLICY PRC LOC. JIECT _ AUTOMOmLE LwmuTY BA8275596 05419107 051191119 COMBINED SINGLE Uwi X ANY AUTO (Eaaw*m) f 1,000,OOD ALIONNEDAUTOS BOOILV INUURY -- 'Ipwpm ) f SCHEOLAEDAUTOS —_.. _. B X HIRED AUTOS BODILY INJURY X NONOWNED AUTOS I(Pws9UAEn) S X SLOW DED COMP$ C0.L — —_. ._._ PROecdTm �E S GARAGE WmUTY AUTO ONLY, EA ACCIDENT 5 ANY AUTO _ OTKERTHAN jmACC f (AUTO ONLY: ADO f EXCESSIUBRELLAUAmLRY BE4803681 07112106 07112!07 tCH OCCURRENCE_ S 4,000.000 OCCUR _ CLAIMSMADE Y _ AGGREGATE _.._ f 4,000,Q00 C s OEDVCDBLE f )(� RETENTIONS 10,000 WORKERS AND wcsrATu ToRrMUre DIRE" EMPLO EMPLOYERS' LIABILITY EL EACH ACCIDENT f ANVPRDPPIIrO0.TARIIFmEItEWTN3 pRCSNNDaBEit Dmw9Fn7 EL DISEASE-EA EMPLOYEES O YLp�RpYIP=Mbw _ IS E.L. DISEASE-0OLICY LIMIT OTHER: SCHEDULED EQUIPMENT CUP8272193 05119707 05119MO $7,850,935 TOTAL LIMIT, $2500 DED D LEASEDBIENTED EQUIPMENT $ 2C0,000 AGGREGATE LIMIT DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS SEE SUPPLEMENTAL CERTIFICATE INFORMATION CERTIFICATE HOLDER CANCELLATION CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SHOULD AM OF THE ABOVE DESCRIBED POLICIES M CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WALENDEAVOR TO AUVL30' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, MIT 3300 NEWPORT BLVD. FAILURE TODD SO SHALL IMPOSE NOOBLIGATION OR LIAMLITY OF AM KINDUPON THE NEWPORT BEACH, CA 92663 INSURER, IT'SAGEMS OR REPRESENTATIVES. AUIHORLZW REPRESENTATIVE ARentlon: bath arttl� ACORD 25 (2001/08) CedlOaate # 37086 0 ACORD CORPORATION 1988 0 0 I SUPPLEMENT TO CERTIFICATE OF LIABILITY INS #37086 r AAYma7 DESCRIPTION OF OPERATIONS ILOCATIONSNEHICLESISPECIAL ITEMS '10 DAY NOTICE FOR NON PAYMENT OR NON REPORTING OF PAYROLL' RE: Industrial Way 364nch Water Main Replacement Contract 0 3720. The City of Newport Beach Public Works Deparbnent, Its officers agents, officials, employees, consultants and volunteers are HEREBY NAMED AS ADDITIONAL INSURED ON OL PER BLANKET FORM 74434 10199) ATTACHED, Primary Wording Included. At on Auto per form CA2048 (2.99) attached Cancellation clause cannot be altered In any way per company Instructions" Revision of Cart dated 5-2"7 to Include At on auto. Certificate 0 37056 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Co ni icate E POLICY NUMBER: BA8278596 9 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. 7 Endorsement Effective: 5 -19 -07 Counter By: Named Insured: S J & B Group Inc. & I �� rza an n Akk S J Burkhardt, Inc. (Ardhnmprl Rpm, 6'ir3:l��III4? lame of Person(s) or organization(s): The City of Newport Beach Public Works Department, It's officers, agents, officials, employees, consultants and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule Is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 0 ENDORSEMENT g 0 This endorsement, effective 12:01 A.M. 12JUL06 forms a part of Policy No. GL4527178 issued to S J & B Group, Inc. & S J Burkhardt, In. by American Home Assurance Compan} ADDITIONAL INSURED - PRIMARY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY COVERAGE FORM Section IV, Commercial General Liability Conditions, paragraph 4., Other Insurance, subparagraph a. Primary Insurance, is amended by the addition of the following: However, coverage under this policy afforded to an additional insured will apply as primary insurance where required by contract, and any other insurance issued to such additional insured shall apply as excess and noncontributory insurance. Authorized Representative Additional Insured: The City of Newport Beach, It-s officers, officials, employees and volunteers 74434 (10/99) E u THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT # This endorsement, effective 12:01 A.M. 12JUL06 forms a part of Polity No. GL4527178 issued to S J & B Group, Inc. S J Burkhardt, Inc. by American Home Assurance Co. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT (Professional Services Exclusion) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Section 11 - Who is an Insured, 1., is amended to add: f. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type provided by this polity, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: The coverage and/or limits of this polity, or 2. The coverage and /or limits required by said contract or agreement. AUTHORIZED REPRESENTATIVE Additional Insured: The City of Newport Beach, its officers, officials, employees and volunteers 61714 (9/01) D� F LIABILITY INSURA E DATE 5 10ERTIFICATE PRODUCER (909)307 -9255 FAX (909)307-9133 Pacific Risk Management and Insurance Services, Inc. 1200 Nevada Street, Suite 101 Redlands, CA 92374 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL # INSURED S7 & B Group, Inc. 115 W. La Cadena Dr. #200 Riverside, CA 92501 INSURER A: Redwood Fire & Casualty Ins. 1 673 INSURER B: LIMITS INSURER C: INSURER 0: INSURER E: COVERAGES THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADVI TYPE OF INSURANCE POLICYNUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ CLAIMS MADE ❑ OCCUR S MED EXP (Any one Person) PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ POLICY PRO- LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea aatidenq $ BODILY INJURY (Per Person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per acTJdetR) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per acridem) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC S ANY AUTO S AUTO ONLY: AGG EXCESSUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR F1 CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND W723 -7552 02/22/2007 61/01/2008 X I WC 5TATU- A EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER /EXECUTIVE E.L. EACH ACCIDENT $ 11000.00 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBER EXCLUDED? R yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ I_'0_0_0_'0_0_0_ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: Industrial Way 36" Water Main Replacement, Contract # 3728. Waiver of subrogation applies per form WC- 04- 03 -06. *10 Days notice of cancellation for non - payment of premium. City of Newport Reach Public Works Department 3300 Newport Blvd Newport Beach, CA 92663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MMOUfdEE6 MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, ACORD 25 (2001/08) FAX: (949)644 -3318 i A OACORD CORPORATION 1988 • 10 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this forth does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) WORKERS,COMPENSATION AND E LOYERS LIABILITY INSURANCE P CY INSURER REDWOOD FIR CASUALTY INSURANCE COMP�Y (WE-ID: 01) CALIFORNIA FORM NUMBER WC- 04 -03 -06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person(s) or organization(s) named in the Schedule. This agree - ment.applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from'us. You must maintain payroll records accurately segregating the remun- eration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 5% of the Cal- ifornia Workers' Compensation premium otherwise due on such remuner- ation. Minimum Premium: $50. Schedule: Person or Organization: Job Description: City of Newport Beach Public Works Dept. 3300 Newport Blvd Newport Beach, CA 92663 Industrial way 36" Water Main Replacement, Contract# 3728 This endorsement changes the policy to which is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/22/2007 Policy No. W- 7237552 Endors e/nt}No. 16 Insured S.J. BURKHARDT, INC. (A CORP) 04/05/2007 Countersignedby (/�� Authorized Representative ENi 10-04 Fax #: 0 0 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 5 -24 -07 Dept. /Contact Received From: Shauna Oyler Date Completed: 5 -25 -07 Sent to: Shauna By: April Walker Company /Person required to have certificate: SJ Burkhardt A. INSURANCE COMPANY: American Home Assurance Co. B. AM BEST RATING (A: VII or greater): A+ XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 2mil agg /Imil occ E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ❑ No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 1I. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Netherlands Ins. Co. B. AM BEST RATING (A: VII or greater): A XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What is limits provided? 1 mil E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ❑ Yes ® No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 0 0 III. WORKERS' COMPENSATION A. INSURANCE COMPANY: Not provided B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it incl ded? ❑ Yes ❑ No WE REQUIREMENTS BEEN MET? J` ❑ Yes ® No TEMS NEED TO BE COMPLET715- 1 General Liabilitteissing additional insured endorsement Workers' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 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 fumish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3728 in accordance 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 F. F%Y 'r 0 @6wC>��fwvD,taID Dollars and Na Cents Per Lump Sum REACH A — 36 -INCH INDUSTRIAL WAY WATER MAIN 2. 1,195 LF Furnish and Install 36 -Inch CML&C Steel Pipe @ 72A0 Nyiu Dollars f'c s Cen SZ ts a $ Per Lineal Foot _ PR2of10 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 5 LF 4. 772 LF 5. 9500 SF 6. 7800 SF 7. 1 EA 8. 1 EA Furnish and Install 30 -Inch CML &C Steel Pipe @ 1wo M jus4,,.�Dollars and Cents oZrow' $ /tea U� Per Lineal Foot Demolish and Remove 14 -inch Water Main @ { Vvv157 Dollars _ and e.►.o Cents Per Linear Foot AC Pavement Removal and Replacement @ 15LiA Dollars t and .v::-. End Cents Per Square Foot AC Pavement Grind and Cap @ t>.Q Dollars and Cents Per Square Foot Fumish and Install 2 -inch Air Vacuum Relief Valve Assembly @Rvy- Dollars 14vrvw10e and 61st _ Cents Per Each Furnish and Install Fire Hydrant @4jwt- j�i> Dollars ��2Vlk"Rtet. and i.LO Cents Per Each ` 1S $ lo 5a - $ 6j0 D' $ 5t'i ap $ 10, 'Aw $ �, -k00 0 PR3of10 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE E 10 11 12. 13. Lump Sum Connection at Superior Avenue to Existing 36" Water Main (STA 9 +71.) @ r .�Y dollars o k yvort4� and JtS6-6_ �-► Cents Per Lump Sum Lump Sum Connection at 15th Street to Existing 30" Water Main (Sta. 21 +67) 1 EA 1 EA 1 EA @Si,X Dollars W►Ww, 4ivfbRzb rivW and uv.c Cents Per Lump Sum Furnish and Install 36 -Inch Butterfly Valve @S► rt6tbWN4,ollars Twb "w i1Z and bL-o Cents Per Each Furnish and Install 30 -Inch Butterfly Valve aeak mra ollars wr✓ VLt and boo Cents Per Each Furnish and Install 12 -Inch Butterfly Valve @sP Dollars omit, CVL M and rJt� Cents Per Each $ I's6u� C)10% zj b ' $ (0 q ej — 0 0 PR4of1.0 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 14. Lump Sum Abandon in Place Existing 30124 -inch GS Water Main. @VLUJ&4 ' Dollars 4�Gj a-j RumbiZeD 6Pi'�nd t r.lA Cents $ Per Lump Sum 15. 2 EA Furnish and Install Corrosion Test Station D Dollars 5+ llt�.i rci--W and v44-01 Cents $ tom' $ISLE' Per Each SUBTOTAL REACH A $�i0 S� REACH B — 8 -INCH OLD NEWPORT BOULEVARD WATER MAIN 16. Lump Sum Connection at 15`" Street to Existing 12" Water Main (STA 16 +73) Dollars Seusv e-LWQxtOand -&a-0 Cents 51000, $ �a Per Lump Sum 17. Lump Sum Two Connections at Orange Avenue @ Dollars EU�s1- ��FC1Pp Fr,,z(Y and 60::� Cents Per Lump Sum PR5of10 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. Lump Sum Connection To Existing 6 -inch Waterline South of Orange Avenue (STA 10 +00) @ trdlK Dollars l wai j &1A1,4 w 64 and dv,r� Cents O� Per Lump Sum 19. Lump Sum Demolish 4 -inch tee and install 4-inch sleeve South of Orange Avenue on East side of street (STA 10 +00) @ A15a,077-iyWh Dollars .�vw,c }�,og-ALe6 and ACents Per Lump Sum 20. 475 LF Furnish and Install 8 -Inch PVC C900 (CL 200) (STA 12 +00 to 16 +75) SLyzV Dollars and /tL0 Cents $ Per Lineal Foot 21. 250 LF Furnish and Install 6 -Inch PVC C900 (CL 200) @ �VWCDollars and 4Ar Cents Per Lineal Foot 22. 5250 SF AC Pavement Removal and Replacement Dollars j�W pJ rv4h ?ice AA Cents Per Square Foot s 22 69301 62 s "$ �34 6a s' PR6of10 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 23. 2150 SF Concrete Pavement Removal and Replacement @ rte✓ Dollars it fD Cents Per Square Foot 24. 1 EA Furnish and Install 8 -Inch Resilient Wedge Gate Valve @7lc/E b2sraND Dollars 7';W67C Aj�N4C0 and 3,12 Cents $ 3� _ $ p Per Each 25. 6 EA Furnish and Install 6 -Inch Resilient Wedge Gate Valve @._PkiE 7 m- 6 Dollars bc0- At*cl4rz0 and .,&,b Cents $ pD Per Each 26. 1 EA Reconnect Existing Water Service (STA 11 +30) @ A1f7i� oiv4QgEp Dollars and Cents Per Each 27. 1 EA Furnish and Install Fire Hydrant @ 5ix ;; ,Vw 4 --y_J! Dollars p vp- 4WAI ee-o and A,V Cents $ 41pg— $ 4Ma Per Each SUBTOTAL REACH B $ �� J( b-SID REACH C – 8 -INCH IN SUPERIOR AT GENERAL SERVICES YARD PR7of10 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. Lump Sum Connection To Existing 8 -inch Waterline in Superior (STA 1 +00) @:r& 2Atj w-p Dollars xYztrC Nv�!/z -,6 and Alo Cents (.0p, 9Iv J $ Per Lump Sum 29. Lump Sum Connection To Existing 8 -inch Waterline in General Services Yard (STA 2 +12) @ 1yL 740y -6W-6 Dollars Jiwe,li and osVe.) Cents Per Lump Sum 30. 115 LF Furnish and Install 8 -Inch PVC C900 (CL 200) @ Avy4V Za!%`8 Dollars and a!b Cents Per Lineal Foot 31. 2 EA Furnish and Install 8 -Inch Resilient Wedge Gate Valve @01.(E Tlb Ir✓fi Dollars t-W6 IAW.De6w and .idd Cents Per Each 32. 700 SF AC Pavement Removal and Replacement @ ✓� Dollars and Cents Per Square Foot $3_ $ 1T9s- /%� �= 10 i 0 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 33. LS Concrete Driveway /Sidewalk Removal and Replacement @ AgZW 7l A^0 Dollars Z-5-, 7 P/V and a Cents $ Lump Sum SUBTOTAL REACH C REACH D — 8 -INCH IN SUPERIOR AT INDUSTRIAL WAY 34. Lump Sum Connection To Existing 8 -inch Waterline at 16th Street (STA 1 +00) @ .5cyW 7AbuAfyQ Dollars mss' lAkr4oCDt and 7, Cents 8 $ Per Lump Sum 35. Lump Sum Connection To Existing 8 -inch Waterline in Superior Avenue (STA 2 +02) @ fU° rsla+vs� Dollars yi. oAift1&Utl and A/2� Cents ' �i ^ $ D-07 Per Lump Sum 36. 105 LF Furnish and Install 8 -Inch PVC C900 (CL 200) @ Se✓eI/ Dollars and /✓d Cents Per Lineal Foot 37. 1 EA Furnish and Install 8 -Inch Resilient Wedge Gate Valve @rs.0 7iyiJ Dollars 7dpv JkAa! V40 FipfY and Cents Per Each PR9of10 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. 850 SF MISCELLANEOUS 39. Lump Sum 40. Lump Sum AC Pavement Removal and Replacement @ SFv r—.0 Dollars „. and Cents Per Square Foot SUBTOTAL REACH D Pressure Test, Disinfect and Flush New Mains $ !Sy 5V $ �S @2W1gjjzaZ 744. MMollars and AIZ) Cents 13�° Per Lump Sum Replace Traffic Loops Damaged by Construction @ .i z'4to~b Dollars and 1Y2� Cents $ Zaao $ zaw- Per Lump Sum 41. Lump Sum Traffic Control @Grff./ f"Dollars and ,AZOL Cents �6eW Per Lump Sum 0 PR 10 of 10 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 42. Lump Sum 43. 4200 SF 44. Lump Sum Abandonment of Existing Water Mains and Valves excluding preceding items. @ Dollars and Cents Per Lump Sum Monrovia Intersection AC Pavement Grind and Cap @ Dollars and Cents Per Square Foot $ $ VS UW Ri Excavation Shoring and Safety Measures @ Dollars and Cents Per Lump Sum $ % Od _ TOTAL $ ,14V 7 5-70 TOTAL PRICE IN WRITTEN WORDS soveuery / 4IC•c..ig6j!� 2 X7'3' Z6b2v 4.n -aor r --lam- Dollars and A1,0 Cents Ll—'L?1- 01 Date PR' 1%1- 34 - ftp My 1 92-361-f&3 Bidder's Telephone and Fax Numbers ?(n10L Bidder's License No(s). and Classification(s) Total Price (Figures) SS f f3 CI(tOvA ►ac Bidder Bidder's Authorized Signature and Title' LIT U/, LA CA D9^,#4 A ZcM e / Ctt1NG Bidder's Address CA at 2 :rp l Bidder's e-mail address: 5ZMT K tco C2 Sa LtrZw ,wAdt oT . C oM J' DATE: TO: P 0 Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 INDUSTRIAL WAY 36" WATER MAIN REPLACEMENT CONTRACT NO, 3728 _ � BY: ALL PLANHOLDE SPECIAL PROVISIONS. 207 -10- 10.2.1 Fabricated Steel Pipe - General Director Delete first and second sentences that begins with...... Only manufacturer's who manufacture a complete lined and coated pipe can be qualified for this work. All pipe manufacturing operations shall be performed at the same location for all pieces of pipe. 207 - 10.4.7.1 Tape Coating System - General Delete the second paragraph entirely that begins with..... Only Manufacturers who manufacture... PLANS: Plan Sheet No. 7 of 19 of the distributed Bid Set was plotted without the surface profile shown. The attached reduced plan shows the surface profile and a full size copy is available for review at the Public Works Department. f-Wwmr pbwlshared\conlmds\fy 0"Aindustrial way 36 -inch water transmission main c- 37281addendum no 1 .doc ' • • Page: 2 of 2 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) Date Authorized Signature & Title F. luseralplow%haredlcontracts%ty O"Aindustrial way 364nch water transmission main o37261eddendum no 1.doc +! iR T IT r 17, 71� IT14- l-" I If . . . 1 - 114- . . . . 1 1 11 l +-,44 zd 0-1-1 4 2 w 21x00 21486.[37 Y\ IL I IN, U!, X (NDU W4V 36 WAIM 'L.&W, 0 • Page: 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 INDUSTRIAL WAY 36" WATER MAIN REPLACEMENT CONTRACT NO. 3720 DATE: BY: Director TO: ALL PLAN SPECIAL PROVISIONS: 207 - 10.4.7.2.9 — 5b Fabricated Steel Pipe — Materials (Page 41 of 74) Delete last sentence that reads that reads...... Two electrical flaw detectors shall remain the property of the Owner upon completion of the work. PLANS: Replace note in profile on Plan Sheet 6 and 7 of 19 that reads .... CMLC STEEL PIPE BOND ALL JOINTS with CML &TAPE WITH CMC OVERCOAT -WELD ALL JOINTS. Delete Unrestrained Joint Detail shown in Detail 3 on Sheet 12. The City requires welding of all joints on the Steel Pipe. Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) U�Z3��� Date Authorized Signature & Title fAuwm\pbw\shared\wnmacfs\fy OlMnndustrial way 36-inch water Transmission main c- 3728\addendum no 2.dac California Secretary of State - C46 fornia Business Search - Corporation 6rch Results Page I of 1 Business Search lh Corporations 61 I �:usfuze -ss Portal 7 T i ,t. ARCHIVES B MUSEUM OTHER 'SERVICES 0 ® ® I The Information displayed here is current as of "APR 20, 2007" and Is updated weekly. It is not a complete or certified record of the Corporation. Corporation THE S.J. & B. GROUP, INC. Number: C2095262 jDate Filed: 10/1911998 status: active Jurisdiction: California Address 115 W. LA CADENA DRIVE SUITE 200 RIVERSIDE, CA 92501 Agent for Service of Process DUANE A. WILLE 115 W. LA CADENA DRIVE SUITE 200 RIVERSIDE, CA 92501 Printer Friendly New Search • For Information about certification of corporate records or for additional corporate Information, please refer to C.o.rporate Reco-rds. • Blank fields indicate the Information Is not contained In the computer file. • If the status of the corporation Is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Copyright 02001 California Secretary of State. Privacy Statement. http:// kepler. ss. ca. go%r/ corpdata/ ShowAIlList ?QueryCorpNumber= C2095262 04/26/2007 License Detail • Welcome to:klCa6Z License Detail Contractor License # 761011 • Page 1 of 2 CALIFORNIA CONTRACTORS STATE LICEN: DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc 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 reported to the CSLB are disclosed. • 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: 04126/2007 * * * Business Information * * * THE S J & B GROUP INC 115 W LA CADENA DRIVE # 200 RIVERSIDE, CA 92501 Business Phone Number: (951) 369 -8800 Entity: Corporation Issue Date: 04/01/1999 Expire Date: 04/30/2009 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 6177966 in the arr $12,500 with the bonding company http: / /www2.cslb.ca.gov /CSLB LIBRARY /Licensc+Detail.asp 04/26/2007 License Detail • • Page 2 of 2 SAFECO INSURANCE COMPANY_OF AMERICA. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) SHE LESLIE STUART certified that he /she owns 10 percent or more of the voting stock/equity corporation. A bond of qualifying individual is not required. Effective Date: 04101/1999 * * * Workers Compensation Information * * * This license has workers compensation insurance with the REDWOOD FIRE AND CASUALTY INSURANCE CO Policy Number: W7237552 Effective Date: 02/22/2007 Expire Date: 01/01/2008 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licet Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request © 2006 State of California. Conditions of Use Privacy Policy http: / /www2.cslb.ca.gov /CSLB LIBRARY /License+Detail.asp 04 /26/2007 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 1 1 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 4 4 4 5 INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1 -2 DEFINITIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -7 SUBSURFACE DATA 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments 2 -12 PRE - CONSTRUCTION VIDEO SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-1 LOCATION 5-2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS 1 1 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 4 4 4 5 5 -9 TRAFFIC SIGNAL LOOPS 5 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6 -7 TIME OF COMPLETION 5 6 -7.1 General 5 6 -7.2 Working Days 6 6 -7.4 Working Hours 6 6 -9 LIQUIDATED DAMAGES 6 6 -11 SEQUENCE OF CONSTRUCTION 7 6 -11.2 Sequencing Construction to Maintain Water Service 7 6 -11.3 Isolation of Existing Water Mains 7 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 7 -5 PERMITS 7 7 -7 COOPERATION AND COLLATERAL WORK 7 7 -8 PROJECT SITE MAINTENANCE 8 7 -8.5 Temporary Light, Power and Water 8 7 -8.5.1 Steel Plates 8 7 -8.6 Water Pollution Control 8 7 -8.6.1 Best Management Practices and Monitoring Program 8 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 9 7 -10.4 Public Safety 10 7- 10.4.1 Safety Orders 10 7 -10.5 "No Parking" Signs 10 7 -10.7 Notice to Residents 10 7 -15 CONTRACTOR LICENSES 11 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 11 SECTION 9 MEASUREMENT AND PAYMENT 11 9 -3 PAYMENT 11 9 -3.1 General 11 9 -3.2 Partial and Final Payment 19 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 19 201 -1 PORTLAND CEMENT CONCRETE 19 201 -1.1.2 Concrete Specified by Class 19 201 -2 REINFORCEMENT FOR CONCRETE 19 201 -2.2.1 Reinforcing Steel 19 201 -7 NON - MASONRY GROUT 19 201 -7.2. Quick Setting Grout 19 SECTION 207 PIPE 20 207 -9 IRON PIPE AND FITTINGS 20 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 20 207 -9.2.2 Pipe Joints 20 207 -9.2,3 Fittings 20 207 -9.2.4 Lining and Coating 20 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 21 207 -9.4 AWWA Butterfly Valves 21 207 -9.4.1 General 21 207 -9.5 AWWA Resilient Wedge Gate Valves 22 207 -9.5,1 General 22 207 -10 STEEL PIPE 22 207 -10.2 Fabricated Steel Pipe 22 207 - 10.2.1 General 22 207 - 10.2.2 Design Criteria 23 207 - 10.2.5 Joints 23 207 - 10.2.8 Welding 23 207- 10.2.9 Product Marking 23 207 -10.4 Protective Lining and Coating for Steel Pipe 23 207- 10 -4.1 General 23 207 - 10.4.7 Tape Coating System 24 207- 10.4.7.1 General 24 207 - 10.4.7.2 Cold Applied Plastic Tape 24 207 - 10.4.7.2.1 General 24 207 - 10.4.7.2.2 Certificate of Compliance 25 207 - 10.4.7.2.3 Weld Bead Preparation 25 207 - 10.4.7.2.4 Surface Preparation 26 207 - 10.4.7.2.5 Blast Cleaning 27 207 - 10.4.7.2.6 Primer Application 28 207 - 10.4.7.2.7 Inner Layer Tape Application 29 207 - 10.4.7.2.8 Outer Layer Tape Application 30 207- 10.4.7.2.9 Materials 30 207 -25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 44 207 -25.1 General 44 207 -25.2 Fittings 45 207 -25.3 Pipe Identification 44 207 -26 TEMPORARY HIGHLINE PRESSURE PIPE 44 207 -26.1 General 44 0 9 207 -27 PIPE APPURTENANCES 44 207 -27.1 General 45 207 -27.2 Valve Boxes 45 207 -27.3 Sleeve -Type Couplings 45 207 -27.4 Nuts and Bolts 45 SECTION 209 ELECTRICAL COMPONENTS 45 209 -3 CORROSION MONITORING SYSTEM 45 209 -3.1 General 45 209 -3.2 Specifications and Standards 45 209 -3.3 Submittals 46 209 -3.4 Test and Inspection Notification 47 209 -3.5 Materials 47 209 -3.5.1 Pre - Packaged Magnesium Anodes 47 209 -3.5.2 At -Grade Test Stations 48 209 -3.5.3 Wire and Cable 49 209 -3.5.4 Insulating Flange Kit 49 209 -3.5.5 Wax Tape Wrap 50 209 -3.5.6 Alumino- Thermic Weld Kits 50 209 -3.5.7 Plastic Warning Tape 51 209 -3.6 Execution 51 209 -3.6.1 Magnesium Anodes 51 209 -3.6.2 At -Grade Test Stations 52 209 -3.6.3 Wire and Cable 52 209 -3.6.4 Insulating Flange Kits 53 209 -3.6.5 Wax Tape Coating 54 209 -3.6.6 Continuity Bonding 54 209 -3.6.7 Wire to Pipe Connections 55 209 -3.7 Testing and Inspection 55 209 -3.7.1 Test Leads and Bond Wires 56 209 -3.7.2 Test Lead Trenching and Backfill 56 209 -3.7.3 Continuity Testing 56 209 -3.7.4 Anodes and Cathodic Protection Performance 57 209 -3.7.5 Insulator Testing 58 209 -3.7.6 Wax Tape Coating 59 209 -3.7.7 Compliance with Specifications 59 SECTION 214 PAVEMENT MARKERS 59 214 -4 NONREFLECTIVE PAVEMENT MARKERS 59 214 -5 REFLECTIVE PAVEMENT MARKERS 59 PART 3 --- CONSTRUCTION METHODS SECTION 300 EARTHWORK 60 300 -1 CLEARING AND GRUBBING 60 300 -1.3 Removal and Disposal of Materials 60 300 -1.3.1 General 60 300 -1.3.2 Requirements 60 300 -1.5 Solid Waste Diversion 60 SECTION 302 ROADWAY SURFACING 60 302 -5 ASPHALT CONCRETE PAVEMENT 61 302 -5.1 General 61 302 -5.4 Tack Coat 61 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 61 302 -6.6 Curing 61 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 61 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 61 303 -5.1 Requirements 61 303 -5.1.1 General 61 303 -5.4 Joints 61 303 -5.4.1 General 61 303 -5.5 Finishing 62 303 -5.5.1 General 62 303 -5.5.2 Curb 62 303 -5.5.4 Gutter 62 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 62 306 -1.2.1 Bedding 62 306- 1.2.14 Installation of Cement Mortar -Lined and Tape Wrapped/ Mortar Overcoat Steel Pipe 62 306 - 1.2.14.1 Installation of Pipe 62 306- 1.2.14.2 Welded Joints 65 306- 1.2.14.3 Joint Coating and Lining 68 306- 1.2.14.4 Installation of Pipe Appurtenances 69 306 -1.3 Backfill and Densification 70 306 -1.4 Testing Pipelines 71 306 -1.4.7 Water Main Disinfection 71 306 -5 ABANDONMENT OF CONDUITS AND STRUCTURES 71 306 -5.1 Abandoning Water Mains 71 306 -5.2 Abandoning Valves 71 306 -5.3 Abandoning Fire Hydrants 71 306 -5.4 Removal of A.C. Pipe and Fittings 71 0 0 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 72 307 -4 TRAFFIC SIGNAL CONSTRUCTION 72 307.4.9.3 Inductive Loops 72 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 72 308 -1 GENERAL 72 SECTION 310 PAINTING 72 310 -5 PAINTING VARIOUS SURFACES 72 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 72 310 -5.6.6 Preparation of Existing Surfaces 72 310 -5.6.7 Layout, Alignment and Spotting 73 310 -5.6.8 Application of Paint 73 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 73 _ 312 -1 PLACEMENT 73 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 74 400 -2 UNTREATED BASE MATERIALS 74 400 -2.1 General 74 400 -2.1.1 Requirements 74 APPENDICES APPENDIX A Soils Borings APPENDIX B City of Costa Mesa Encroachment Permit APPENDIX C Caltrans Encroachment Permit. F:WSERSIPEW\Sl Mdr Cantra \FY 0& nINDLISTRIAL WAY 3GINCH WATER TRANSMISSION MAIN C- 3728NHDR FILES\ 100 %FINAL SPe XSPECS INDEX C3728.doc r- -I LJ • SP 1 OF 74 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT CONTRACT NO. 3728 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- 5312 -S); (3) the City's (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 1 GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 -2 DEFINITIONS. Add to this section: "Design Engineer - HDR Engineering 26250 Enterprise Court, Suite 150 Lake Forest, CA 92627 Attention: Mr. Steve Friedman, P.E., P.M.P (949) 454 -4800 (949) 454 -4801 Fax" SECTION 2-- -SCOPE AND CONTROL OF THE WORK SP 2 OF 74 2 -6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract consists of four separate pipe reaches in and around Industrial Way within the city boundaries of Costa Mesa and Newport Beach. Each reach is discussed in further detail below: Reach A — The work to be done for this reach includes the demolition and removal of a 14 -inch diameter water transmission main and the construction of a 36 -inch water transmission main including all appurtenances, fittings and connections within and adjacent to Industrial Way between Superior and 15th Street and providing traffic control per the Contract Documents. Reach B - The work to be done for this reach includes the construction of an 8 -inch water transmission main including all appurtenances, fittings and connections within and adjacent to Old Newport Boulevard between 15th Street and south of Orange Avenue and providing traffic control per the Contract Documents Reach C - The work to be done for this reach includes the construction of an 8 -inch water transmission main including all appurtenances,_ fittings and connections within and adjacent to Superior Avenue between the General Services Yard and connection within Superior Avenue and providing traffic control per the Contract Documents. Reach D - The work to be done for this reach includes the construction of an 8 -inch water transmission main including all appurtenances, fittings and connections within and adjacent to Superior Avenue at Industrial Way and providing traffic control per the Contract Documents." 2 -7 SUBSURFACE DATA. Add to this section: "The following report has been prepared for the City of Newport Beach and is attached as Appendix A: 'Geotechnical Evaluation - Industrial Way Water Main, Costa Mesa and Newport Beach, California" prepared by Ninyo & Moore and dated November 4, 2005.' 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Bush and Associates and can be contacted at (714) 752 -1888. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48- hours in advance of any work. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work." • 0 SP3OF74 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 will restore the survey monuments at Contractor's expense. The restoration cost to the Contractor will include filing the required Record of Survey or Corner Records with the County of Orange. 2 -12 PRE - CONSTRUCTION VIDEO. Prior to any construction activities, the Contractor shall provide the City with a videotape of the condition of the existing street, curb, gutter, sidewalk and bike /walk trail adjacent to the proposed pipeline. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When 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 -1.3 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 • • SP 4 OF 74 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. Submittals are required for all construction material. 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 the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -1 LOCATION. Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." Add to the end of this section: "The Contractor shall field verify the location and depth (pothole) of all crossing utilities and services, parallel utilities in close proximity to the proposed pipeline, and point of connections prior to submittal of the pipe laying diagrams. The Contractor shall provide the City with the pothole information consisting of pipe station, distance from curb, depth of cover from the finished surface to the top of pipe, and the size and material of the utility /connection pipeline. In addition, the Contractor shall expose all utilities and services at least 300 linear feet in advance of the actual pipe excavation operations. The Contractor shall repair all potholes the same day the utility is exposed. The Contractor shall place permanent asphalt concrete per Section 302. Temporary (cold mix) A.C. will not be allowed." 5 -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 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 or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager, at (949) 718 -3402. • • SP50F74 5 -9 TRAFFIC SIGNAL LOOPS. All traffic signal loops destroyed or damaged during construction shall be replaced or repaired by the Contractor immediately per the City of Costa Mesa requirements. The Engineer shall inspect all traffic loop construction. All costs for replacing or repairing traffic signal loops shall be included in the lump sum price contained in the Proposal." SECTION 6--- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five 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 Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the 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." The term "work" as used herein shall include all removals, adjustments, installation, and replacements. 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 120 consecutive working days after the date on the Notice to Proceed. The working days include time for shop drawing preparation, review and approval, pipe manufacturing and delivery. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1St the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday_ in May (Memorial Day), July 4th the first Monday in September (Labor Day), November 11 th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 240i, (Christmas Eve — half • • 9P6OF74 day), December 25th (Christmas), and December 31St (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 5:00 p.m. Monday thru Friday for work on Old Newport Boulevard south of 15th Street and 8:00 p.m. to 7:00 a.m. Sunday through Thursday for all other areas. Lane closure work hours in the intersections of Newport Boulevard and Superior /Pomona are limited to 10:00 p.m. to 5:00 a.m. and any daytime lane closures shall be limited to 8:30 a.m. to 3:30 p.m. The Contractor, 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 specified working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 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 $125.00 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 $1000. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 6 -11 SEQUENCE OF CONSTRUCTION 6 -11.2 Sequencing Construction to Maintain Water Service. The proposed water main replacements will need to be sequenced in order to maintain water service to the project area. The sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and /or shut downs • 1 • SP7OF74 of existing water mains. The Contractor shall provide a written proposed sequencing plan for City approval prior to commencement of construction. 6 -11.3 Isolation of Existing Water Mains. The valve closures required to isolate the existing water mains for the proposed connections shall only be performed by the City. The Contractor shall maintain the supply of water to the customers at all times except for the time to make the necessary connections to the existing mains. This shutdown will occur at an agreed upon time. A four -hour shut down of water facilities shall be done during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor shall maintain adequate fire protection at all times during the construction of the project. It is the Contractor's responsibility to provide advance notification to and coordinate the construction with the local fire department. Several of the connections will require isolation of existing water mains outside of the limits shown on the construction plans. SECTION 7-- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Delete the first sentence and replace with the following: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of work. The City has obtained or is in the process of obtaining the following permit(s): City of Costa Mesa Encroachment Permit (for Reaches A, C and D). No work shall be done within Costa Mesa's jurisdictional area until the permit has been issued." 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. The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operation Manager, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light; Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." • • SP8OF74 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." 7 -8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on roadways with posted speeds of 35 M.P.H. or greater shall be pinned and recessed flush with existing pavement surface." 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 website at http://www.city.newl)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 storm drain system, which includes gutters that lead to catch basins. 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 saw - cutting and vacuum the residue. 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 and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 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 accordance with the Contract Drawings andSection 7 -10 of • • SP 9 OF 74 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 only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an 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 laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "Traffic control plans are provided with the contract documents. However, should those plans fail to meet all necessary traffic control requirements, or the Contractor wishes to propose an alternative plan, 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. 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), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall 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 0 • SP 10 OF 74 Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718 -3468 and all affected property owners." 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department 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 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 construction, the Contractor shall distribute to the 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 • • SP 11 OF 74 alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess an "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. The "As- Built" plans shall be submitted and approved by 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, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization, and Cleanup: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. Reach A-36 -Inch Industrial Way Water Main Item No. 2 Furnish and Install 36 -inch CML &C Steel Pipe Water Main: Work under this item shall include installing all pipe material including, but not limited to exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, • • SP 12 OF 74 temporary patching or trench plates, controlling ground and surface water, bedding, backfill, compaction, installing pipe, fittings, couplings thrust blocks, cathodic protection test stations, potholing all existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements excluding the 14 -inch water main, temporary and permanent support of utilities, disposing of excess excavation materials, and all other work items as required to complete the work in place. Item No. 3 Furnish and Install 30 -inch CML &C Steel Pipe Water Main: Work under this item shall include installing all pipe material including, but not limited to, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, bedding, backfill, compaction, installing pipe, fittings, couplings thrust blocks, potholing all existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements excluding the 14 -inch water main, temporary and permanent support of utilities, disposing of excess excavation materials, and all other work items as required to complete the work in place. Item No. 4 Demolish and Remove 14 -Inch Water Main: Work under this item shall include removing all pipe material including, but not limited to pipe, fittings, couplings thrust blocks and all other appurtenances, potholing all existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements;, removing, hauling and disposing of demolished materials and all other work items as required to complete the work in place. Item No. 5 AC Pavement Removal and Replacement. Work under this item shall include sawcuting existing pavement, pavement removal and disposal, pavement replacement and all other work items as required to complete the work in place. Item No. 6 AC Pavement Grind and Cap. Work under this item shall include grinding and capping of existing AC pavement within Newport Boulevard as indicated in the drawings. Item No. 7 Furnish and Install 2 -inch Air and Vacuum Relief Valve Assembly: Work under this item shall include furnishing and installing air and vacuum release assembly including, but not limited to, connection to 36 -inch transmission main, 4 -inch steel pipe lateral and fittings, gate valve and can, combination air release and vacuum valve, steel cover, painting, concrete base, excavation, bedding, backfill, slung backfill, compaction, and all other work necessary for an operable air and vacuum release valve assembly complete in place. Item No. 8 Furnish and Install Fire Hydrant: Work under this item shall include furnishing and installing all material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, compaction, fire hydrant and bury, pipe, fittings, 6 -inch resilient wedge gate valve, valve box and cover, thrust blocks, couplings, coatings, removal or protection of interfering portions of existing • • SP 13 OF 74 utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the fire hydrant complete in place. Item No. 9 Connection at Superior Avenue to Existing 36" Water Main (STA 9 +71) : Work under this item shall include furnishing and installing connection to existing 36- inch and 8 -inch water mains in Superior avenue, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (36 -inch CML &C steel pipe), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 10 Connection at 15th Street to Existing 30" Water Main (STA 21 +67) : Work under this item shall include furnishing and installing connection to existing 30- inch water mains in 15th Street including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (36 -inch and 30 -inch CML &C steel pipe), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 11 Furnish and Install 36 -inch Butterfly Valve: Work under this item shall include furnishing and installing 36 -inch butterfly valves including, but not limited to, valve, valve operator, valve box and cover, valve extension and all other work necessary to install the valve complete in place. Item No. 12 Furnish and Install 30 -inch Butterfly Valve: Work under this item shall include furnishing and installing 24 -inch butterfly valves including, but not limited to, valve, valve operator, valve box and cover, valve extension and all other work necessary to install the valve complete in place. Item No. 13 Furnish and Install 12 -inch Butterfly Valve: Work under this item shall include furnishing and installing 12 -inch butterfly valves including, but not limited to, valve, valve operator, valve box and cover, valve extension and all other work necessary to install the valve complete in place. Item No. 14 Abandon in Place Existing 30/24 -Inch GS Water Main: Work under this item includes furnishing all labor, materials and equipment to abandon in place the existing 30/24 -inch water main for the limits shown on the plans, the air release and vacuum valve at the Carl's Junior Parking lot including, but not limited to, connecting to 30/24 -inch pipeline for cement slurry fill on west side of Newport Boulevard, filling abandoned portion of 30/24 -inch main with cement slurry (one sack), capping existing • • SP 14=0F 74 main where shown and all other work necessary to abandon in place the existing 30/24 - inch water main complete in place. Item No. 15 Furnish and Install Corrosion Test Station: Work under this item shall include furnishing and installing two -wire test station including, but not limited to, pavement and sidewalk removal and replacement, excavation backfill, slurry backfill, compaction, magnesium anode lead wires, split -bolt connectors, shunts, test leads, brass tags, PVC conduit, warning tape, concrete test box, and all other work necessary for an operable two -wire test station installation complete in place. Reach B-8 -Inch Old Newport Boulevard Water Main Item No. 16 Connection at 15th Street to Existing 12" Water Main (STA 16 +73) : Work under this item shall include furnishing and installing connection to existing 12- inch water main in 15th Street including, but not limited to, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (8- inch), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 17 Two Connections at Orange Avenue: Work under this item shall include furnishing and installing connection to existing 6 -inch and 8 -inch water main in Orange Avenue including, but not limited to, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (6 and 8- inch), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 18 Connection to Existing 6 -inch Waterline South of Orange Avenue (STA 10 +00) : Work under this item shall include furnishing and installing connection to existing 6 -inch water main in Orange Avenue including, but not limited to, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (6- inch), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 19 Demolish 4 -inch tee and install 4 -inch sleeve South of Orange Avenue on East side of street (STA 10 +00): Work under this item shall include demolition of existing 4 -inch tee and furnishing and installing 4 -inch water main sleeve to reconnect • • SP 15 OF 74 pipeline in Orange Avenue including, but not limited to, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (4- inch), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connections complete in place. Item No. 20 Furnish and Install 8 -inch PVC, C -900 (CL200) (STA 12 +00 to 16 +75): Work under this item shall include installing all pipe material including, but not limited to, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 21 Furnish and Install 6 -inch PVC, C -900 (CL200) for portions perpendicular to Orange Avenue at Stations 10 +00 and 12 +00: Work under this item shall include installing all pipe material including, but not limited to, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 22 AC Pavement Removal and Replacement. Work under this item shall include sawcuting existing pavement, pavement removal and disposal, pavement replacement and all other work items as required to complete the work in place. Item No. 23 Concrete Pavement Removal and Replacement. Work under this item shall include sawcuting existing 10 -inch thick concrete pavement, concrete removal and disposal, dowel into existing concrete pavement, concrete pavement replacement and all other work items as required to complete the work in place. Item No. 24 Furnish and Install 8 -inch Resilient Wedge Gate Valve: Work under this item shall include installing a 8 -inch Ductile Iron Resilient Wedge Valve including, but not limited to, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 25 Furnish and Install 6 -inch Resilient Wedge Gate Valve: Work under this item shall include installing a 6 -inch Ductile Iron Resilient Wedge Valve including, but not limited to, valve box and cover and valve extension and all other work items as required to complete the work in place. • • SP 16 OF 74 Item No. 26 Reconnect to Existing Water Service (Sta. 11 +30): Work under this item shall include furnishing and installing all material including, but not limited to, temporary paving and patching or trench plates, control of ground water and surface water, bedding, slurry backfill, compaction, pipe, fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 27 Furnish and Install Fire Hydrant: Work under this item shall include furnishing and installing all material including, but not limited to, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, compaction, fire hydrant and bury, pipe, fittings, 6 -inch resilient wedge gate valve, valve box and cover, thrust blocks, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the fire hydrant complete in place. Reach C -8 -Inch Water Main in Superior at General Services Yard Item No. 28 Connection to Existing 8 -inch Waterline in Superior (STA 1 +00) : Work under this item shall include furnishing and installing connection to existing 8 -inch water main in Superior including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (fl- inch), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 29 Connection to Existing 8 -inch Waterline in General Services Yard (STA 2 +12) : Work under this item shall include furnishing and installing connection to existing 8 -inch water main in Orange Avenue including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (8- inch), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 30 Furnish and Install 8 -inch PVC, C -900 (CL200): Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, removal, abandonment or protection} of interfering portions of existing utilities or improvements, temporary and permanent support of • • SP 17 OF 74 utilities, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 31 Furnish and Install 8 -inch Resilient Wedge Gate Valve: Work under this item shall include installing a 8 -inch Ductile Iron Resilient Wedge Valve including, but not limited to, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 32 AC Pavement Removal and Replacement. Work under this item shall include sawcuting existing pavement, pavement removal and disposal, pavement replacement and all other work items as required to complete the work in place. Item No. 33 Concrete Driveway /Sidewalk Removal and Replacement. Work under this item shall include replacement of driveway and sidewalk as necessary to complete installation of 8 -inch water main. Reach D —B -Inch Water Main in Superior at Industrial Way Item No. 34 Connection to Existing 8 -inch waterline in at 16th Street (STA 1 +00) : Work under this item shall include furnishing and installing connection to existing 8 -inch water main in Superior including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (8- inch), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 35 Connection to Existing 8 -inch waterline in Superior (STA 2 +02) : Work under this item shall include furnishing and installing connection to existing 8 -inch water main in Superior including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, slurry backfill, compaction, installation of pipe (8- inch), fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 36 Furnish and Install 8 -inch PVC, C -900 (CL200): Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of • • SP 18 OF 74 utilities, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 37 Furnish and Install 8 -inch Resilient Wedge Gate Valve: Work under this item shall include installing a 8 -inch Ductile Iron Resilient Wedge Valve including, but not limited to, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 38 AC Pavement Removal and Replacement. Work under this item shall include sawcuting existing pavement, pavement removal and disposal, pavement replacement and all other work items as required to complete the work in place. Miscellaneous Item No. 39 Pressure Test, Disinfect and Flush New Mains: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. Item No. 40 Replace Traffic Loops Damaged by Construction: Work under this item shall include the removal and replacement of all traffic loops damaged during construction activities and constructing new conduit and wire_ at the intersections of Superior Avenue and Newport Boulevard. Item No. 41 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. At least two changeable message boards shall be provided at least 14 days prior to start of construction to alert traffic of pending construction dates and hours. City personnel will identify locations at that time. In addition, this item includes providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, and flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 42 Abandonment of Existing Water Mains and Valves excluding preceding items: Work under this item includes abandoning water valves along 14 -inch water line within 16th Street as indicated on the drawings. Item No. 43 Monrovia Intersection AC Pavement Grind and Cap. Work under this item shall include grinding and capping of existing AC pavement within the intersection of Monrovia and 16th Street as indicated in the drawings. Item No. 44 Excavation Shoring and Safety Measures: 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 SP 19 OF 74 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. Item No. 45 Surveying Services: Work under this item shall include survey services necessary to adequately complete the work. 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 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." 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." 201 -7 NON - MASONRY GROUT 201 -7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 207 -- -PIPE 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids • • SP 20 OF 74 207 -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 hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all- thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from 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 a shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating. Revise this section to read: `The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar 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 shall be loose 8 -mil thick polyethylene." 207 -9.4 AWWA Butterfly Valves 0 • SP 21 OF 74 207 -9.4.1 General. All butterfly valves shall be of the tight - closing, rubber - seat type, conforming to the design standards of ANSI /AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and /or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be manufactured by the Henry Pratt Co. or approved equal prior to bidding. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI B16.1 flange drilling. All valves to have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65 -45 -12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18 -8 stainless steel, corresponding to the requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self - lubricating, corrosion - resistant, sleeve type. Bearings shall be designed for horizontal and/or vertical shaft loading. Shaft packing shall be self- adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI /AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI /AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators to be provided with 316 stainless steel exterior body bolts. 207 -9.5 AWWA Resilient Wedge Gate Valves. 207 -9.5.1 General. All resilient wedge gate valves shall conform to Section 207 -22.3 of the City's Standard Special Provisions. The Contractor shall submit specific valve model for Engineer review and approval prior to Contractor purchase or installation. • 207 -10 STEEL PIPE 207 -10.2 Fabricated Steel Pipe 0 SP 22 OF 74 207- 10.2.1 General. Delete paragraph 4 beginning with, "Prior to fabrication of pipe... ". Replace with the following: "Only manufacturer's who manufacture a complete lined and coated pipe can be qualified for this work. All pipe manufacturing operations shall be performed at the same location for all pieces of pipe. All steel pipe shall be manufactured by organizations with at least ten years successful experience manufacturing, fabricating, lining and coating of the type of pipe specified. The City shall approve the manufacturer's product before its use. Prior to fabrication of pipe, the Contractor shall submit for approval detailed shop drawings of the steel pipe and outlets to be attached to the pipe, and all fabricated fittings to be incorporated in the pipeline, together with erection profile drawings showing: Materials of construction, including references to industry standards being met (i.e. ASTM, ANSI, AWWA). Inside diameter, steel wall thickness, internal design pressure (cement - mortar lining thicknesses) for each class of pipe to be furnished. 3. The location, length, plate thickness and designation by number of each steel pipe section and fabricated fitting to be furnished and installed; 4. The pipe axis station and elevation at all changes in gradient or horizontal alignment; 5. The station and invert elevation to which the spigot end of each pipe, within the limits of a horizontal or vertical curve, will be laid; 6. All elements of curves and bends, both in horizontal and vertical alignment, including elements of the resultant true angular deflections in all cases of combined curvature, and inside, outside, and centerline chords; 7. Locations of longitudinal and circumferential joints in the pipe, fabricated fittings, and outlets; 8. Details, locations, and calculations for bulkheads for hydrostatic testing of the pipeline, pipe restraints; 9. Limits of each type of field welded joint and of concrete encasements; and 10. Alignment data in the direction of stationing." 207 - 10.2.2 Design Criteria. Delete second paragraph and replace with the following: "Steel cylinders shall have a wall thickness of not less than' /4 -inch for all pipe diameters. In diameters up to 12- inches, the Contractor may substitute standard diameter pipe per ASTM A53, "Welded and Seamless Steel Pipe." It shall have a wall thickness known as Schedule 40." • SP 23 OF 74 207 - 10.2.5 Joints. Delete the types of joints and replace with the following: 1. Lap joints for field welding. 2. Plain ends fitted with butt straps for field welding. Hand holes for butt straps shall be a minimum of six (6) inches in diameter. 3. Plain ends fitted with flanges. Flanges shall be AWWA C207, Class D flat face." 207 - 10.2.8 Welding. Add to the first paragraph: "Field hand welding shall be done by certified welders in accordance with the latest edition of AWWA C206 by welders qualified under the standard qualification procedure of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications." 207- 10.2.9 Product Marking. Each length of straight pipe and each special shall be plainly marked at the bell end to identify the design pressure or head, the steel wall thickness, the date of manufacture, and the proper location of the pipe item by reference to the layout schedule. For beveled pipe, the degree of bevel and the point on the circumference to be laid uppermost shall be shown. 207 -10.4 Protective Lining and Coating for Steel Pipe 207 - 10.4.1 General. Delete the paragraph and replace with the following: "The interior surfaces of all steel water pipe shall be cement -mortar lined in accordance with AWWA C205 with a minimum lining thickness of /2 -inch. Cement shall be Type Il. The exterior surfaces of all steel water pipe shall be coated with a 3- layer, 80 -mil tape wrap (per AWWA C209/C214 except as modified herein) with a % -inch protective mortar overcoat. The % -inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. 207- 10.4.7 Tape Coating System 207 - 10.4.7.1 General. The exterior surfaces of all steel pipe shall be coated with a 3- layer, 80 -mil tape wrap with a % -inch protective mortar overcoat. The '/ -inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. Only manufacturers who manufacture a completed lined and coated pipe can be qualified for project work. All operations shall be performed at the same location for any piece of pipe. 207- 10.4.7.2 Cold Applied Plastic Tape 207 - 10.4.7.2.1 General: SP 24 OF 74 1. The Contractor shall furnish all necessary labor, equipment, and materials and shall install cold - applied plastic tape as hereinafter specified on steel surfaces where designated on the drawings or elsewhere in these specifications. The furnishing and installation of cold - applied plastic tape shall conform to the provisions of ANSI /AWWA Standards C214 and C209, except as modified herein. 2. This coating consists of an exterior cold - applied plastic tape coating applied to the bare metal surfaces of the steel plate. 3. For normal plant applied conditions, the prefabricated, cold - applied tapes shall be a four layer system consisting of (1) primer, (2) corrosion prevention tape (inner layer), (3) mechanical protective tape (first outer layer), and (4) mechanical protective tape (second outer layer). a. The primer shall be applied directly onto the exterior surface of a properly cleaned pipe. Primer shall be supplied in liquid form consisting of solid ingredients carried in a solvent. b. The primary inner layer tape shall be of a color contrasting from that of the outer layer tape. It shall be polyethylene furnished in rolled form having standard width and thickness. c. The first outer layer tape shall be an easily identifiable, contrasting color to the inner layer tape and second outer layer tape colors. It shall be polyethylene furnished in rolled form having standard width and thickness. d. The second outer layer, UV protected, tape shall be white or purple in color. It shall be polyethylene furnished in rolled form having standard width and thickness. 4. All plant applied primer and plastic tape, plant applied repair tape, field joint, and a single manufacturer for a complete cold - applied plastic tape coat system shall furnish field repair tape. 5. The entire coating operation shall be performed as a one station operation in a manner which will permit the application of the primer and plastic tape. 6. The entire coating operation shall be performed by experienced workers skilled in the application of prefabricated cold- applied tape wrap coating under qualified supervisors. Supervisors of tape coating operations shall have at least two (2) years continuous recent experience in the application of tape coating systems for steel pipe. A minimum of 14 days prior to the start of taping operations, the names and qualifications of the workers and supervisors to be employed on the coating operation shall be submitted to the Engineer. The Engineer is to be immediately informed of all personnel changes associated with the pipe coating operation. • • SP 25 OF 74 7. All equipment for blasting and coating shall be of such design and condition to comply with all the requirements of these specifications. Any equipment which, in the opinion of the Engineer, does not produce the required results shall be repaired or replaced by the Contractor immediately. Equipment for use under this specification shall be included in the fabrication plan. A repair procedure for correcting defective tape application shall be included in the fabrication plan. A copy of this portion of the plan, and any updates, shall be available for review at the location of the coating operation. 207 - 10.4.7.2.2 Certificate of Compliance: Prior to shipment of the pipe sections, the Contractor shall furnish the Engineer a certificate of compliance stating that all tape materials and work furnished hereunder will comply or have complied with all the applicable requirements of these specifications and of ANSI /AWWA Standards C209 and C214. The certification shall be substantiated by the tape manufacturer's production quality control test results. The tape manufacturer shall supply test data on each batch used. 207 - 10.4.7.2.3 Weld Bead Preparation: Prior to surface preparation, the exterior weld bead from the ends of the pipe to 10 inches inside on both sides of the pipe shall be removed. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus or minus 1/32 inch. Removal of the weld bead is to be conducted in such a manner that no gouging or nicking of the plate surface will occur. This operation is to result in a smooth exterior surface with no ridges or valleys, which may result in bridging or disbondment of the tape from the surface of the pipe. Prior to applying the first layer of tape, a 6 -inch wide, 25 -mil seam tape shall be installed in accordance with AWWA C214. In lieu of seam tape the manufacturer may remove the weld bead from the entire length of pipe. 207 - 10.4.7.2.4 Surface Preparation: 1. Prior to coating, the pipe surface shall be completely dry. Any chemical solutions used in cutting or welding shall be washed off with hot water and the surface allowed to dry. Welding slag or scale shall be removed from all welds by wire - brushing, hammering, or other satisfactory means, and all welding splash globules shall be removed prior to priming. Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. 2. Where cold- applied tape coatings are to be applied to the exterior surfaces of spun mortar -lined pipe, sandblasting of said exterior surfaces shall be done after the initial curing of the spun mortar lining. The exterior sandblasting shall be performed in such a manner as not to endanger the mortar lining in the pipe. All corrosion and foreign substances shall be completely removed from the exterior of the pipe in the sandblasting operation, and the subsequent application of primer shall follow without delay. • • SP 26 OF 74: 3. Prior to blastcleaning, surfaces shall be inspected and, if required, pre - cleaned in accordance with the requirements of SSPC SP -1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Visible oil and grease spots shall be removed by solvent wiping. Only approved solvents that do not leave any residue shall be used. The type of solvent and application procedure, including safety precautions to be observed, is to be included in the manufacturer's fabrication plan. Preheating to remove oil, grease, and mill scale will be permitted; provided, all pipe is preheated in a uniform manner to avoid distortion. Preheat temperatures shall not exceed 500 degrees Fahrenheit or at any time when moisture is visible on the surface of the pipe, the steel cylinder shall be warmed to 45 degrees Fahrenheit for a period required to ensure a dry pipe surface at the time of primer application. 4. In the event the Contractor's welding methods result in the inclusion of gas forming elements in any of the shop or field welds, or results in any other condition found to be detrimental to the successful application and bonding of primer and plastic tape as herein provided, the Contractor shall devise and use, on all affected steel -plate work, suitable and effective measures for eliminating such inclusions or other detrimental conditions, or preventing their detrimental effects prior to primer or plastic tape application, said measures to include time - curing the pipe sufficiently, thoroughly neutralizing the gas forming elements, or other approved treatment. 207 - 10.4.7.2.5 Blast Cleaning: 1. After the preparation of the bare pipe as specified in Section G(6)d, the pipe surface shall be abrasive blasted using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP -6, Commercial Blast Cleaning. 2. The shot grit mixture shall not exceed 40% shot to 60 percent grit. The shot grit mixture is to be determined prior to the start of blast cleaning operations and this mixture ratio is not to be modified throughout the duration of the blast cleaning operations without the written approval of the Engineer. 3. The anchor pattern of the profile achieved from abrasive blasting shall be a minimum of 1.0 mils, but shall not exceed 2.0 mils. Anchor pattern standards shall be provided in the form of a 3- dimensional standard plate, which depicts a commercial blast profile. The Contractor shall prepare a sample of the blasted surface on a representative steel plate measuring 6- inches by 6- inches by'/ -inch or may elect to purchase standard industry plate samples of various blast finishes for comparisons. Standard plates shall be purchased from NACE, shall meet NACE TM- 01 -75, and shall conform to NACE No. 3 standard using grit. An agreement shall be made between the Engineer and the Contractor establishing the visual standards that meet the specified • • SP 27 OF 74 anchor pattern and degree of cleanliness. Upon the establishment of the said standards, the steel plate shall be sealed using a clear acrylic coating, moisture roof plastic bag, or other approved means to protect the plate from surface contamination or corrosion. This plate will be used as a visual comparitor during the blastcleaning and coating operations. The anchor pattern or profile of the blasted surface will be measured using comparitor tape as specified hereinafter. 4. A stabilized abrasive working mix shall be maintained in abrasive recycling blasting machines by frequent additions of new abrasive, all commensurate with abrasive consumption, to assure consistent steel surface finish. Infrequent but large additions will not be permitted. The abrasive working mix shall be kept clean of contaminants. 5. The blastcleaned exterior pipe surface will be inspected for adequate surface preparation prior to application of the primer. Surface comparitor tapes are to be used by the manufacturer in at least eight random areas, selected by the Engineer, along any given 40 -foot length of pipe. The results of the surface comparitor tapes are to be documented on the quality control sheet for each pipe section. Any surface imperfections such as slivers, scabs, burrs, weld splatter, and gouges shall be removed by hand filling or grinding, if necessary. 6. Blastcleaned pipe sections shall be protected from conditions of high humidity, rainfall, or surface moisture. All pipe sections shall be coated with primer and tape within the same day of being blastcleaned. No coating will be permitted on pipe sections showing evidence of rust. 207 - 10.4.7.2.6 Primer Application: Primer applied to the surface of steelwork shall be a product of the same manufacturer supplying the tape and shall be that recommended by said manufacturer for use with the tape. The primer shall be applied in a uniform thin film at the coverage rate recommended by the manufacturer. The state of dryness of the primer prior to the application of the inner layer of tape shall be in accordance with the written recommendations of the manufacturer. Primer shall be applied by spray -type application or other suitable means approved by the Engineer to cover the entire exterior surface of the pipe. Primed surfaces shall be readily available at all times for inspection prior to the application of the inner layer tape. Adequate safety precautions, as outlined in the manufacturer's fabrication plan, are to be maintained throughout the application of the primer. 2. Prior to primer application, the pipe surface shall be free of all foreign matters such as sand, grease, oil, grit, rust particles, or dirt. The primer coat shall be uniform without floods, runs, sags, drips, or bare spots. • • SP 28 OF 74 3. The application of primer shall be limited to that length of pipe, which can be wrapped within the same work day. Any pipe section coated with primer, which was not wrapped within the same workday may be rejected at the discretion of the Engineer. The primer shall be removed and the surface shall be re- primed at the discretion of the Engineer. 4. Primer coated pipe sections shall be protected from moisture, dirt, sand, and other potentially contaminating materials. Coating operations shall be protected from, or suspended during, times of high wind. The Engineer may reject sections not adequately protected. If rejection occurs due to contamination of the primer, the primer shall be completely removed form the exterior of the pipe section and the surface re- primed. 5. A technical representative from the tape material manufacturer shall be present at the tape application site, at the Contractor's expense, for at least the first 5 working days, at the beginning of initial primer application and during the initial phases of the inner and outer layer wrapping processes, to observe the coating process and to insure proper application. During the 5- day period, the tape material manufacturer's representative shall continuously meet with the Contractor, pipe manufacturer, and Engineer. At the completion of the 5 -day period, the tape material manufacturer's representative shall meet with the Contractor, pipe manufacturer, and Engineer to review and update the coating operation and fabrication plan. If, in the opinion of the Engineer, sufficient modifications to the manufacturer's operation are identified during this meeting, the tape material manufacturer's representative shall be retained an additional 5 days to evaluate the effectiveness of the revised operations. If the second 5 -day evaluations period is required a second review meeting shall be held. All changes to the pipe manufacturer's operation are to be properly documented and included into an updated contractor's and pipe manufacturer's fabrication plan within 3 working days of this meeting. Copies of all modifications are to be submitted to the Engineer in accordance with shop drawing submittal procedures as required in these specifications. Said tape manufacturer representative will periodically (at least bi- weekly) observe the coating application throughout the duration of the work. Said periodical observation shall be scheduled with the Engineer prior to the completion of the required 5 workday observation. The technical representative shall be retained by the Contractor and shall respond to any problem within a sufficient time period so as not to cause undue delays in the delivery of the coated pipe. All modifications to the Contractor's operations are to be properly documented and submitted to the Engineer within 3 working days of the modification. All costs that will be incurred in retaining the technical representative shall be borne by the Contractor. 6. The primer shall be thoroughly mixed by agitation using Jiffy Mixer or an approved equal powered by air or explosion proof electric motor. The primer • • SP 29 OF 74 shall be thoroughly mixed and agitated continuously during application to prevent settling or lumping. 7. Primer shall only be applied to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. New primer at 70 degrees Fahrenheit shall be used. 8. Storage primer shall be applied to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Spray a minimum of 1.5 -mils and maximum of 2.5 -mils of storage primer to exposed steel per the manufacturer's recommendations. No storage primer shall be placed on the edge of the steel plate. 9. The solvent of the primer shall be certified by the manufacturer stating compliance with air pollution control rules and regulations and all requirements of agencies and other governmental bodies having jurisdiction. Air pollution control rules and regulations regarding the application of the primer shall be included in the manufacturer's fabrication plan. 207 - 10.4.7.2.7 Inner Layer Tape Application: 1. The inner layer tape shall be applied directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. A tight, smooth, mechanically induced, wrinkle -free coating must be maintained throughout the application process. 2. The application of tension shall be such that the width of tape will not be reduced by more than 1.5 to 2.0 percent of tape width prior to the pull. As an example, a 12 -inch wide tape shall not be reduced by more than 0.18 to 0.24 - inches when tension is applied. The tape let -off machine shall have a pressure readout gauge and chart recorder, suitable to the Engineer, to document the tape tension during application. 3. The inner layer tape shall be spirally wrapped over longitudinally welded pipe; however, for spiral welded pipe, the angle of the inner layer tape shall be wrapped as parallel as practicable to the spiral weld of the pipe or as approved by the Engineer. The overlap shall be 1 -inch nominal, but shall not be less than 3/4 -inch. 4. Each new roll shall be spliced by overlapping the new tape over the end of the preceding roll by at least 6 inches. This end lap slice shall be done either by hand or by a mechanical applicator. The said splice shall be wrinkle free and maintain the continuity of the inner wrap coating. The wrapping angle of the new roll shall be parallel to that of the previous roll. 01 • SP 30 OF 74 5. Cutbacks shall be made 10 inches from and parallel to the end of the pipe. Cutbacks shall be done using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. 6. Inner layer tape shall be applied at a minimum roll temperature of 70 degrees Fahrenheit. The temperature of the tape shall be continuously monitored within 12- inches of the point of contact with the pipe surface. A chart recorder, suitable to the Engineer, shall be used to document the temperature of the tape during application. 7. Sections where the tape application tension and temperature is not maintained within manufacturer's recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. 8. The inner tape layer shall be continuously electrically tested at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application station and equipped with an indicator light and audio buzzer, suitable to the Engineer, to alert the workmen of the presence of holidays in the coating system. 207- 10.4.7.2.8 Outer Layer Tape Application: The first outer layer of tape shall be applied over the approved inner layer tape using the same type of mechanical equipment used in the application of the inner layer tape. No overlap splice of the other layer coinciding with the overlap splice of the inner layer will be permitted. Splices shall have a minimum 6 -inch separation between overlaps. Two outer layers of tape shall be applied as specified herein. The inner layer shall be electrically tested, inspected, and approved prior to the application of the first outer layer and the first outer layer shall also be visually inspected and approved prior to the application of the second outer layer. Both outer layers shall be smooth, tight and wrinkle -free. 2. The outer layer tapes shall be applied in accordance with the requirements of the previous sections, except that the minimum tape roll application temperature shall be 90 degrees Fahrenheit. Monitoring for tension and temperature will be required for the outer layer tapes. 3. Cutbacks for tape coating shall be as specified in the previous sections. At each end of the pipe section, a 3- inches holdback from the tape to the joint shall be left uncoated at the plant to permit sufficient tape coating overlap for construction of pipe joints as hereinafter specified. 207- 10.4.7.2:9 Materials: The following tape materials shall be used: Primer Material: 2. • • SP 31 OF 74 a. The physical properties of the anti - corrosion primer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": A primer solution containing 100 percent Butyl Rubber with resins and stabilizers in solvents which when applied and dry on pipe will provide adhesion, cathodic disbonding, and stress corrosion cracking resistance, in conjunction with the anti - corrosion inner layer tape coating. The primer is to provide interfacing between the metal pipe substrate and the anti - corrosion inner layer tape coating. % solids: ? 12% Flash point: ? 140° F Cathodic disbondment @ 20 °C, (68° F) 30 days; 0.2 in (ASTM G -8) Shear resistance @ 66 °C (150 °F) for 4 weeks 0.2 mm /day Viscosity -thin syrup - The primer must contain stress corrosion cracking inhibitor to help alleviate SCC. The primer shall be Polyken #1029. b. Storage primer on the exposed steel at the tape cutbacks shall have the following properties: Base: Synthetic natural rubber and resins Solvent: Naptha, toluene blend Total solids: 19% by weight Viscosity: Thin syrup Flash point: 10 degrees Fahrenheit Color: Black Storage primer shall be Polyken #924. Plant Cold - Applied Plastic Tape Material: a. Anti - Corrosion Inner Layer Tape: The physical properties of the anti- corrosion inner tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": • • SP 32 OF 74 Backing: Polyethylene tape backing shall consist of greater than or equal to 98 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100% Butyl based elastomers with resins for adhesion cathodic disbonding and long term in- ground performance. Thickness: Tensile strength @ Break: Elongation @ break: Adhesion to steel: Adhesion to primed steel: Adhesion to backing: Dielectric strength: Insulation resistance: Water vapor transmission rate: Cathodic disbonding @ 20° C (68° F) for 30 days Shear resistance @ 66 °C (150 °F) for 4 weeks: Hydrolytic stability for 200 hundred hours @ 98° C h20, Thermal stability for 2000 hours @ 100 °C air, Color: Total 20 -mil Backing 9 mil; Adhesive 11 mil 30 lb/in > 200% 100 -oz/in width >_ 300 -oz/in width >_ 40 oz/in width 20 KV 1 x 1012 ohms <0.2 gm /100 in/ 0.2 in (ASTM G -8) 0.2 mm /day adhesion > 150 oz/in adhesion > 150 oz/in Black The inner layer tape shall be Polyken #989 YGIII (20 mils thickness). c. First, Outer Mechanical Layer Tape: The physical properties of the first outer mechanical layer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": • • SP 33 OF 74 Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Water vapor transmission: Dielectric strength: Color: Total 30 mil Backing 25 mil: Adhesive 5 mil >_ 45 lb/in width 200% 80 oz/in width 40 oz/in width < 0.2 gm /100in21 24 hr @70 °F >_ 25 KV Grey The first outer layer tape shall be Polyken #955 YGIII (30 mils thickness) d. Second Outer Mechanical Layer Tape: The physical properties of the second outer mechanical layer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C214, Section 4.2, "Coating System Tests ": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Total 30 mil Backing 25 mil: Adhesive 5 mil Tensile strength: - >_ 55 lb/in width • • SP 34 OF 74 Elongation: ? 200% Adhesion to steel: 80 oz/in width Adhesion to backing: 60 oz/in width Water vapor transmission: < 0.2 gm /100in2/ 24 hr @ 70 °F Dielectric strength: >_ 25 KV Color: White The second outer mechanical layer tape shall be Polyken #956 YGII* UV1 (30 mils thickness). 'Second Mechanical outer layer tape shall have UV protection. A statement reflecting the required UV protection shall be included in the certification. e. Total Coating System: The physical properties of the total coating system shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": 100 percent Polyethylene based backings 100 percent Butyl based elastomers Adhesion to steel: ? 100 oz/in Adhesion to backing: ? 60 oz/in width Adhesion to primed steel: ? 300 oz/in Tensile strength: ? 85 Ib /in width Elongation: > 200% Dielectric strength: 20 KV Insulation resistance: 1 x 10 12 ohms Water vapor transmission: <_ 0.25 gm /100 24 hr @ 70° F Cathodic disbonding @ 20 °C C. n L. (68 °F) for 30 days; Shear rate @ 66 °C for 4 weeks, Impact: Penetration: 0.2 in (ASTM G -8) 0.2 mm /day 90 in -lbs 11 -15% The Total Coating System shall be the Polyken YGIII System. SP 35 OF 74 Plant Coated Fittings* and Plant Repair Cold - Applied Plastic Tape Material: (1) Anti - corrosion inner layer: The physical properties of the anti- corrosion inner tape layer for plant coated fittings and plant repair cold - applied plastic tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing: Polyethylene tape backing shall consist of greater than or equal to 98 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing Water vapor transmission: Dielectric strength: Total 50 mil Backing 10 mil: Adhesive 40 mil 25 Win width >_ 150% 225 oz/in width 60 ozlin width < 0.2 gm /100in2/ 24 hr @70 °F 9M -1 ArVA The anti - corrosion inner tape layer for plant coated fittings shall be Polyken 932 - 50.(50 mil thickness) IJ • SP 36 OF 74 (2) Outer Mechanical Layer Tape: The physical properties of the outer mechanical layer tape for plant fittings and plant repair cold applied plastic tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100% Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Water vapor transmission Dielectric strength: Total 30 mil Backing 25 mil: Adhesive 5 mil 45 lb/in width 200% 80 oz/in width 40 oz/in width < 0.2 gm /100in2/ 24 hr @70 °F >_ 25 KV The outer mechanical layer tape for plant fittings and plant repair cold- applied plastic tape shall be Polyken #955 (30 -mils thickness). 'For fittings type coated at the plant, which cannot be machine coated as specified herein. Field Joint, Field Coated Fittings, and Field Repair Cold - Applied Plastic Tape Material: (1) Joint Filler Tape: The physical properties of the joint filler tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C209, Section 4.2, "Coating System Tests ": Color: Black 0 • SP 37 OF 74 Thickness: Elongation: Solids Content: Penetration Hardness: 125 mil > 600% 98% minimum 85 -105 DMM (300 GM moving load) Low Temperature Flexibility: No cracking when bent around a 1 inch mandrel at -10 °F Chemical Resistance: No visible deterioration after 30 days immersion in the following solutions: 5% Caustic Potash 5% HCL 5% H2SO4 Saturated HS The lap joint filler material shall be Polyken 939. (2) Field Joint, Field Fitting, and Field Repair Outer Layer Tape: The physical properties of the field joint, field fittings, and field repair outer layer tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C209, Section 4.2, "Coating System Tests ": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive: 100 Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Total 50 mil Backing 10 mil: Adhesive 40 mil >_ 25 lb/in width 150% 225 oz/in width 0 0 Adhesion to backing: 60 oz/in width Adhesion to primed steel: 350 oz/in width Water vapor transmission: < 0.2 gm /100in2/ 24 hr @ 70 °F Dielectric strength: 28 KV SP 38 OF 74 The field joint, field fitting, and field repair outer layer tape shall be Polyken 932 -50. (50 -mil thickness) e. The final tape coating shall be free of holidays, as determined by the provisions as specified in ANSI /AWWA Standard C214, prior to application of cement mortar coating. f. The following material physical property tests shall be performed in addition to those required by ANSI /AWWA C214, Section 4.2: (1) Inner Layer Shear Rate Method: The shear test apparatus shall consist of a temperature - controlled surface to which is attached a flat steel test panel having a ground steel surface. This steel plate shall be used as the testing surface to which the primer and tape will be applied. A uniform layer of primer shall be applied to the test panel with a 25- micron drawdown bar. Allow primer to air dry for 15 seconds. A 5 -cm by 6 -cm tape sample shall then be applied to the primer surface after the appropriate dry time. Secure tape by placing the rough side of 180 grit cloth reinforced sandpaper on the tape backing surface. Place a 5 -cm by 6 -cm aluminum block having a rubber coated surface on the smooth side of the block having a rubber coated surface on the smooth side of the grit sandpaper - tape- primer -test panel composite. Apply a normal load (6 kg) to the composite and shall then conditioned at the test temperature for 48 hours. After conditioning, apply a 3 -kg shear load to the composite and determine the shear rates as follows: If the sample slips less than 6 -mm in 24 hours, the shear rate shall be calculated from the 18th to the 24th hour. If the sample slips more than 6 mm before the 24th hour test period elapses, the shear rate shall be calculated between the - 3rd and 5th mm. • . • SP 39 OF 74 (2) Thermal Stability: The tape - primer -test panel composite for thermal stability measurements shall be prepared in accordance with the preparation of the peel adhesion specimens. Condition the composite at 20 °C under a normal load of 0.2 kg /cm2 for 48 hours. After conditioning, the composite shall be placed in an air - circulating oven at 100 °C and aged for 1000 hours. Remove samples from the oven at selected time intervals and condition at 20 °C for 24 hours. The peel force shall be measured at 20 °C in an Instron at peel rates of 100 mm per minute. (3) Hydrolytic Stability: The tape - primer -test panel composite for hydrolyitic stability measurements shall be prepared in accordance with the preparation of the peel adhesion specimen. After conditioning the samples at 20 °C for 48 hours, place the composite samples in a water bath of distilled water set at 98 °C and aged for 1000 hours. Remove samples from the water bath periodically and condition at 20 °C for 24 hours. The peel force shall be measured at 20 °C in an Instron at a peel rate of 100 mm per minute. 3. Coating of Field Joints: a. Joints of pipe sections to be coated with cold - applied plastic tape coating shall be prepared and wrapped with cold - applied tape as specified herein. b. Prior to welding any field joints, an 18 -inch strip of heat resistant material shall be wrapped over the entire coated pipe sections on each side of the joint to be welded to avoid damage to the coating by the hot weld spatter. No grounding shall be made on the coated portion of the pipe. C. Immediately prior to exterior welding of the pipe for double welded lap joints, remove storage primer and wire brush area to be welded per the manufacturer's recommendations. d. No joint coating will be permitted until the welding has been completed and the pipe section has cooled sufficiently so as not to damage the integrity of the coating system. e. No trapped air will be permitted in the joint. • • SP 40 OF 74 f. The pipe surface shall be clean of mud, mill lacquer, wax, tar, grease, or any foreign matter. Visible oil or grease shall be removed using an approved solvent that will not leave any residue on the pipe surface. g. After joint welding, flash rusting shall be removed by mechanical means such as a wire brush. Wire brush the weld, storage primed steel and all exposed steel. All burrs and weld slags shall be removed to achieve a smooth surface. The pipe surface shall be free of any moisture and all foreign matter prior to the application of primer. 4. Fittings and Field Wrapping Procedure: a. Fittings coated in the field, which cannot be plant machine coated in accordance with the previous sections, and field joints shall be tape coated in accordance with AWWA Standard C209 using materials as previously specified. The field fitting and field joint cold - applied plastic tape shall be furnished by the same manufacturer as the plant applied plastic tape manufacturer. A 55 percent overlap shall be maintained on all field coated fitting and joint tape wrap to produce a minimum thickness of 100 -mils. Tape shall be applied to the entire fitting and joint and shall extend a minimum of 3 inches onto the mill coat. End splices shall be a minimum of 6 inches and shall be staggered. The tape coating shall overlap at least 3 inches on the adjacent tape wrap. The tapes shall be applied with sufficient tension to conform with the surface irregularities. The finished wrap shall produce a smooth, wrinkle -free surface. b. Fittings coated at the plant, which cannot be machine coated in accordance with the previous sections, shall be tape coated in accordance with AWWA Standard C209 using materials as specified in the previous sections. The plant coated fitting cold - applied plastic tape shall be furnished by the same manufacturer as the plant applied plastic tape manufacturer. An inner tape layer of Polyken 932 -50 shall be applied with a 1 -inch nominal, 3/4 -inch minimum, tape overlap on all plant coated fittings. An outer layer of cold - applied plastic tape as specified in the previous sections shall be applied with a 55 percent overlap on all plant coated fittings. The total tape coat system for plant coated fittings shall have a minimum thickness of 110 mils. c. All completed tape coated fitting and field joints shall be tested by the pipe manufacturer or Contractor in the presence of the Engineer with -an electrical flaw detector. Applied voltage shall be in the range of 11,000 • • SP 41 OF 74 to 15,000 volts. Any holidays found shall be repaired by the Contractor at no expense to the Owner. d. The tape manufacturer shall furnish a technician to provide assistance during the initial joint wrapping to ensure proper installation of the materials. The technician shall be retained, at the Contractor's expense, for a minimum of five working days of joint wrapping for each project heading. At the completion of the 5 -day period, the tape material manufacturer's representative shall meet with the Contractor and Engineer to review and update the joint wrapping operation plan. The tape manufacturer representative shall be retained by the Contractor for the duration of the work and shall respond to field problems and questions from the Contractor and Engineer within a sufficient time period so as not to cause delay in the installation and backfill of pipe. Costs incurred for retention of the tape manufacturer's representative shall be borne by the Contractor. All changes to the pipe manufacturers operation are to be properly documented and updated by submittal within 3 working days of this meeting. Copies of all modifications are to be submitted to the Engineer in accordance with shop drawing submittal procedures as required in these specifications. e. When more than 30 percent of the tape coating is removed from the circumference of the pipe for the installation of fittings, the entire pipe tape coating shall be removed. The fitting shall be reprimed and retaped in accordance with these specifications. f. Tape coating repair for fittings and field joints shall" be in accordance with the procedure described in this section. 5. Inspection of Tape Coating: a. All coating work shall be done in the presence of the Engineer. Any coatings applied in the absence of the Engineer will be rejected. b. The Contractor shall provide the Engineer with reasonable facilities and space, at the Contractor's expense, for the inspection, testing, and obtaining of any information required to determine the characteristics of the material to be used. The Contractor shall furnish to the Engineer at least two electrical pipe coating flaw detector at the plant and one electrical pipe coating flaw detector per pipe installation heading in the field to aid in the inspection of the tape coating. Two electrical flaw detectors shall remain the property of the Owner upon completion of the work. • • SP 42 OF 74 c. The Engineer shall have free access to plants of the manufacturer furnishing the materials and to worksite. 6. Holiday Detection for Tape Coating: a. The total system shall be tested prior to shipment. The detector for the test shall impress a voltage conforming to NACE Standard RP- 02 -74. b All holidays electrically or otherwise detected, due to flaws, or mishaps, shall be clearly marked upon discovery and immediately repaired. Wrapping of the first outer layer of tape of any pipe section shall be discontinued until the detected holiday has been repaired and approved by the Engineer. Repairs shall be done using methods specified in the previous sections. After the repair, the affected areas shall then be retested with the holiday detector prior to the application of the outer layer wrap. This process will be done until the coating has successfully passed the test. 7. Tape Coating Repairs: a. Plant and field cold - applied plastic repair tapes shall be furnished and installed in accordance with AWWA Standard C209 during plant and field applied tape materials as specified in the previous sections. The joint cold- applied plastic repair tapes shall be from the same manufacturer as the plant applied plastic tape manufacturer. The tapes and primer shall be completely compatible with the tape system used for straight -line pipe. b. Any damage in the form of holidays, flaws, or mishaps found in the total coating system shall be repaired by removing the outer tape layers and inner tape layer from the damaged area of the pipe. The damaged area shall be thoroughly cleaned using the methods and materials approved by the Engineer. The methods and materials to be used in repairing the damaged areas will depend on the type and cause of damage. After cleaning, a suitable primer shall be applied, followed by a patch of repair tape over the affected area. The patch repair tape shall overlap the undamaged coating by a minimum 4 inches in all directions. The repaired area shall then be retested with a holiday detector. An outer tape layer shall be the same material as the "second outer layer tape" as specified in the previous section and shall overlap by a minimum 6 inches past the repair tape area. At the discretion of the Engineer, depending on the extent of the repair area, the outer tape layer shall be wrapped around the entire circumference of the pipe. c. If the outer tape layers are damaged and holidays or other flaws are not detected in the inner layer wrap at the same area, the repair of the inner SP 43 OF 74 tape layer may not be necessary; however, if the damage is determined by the Engineer, to be severe enough to jeopardize the integrity of the inner tape layer, the Engineer will direct the Contractor to repair the inner tape layer. If such action is taken, the Contractor shall remove the outer tape layers up to the boundaries of the damaged area, taking care not to damage the inner tape layer any further. Before replacing the outer tape layers, a holiday detector shall be applied to the inner tape layer to determine that no damage has been made to this primary tape coating during the outer layer removal process. The repair of the outer tape layers shall be done in accordance with the requirements of the previous paragraph. The patch repair tape shall overlap the undamaged coating by a minimum of 4 inches in all directions. d. When the area tests showing no holiday, a notation shall be applied to the area indicating the test is satisfactory. Cement mortar coating shall then be applied over the cold - applied plastic tape coat. 8. Protecting Coated Pipe: a. The Contractor shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. b. Any tape coated pipe, including exposed tape ends at the cement mortar hold- backs, subjected to ultraviolet exposure longer than 90 calendar days prior to installing cement mortar coating shall be physically inspected by the Engineer prior to installation of plant or field applied cement mortar coating. Ultraviolet degradation will not be accepted; except that if in the opinion of the Engineer, the degree of degradation will not affect the integrity of the coating, he may allow the installation of the pipe section. c. While laying tape and cement mortar coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point. Coated pipe shall be lowered into the trench using belt sling not less than 16 inches wide. The use of chains, hooks or other equipment that might injure the pipe coating will not be permitted. The Engineer shall approve all other pipe handling equipment and methods. Pipe stored alongside of the trench shall be supported on saddles used in transporting the pipe, sandbags, or rock free piles of sand at 114 points providing a minimum of 36 inches of bearing surface at each point. d. Immediately before placing the pipe in the trench a visual inspection of the cement mortar coating shall be made. All repairs to defects in the cement mortar coating shall be made prior to the installation of the pipe in the trench in accordance with these specifications. If damage to the underlying tape coat is suspected and at the direction of the Engineer, the cement mortar coating shall be removed from the 0 - SP 44 OF 74 damaged area, visually inspected, and electronically tested for holidays in accordance with AWWA C214, subsection 4.3.2 as applicable. Repairs to tape defects are to be made in accordance with previous sections and the tape manufacturer's repair procedure submittal as outlined in the fabrication plan. Repairs to cement mortar coating defects are to be made in accordance with these specifications. The entire coating operation shall be performed as a one - station operation where the pipe is supported at the ends in a manner that will permit the application of the specified coatings. No additional handling following the initial setup of the pipe section, from application of primer, tape coating, and cement -mortar coating, will be allowed. No application involving rollers to support the pipe during the primer application, plastic tape, or cement -mortar coating application will be permitted. 207 -25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 207 -25.1 General. All polyvinyl chloride (PVC) pipe shall be SDR -14 (Class 200) and shall be manufactured in strict accordance with the latest revisions of AWWA C- 900, and Section 207 -21 of the City's Standard Special Provisions. 207 -25.2 Fittings. All fittings for PVC pressure pipe shall be ductile iron and shall be in accordance with the latest revisions of AWWA C110, C153, C111, C104 and Section 207 -9 of the Standard Specifications. All fittings shall be push -on type and shall be thrust - blocked and anchored in accordance with the City Standard Plans. 207 -25.3 Pipe Identification. All PVC pressure pipe shall have a tracer wire or metallic warning tape installed per Section 207 -22.7 of the City's Standard Special Provisions. 207 -26 TEMPORARY HIGHLINE PRESSURE PIPE 207 -26.1 General. Highline piping and appurtenances shall be suitable for potable water service and shall have a minimum pressure rating of 200 psi. The highline piping shall be Victualic joint welded steel pipe or aluminum pipe and shall be suitable for potable water service. Piping shall be a minimum of 6- inches in diameter. All highlining facilities shall be disinfected after installation and prior to be placed into operation. Pressure testing is not required, but the piping and connections shall not leak. All visible leaks shall be repaired immediately. No highline piping shall be allowed to be traveled over without adequately protecting the highlining pipe as well as, safely ramping the pipe for vehicle protection. The Contractor shall obtain approval from the City for all highline piping crossing driveways or streets. Adequate protection of vehicles crossing the highline will be the sole responsibility of the Contractor. The Contractor may consider a shallow trench for the highline if ramping is not feasible. 207 -27 PIPE APPURTENANCES • • SP 45 OF 74 207 -27.1 General. Unless otherwise specified, all pipe appurtenances shall comply with the appropriate Standard Drawings of the City of Newport Beach and Section 207- 22 of the City's Standard Special Provisions, unless modified herein. 207 -27.2 Valve Boxes. Valve boxes shall comply with the appropriate Standard Drawing of the City and Section 207 -22.4 of the City's Standard Special Provisions. 207 -27.3 Sleeve -Type Couplings. Sleeve -type couplings shall comply with Section 207 -22.6 of the City's Standard Special Provisions. 207 -27.4 Nuts and Bolts. Above ground and buried nuts and bolts for flanges shall be Type 316 stainless steel conforming to ASTM A 193, Grade 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. SECTION 209 - -- ELECTRICAL COMPONENTS 209 -3 CORROSION MONITORING SYSTEM 209 -3.1 General. Furnish all labor, materials, tools equipment, and incidentals to install cathodic protection and corrosion monitoring facilities on the buried steel piping associated with the City of Newport Beach, Industrial Way 36 -inch Water Main Replacement project. Facilities shall include: insulating flange kits, corrosion monitoring test stations, continuity bonding, attendant wiring, inspection, and testing for a complete and workable system. 209 -3.2 Specifications and Standards. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designations only. ANSI B16.21 -92 Nonmetallic Flat Gaskets for Pipe Flanges 2. ASTM C94 -81 Ready -Mix Concrete 3. ASTM D1248 -89 Polyethylene Plastics Molding and Extrusion Materials 4. ASTM D2220 -80 Polyvinylchloride Insulation for Wire and Cable, 75° Operation 5. AWWA C217 -90 Cold - Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines SP 46 OF 74 6. NACE RP0169 -96 Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems 7. NACE RP0286 -97 Electrical Isolation of Cathodically Protected Pipelines 8. NEMA LI -1 -1983 Industrial Laminate Thermosetting Products 9. MIL- C- 18480B Coating Compound, Bituminous, Solvent, Coal Tar Base 10. UL 83 -80 Thermoplastic - Insulated Wires 11. UL 486 -76 Wire Connectors and Soldering Lugs for Use with Copper Conductors 209 -3.3 Submittals. The following information shall be submitted for approval of the Engineer in accordance with the General Requirements of these specifications. 1. Catalog Cuts (5 copies): a. Pre - packaged high potential magnesium anodes b. At -grade test boxes c. Shunts d. Brass split -bolts e. Brass wire tags f. Wire and cable g. Insulating flange kits h. Wax tape wrap i. Weld caps j. Weld coating k. Warning tape 2. As -built Drawings: The Contractor shall maintain as -built drawings showing the exact locations of all anodes, insulators, corrosion monitoring test stations, and wire trenching runs. Location changes from the design shall be legibly indicated in red on a blue line copy of the design drawings. These drawings shall be submitted to the Engineer before the work is considered complete. 3. Qualifications: Qualifications of Corrosion Engineer retained -by the Contractor for testing purposes. The Corrosion Engineer shall be experienced with buried water line cathodic protection and either be a registered corrosion engineer in the State of California or a NACE International Certified Cathodic Protection Specialist. 4. Test Results: 0 0 SP 47 OF 74 a. Insulator tests b. Continuity tests c. Anode testing and cathodic protection performance 209 -3.4 Test and Inspection Notification. The Contractor shall notify the Engineer at least five days in advance of installation of anodes, insulators, test leads, or test boxes. The Engineer or the Owner shall, at their discretion, inspect and witness the testing of all insulators, anodes, corrosion control or monitoring test stations with the assistance of the Contractor. 209 -3.5 Materials. Materials and equipment furnished under this section of the specifications shall be new and of the highest quality, the standard product of manufacturers regularly engaged in the manufacturing of such products, and shall be the manufacturer's latest standard design that complies with specification requirements. All materials and equipment shall bear evidence of U.L. approval when U.L. standards exist. 209 -3.5.1 Pre - Packaged Magnesium Anodes Capacity: High potential magnesium anodes shall have a theoretical energy content of 1000 ampere -hours per pound and have a minimum useful output of 500 ampere -hours per pound. 2. Chemical Composition (High Potential Magnesium): Aluminum 0.01 percent (max) Manganese 0.5 to 1.3 percent Zinc 0.002 percent (max) Copper 0.02 percent (max) Nickel 0.001 percent (max) Iron 0.03 percent (max) Silicon 0.002 percent (max) Other 0.05 percent each (max) and 0.3 percent total (max) Magnesium Balance Open Circuit Potential: The open circuit potential of all anodes, buried in the soil, shall be between 1.65 and 1.75 volts DC versus a copper- copper sulfate reference electrode. 4. Ingot Size and Weight: Anodes shall be 48 -pound bare magnesium ingots with a trapezoidal cross section. Ingot size shall be 32 inches long. Anode Construction: Anodes shall be cast magnesium with a galvanized steel core rod. Recess one end of the anode to provide access to the rod for connection of the lead wire. Silver braze the lead wire to the rod and make • . • SP 48 OF 74 the connection mechanically secure before brazing. Insulate the connection to a 600 -volt rating by filling the recess with epoxy and covering any exposed bare steel core or wire with heat shrinkable tubing. The insulating tubing shall extend over the lead wire insulation by not less than one -half inch. 6. Anode Pre - Packaged Backfill Material: The anodes shall be completely encased and centered within a permeable cloth bag in a special low resistivity backfill mix with the following composition: Gypsum 75% Powdered Bentonite 20% Anhydrous Sodium Sulfate 5% Backfill grains shall be such that 100 percent is capable of passing through a screen of 100 mesh. Backfill shall be firmly packed around the anode such that the ingot is approximately in the center of the backfill and surrounded by at least two inches of backfill material. The resistivity of the backfill shall be no greater than 50 ohm -cm when tested wet in a soil box with no extraordinary means of compaction. The total prepackaged weight shall be approximately 105 pounds. 209 -3.5.2 At -Grade Test Stations 1. Test Box: Test boxes shall be a round, precast concrete with dimensions of 14 -inch O.D. by 11 Y2 - inches high, with a cast iron supporting ring and lid and shall have sufficient strength to support occasional vehicular traffic. The lid shall be 9 -5/8 -inch O.D. and cast with the legend 'Test Station" using characters as large as space allows. The test boxes shall be flush with grade. 2. Shunts: Anode test boxes shall have 0.01 -ohm shunts rated at 6 amperes, Holloway Type RS or equal, and accurate to plus or minus one percent. Shunts shall be attached to anode and cathode lead wires with split bolt connectors as shown in the drawings. Note that anode leads shall be left unconnected until system activation in the presence of the Engineer. 3. Split Bolt Connector: Split bolt connectors shall be UL 486 copper or brass and sized to accommodate the lead wire and shunt being used. 4. Brass Identification Tags: All test leads shall be identified in each test box with an 18 ga., 1 -1/2 -inch diameter brass tags with a 3/16 -inch diameter hole. All tags shall be die - stamped with the pipe size and service in '% -inch high characters. The tags shall be securely attached to the test leads with un- insulated No. 14 copper wire. • • SP 49 OF 74 5. Concrete Pad: Test boxes mounted in un -paved areas shall be mounted in a 26- inches square by 4- inches thick, reinforced concrete pad constructed of ASTM C94 Ready -Mix concrete. 209 -3.5.3 Wire and Cable. All wire shall be single conductor, stranded copper of the gauge indicated. Wire sizes shall be based on American Wire Gauge (AWG). Copper wire shall be in conformance with U.L. Standard 83 and shall be suitable for direct burial in corrosive soil and water. Wire with high molecular weight polyethylene ( HMWPE) insulation shall conform to the requirements of ASTM D1248 Type 1, Class C, Grade 5. Wire with THWN insulation shall conform to the requirements of ASTM D2220. 1. Test Wires. Wire sizes shall be as shown in the Drawings. All pipe test leads shall have black HMWPE insulation. 2. Anode Lead Wires. All anodes shall have No. 12 AWG wire with white THWN insulation. 3. Bond Wires. Bond wires at mechanical joints, i.e., valves, flanges and couplings and at ductile iron pipe joints shall be No. 4 or 6 AWG as shown in the drawings with black HMWPE insulation. 209 -3.5.4 Insulating Flange Kit 1. Standard: NACE RP0286 "Electrical Isolation of Cathodically Protected Pipelines." 2. Gasket. ANSI B- 16.21, Type "E" full- faced, laminated glass NEMA LI -1 G -10 material with rectangular nitrile or Viton O -ring seal for operation between 20 °F and 150 °F. Gaskets shall be suitable for the temperature and pressure rating of the piping system in which they are installed. 3. Insulating Sleeves. 1132 -inch thick tube, full length, laminated glass material as per NEMA LI -1 G10 for operation between 20 °F and 150 °F. For installation at threaded valve flanges, the sleeves shall be half - length. 4. Insulating Washers. 1/8 -inch thick laminated glass material as per NEMA LI-1 G10 for operation between 20 °F and 150 °F. For installation at threaded valve flanges, the sleeves shall be half - length. 5. Steel Washers. 1/8 -inch thick cadmium plated steel to be placed between the nut and the insulating washer. E 209 -3.5.5 Wax Tape Wrap • SP 50 OF 74 1. Where Required: All buried non - tape /mortar coated pipe fittings and appurtenances such as valve bodies, flanges, insulating flanges, couplings, etc. shall be wrapped with a wax tape primer and wrap per AWWA C217 and this specification section. 2. Primer: Prime coat with a blend of petrolatum, plasticizer, inert fillers, and corrosion inhibitor having a paste -like consistency. 3. Tape Wrap: Wrap primed surfaces with a synthetic felt tape saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. A compatible petrolatum filler should be used to smooth over irregular surfaces. 4. Outer Covering: The primed and wax -tape wrapped fitting shall be wrapped with a plastic tape covering consisting of 1.5 mil, polyvinylidene chloride or metallocene resin material. The tape shall have high dielectric strength, be stretchable and be able to conform well to irregular shapes. The outer covering shall be Trenton Poly -Ply, Denso Poly -wrap or equivalent. 209 -3.5.6 Alumino- Thermic Weld Kits 1. Weld Kits: Cable -to -metal connections shall be made by the alumino- thermic welding process. Weld kits shall include graphite mold, weld charges and accessories. The charge size and alloy and the mold size shall be as specified by the manufacturer of the weld kit for use on steel pipe. 2. Weld Caps: Alumino- thermic welds shall be sealed with a pre- fabricated plastic cap filled with formable mastic compound on a base of elastomeric tape. Weld caps shall be Royston Handy Cap 2 or equivalent. Prime coat the surface before application of the weld cap with a material specially designed for this purpose such as Royston Roybond Primer. 3. Weld Coating: All alumino- thermic welds and weld caps shall be coated with a cold - applied fast -drying mastic consisting of bituminous resin and solvents per Mil. Spec MIL- C- 18480B such as Carboline Bitumastic 50, Tnemec 40 -H- 413, Tape -coat TC Mastic or "3M Scotch Clad 244 ". The minimum coating thickness shall be 25 mils (0.025 inch). 209 -3.5.7 Plastic Warning Tape 1. Warning Tape: The plastic warning tape shall be 3- inches wide and shall have a printed warning "Caution - Cathodic Protection Cable Buried Below'. 0 • ' SP 51 OF 74 209 -3.6 Execution. All work shall be performed by qualified, experienced personnel working under continuous, competent supervision. Work not specifically described herein shall conform to NACE RP0169 or NACE RP0286. 209 -3.6.1 Magnesium Anodes 1. Inspection: All lead wires shall be inspected to ensure that the lead wire is securely connected to the anode core and that the lead wire insulation has sustained no damage. Anode lead wire -to -anode connection failures shall require replacement of the complete anode and lead wire assembly. 2. Pre - Packaged Anode Inspection: Each unit shall be inspected to ensure that the backfill material completely surrounds the anode and that the cloth bag containing the anode and backfill material is intact. If the prepackaged anodes are supplied in a waterproof container or covering, that container or covering shall be removed before installation. 3. Excavation Type and Depth: Anodes are to be installed in augured holes 12 feet deep as shown in the drawings. 4. Location: Approximate anode locations are shown in the drawings. Anode positions can be adjusted slightly to avoid interference with existing structures. The Engineer must approve alternate anode positions, greater than 10 feet from those shown in the drawings. 5. Handling: Care shall be taken to ensure that the anode is never lifted, supported, transported, or handled by the lead wire. All anodes shall be lowered into the hole using a sling or a rope. 6. Soaking Requirements, Pre - Packaged Anodes: All prepackaged anodes shall be completely submerged in water for 30 minutes before being placed in the hole or trench. Once in the hole or trench, 15 gallons of water shall be poured on top of the anode such that it is completely covered with water. Allow the anodes to soak for a minimum of 30 minutes before any soil backfill is added. Backfill with native, rock -free (112 -inch maximum rock size) soil such that the soil backfill is 3 to 5 inches over the top of the anode. Add an additional 5 to 10 gallons of water to the hole or trench to completely saturate the soil around the anode. Allow the anode and soil to soak for 15 minutes (minimum) before completing the backfill operation. 7. Anode Upper Backfill: After the anode has soaked in the hole or trench, the hole or trench is backfilled with native trench spoil (not sand) with all stones over 1 -inch diameter removed. Backfill in 18 -inch lifts and carefully tamp to compact the soil. No voids shall exist around the anode bags and the anode lead wire shall not be damaged. SP 52 OF 74 209 -3.6.2 At -Grade Test Stations 1. Location: At -grade corrosion monitoring test boxes shall be placed just behind the curb and /or over the pipe as shown in the drawings. The Engineer must approve alternate test station positions. Test boxes shall not be placed in the roadway or traffic lanes. 2. Native Soil: The bottom of'the box shall be native soil not gravel, rock, or sand. 3. Test Lead Attachment: Test leads shall be attached to the pipe using the alumino- thermic weld process as shown in the drawings and as described below. A single 18 -inch slack wire coil shall be placed at each weld. 4. Wire Installation: All buried lead wires (test or anode) shall be installed without damage or splices. All wire leads shall terminate at an anode, the pipe or in a test box. Provide slack wire in the test box such that all wires extend above the top of the box (grade) by 18 inches. 5. Anode Connection: Contractor shall connect the shunt to the pipe lead with a split bolt connector as shown. The anode lead shall be left unconnected for testing and completion by the Engineer. The Contractor shall connect a second split bolt to the other end of the shunt for connecting the anode lead to the shunt; however, the anode wire shall be left out of the connection until the system is activated in the presence of the Engineer. 6. Concrete Pad: A 26 -inch square by 4 -inch deep, reinforced (No. 4 rebar) concrete pad is required around each at -grade test station that is not located in a paved area. The pad shall be flush with grade except in grass areas where it shall be slightly raised. 209 -3.6.3 Wire and Cable 1. Test Lead Trenching and Backfilling: Horizontal test lead and anode lead runs shall be placed in a trench with a minimum depth of 24 inches. The bottom of the finished trench shall be sand or stone -free earth. Test lead shall be centered in the bottom of the trench and covered and tamped in a 6- inch layer of stone -free earth. Trench spoil can be used for the remainder of the backfill unless directed otherwise in these specifications. Soil compaction shall be as specified elsewhere in these specifications. Do not stretch or kink the conductor. Care shall be taken when installing wire and backfilling trench so insulation is not broken, cut, or bruised. Do not place roots, wood scraps, organic matter or refuse in the backfill. • • SP 53 OF 74 2. Plastic Warning Tape: Plastic warning tape shall be run in the wire trench at a depth of 12- inches and above each buried wire. 3. Damaged Wire: If any wire insulation is damaged during installation, it shall be rejected and replaced completely at the Contractor's expense. All rejected wire shall be removed from the job site at the close of each workday. 4. Splicing: No wire splices are allowed unless specifically approved by the Engineer. 209 -3.6.4 Insulating Flange Kits Flange Kit Preparation: Insulating kits shall be installed as shown on drawings and as recommended by the manufacturer. Moisture, soil, or other foreign matter must be carefully prevented from contacting any portion of the mating surfaces prior to installing insulator gaskets. If moisture, soil, or other foreign matter contacts any portion of these surfaces, the entire joint shall be disassembled, cleaned with a suitable solvent, and dried prior to reassembly. 2. Pre - Assembly: All insulating flange kits 20- inches or greater shall be pre - installed and tested in the pipe spool before it is installed in the trench. If possible, smaller flanges shall be pre - installed and tested above grade. 3. Component Compatibility: The Contractor shall be responsible that insulating flange kits fit up properly. Specifically, the Contractor is responsible to verify that the bolts or studs are the correct material and size and that there are the correct number of bolts (studs), nuts, sleeves, insulating washers and steel washers. The Contractor shall also verify that the gasket sealing surfaces match up properly on both flanges and that there is enough clearance for the sleeves between the bolts or studs and the flange hole. Misaligned or non - compatible flange kits shall be replaced by the Contractor at the Contractor's expense. 4. Alignment: Alignment pins shall be used to properly align the flange and gasket. 5. Bolt Tightening: The manufacturer's recommended bolt- tightening sequence shall be followed. Bolt insulating sleeves shall be centered within the insulation washers so that the insulating sleeve is not compressed and damaged. 6. Testing: All insulating flanges must be tested as specified below. All buried insulating flanges must be tested before backfilling and before the wax tape primer and wrap are applied. Insulating flanges over 20- inches in diameter shall also be tested after assembly in the pipe spool but before installation in the ditch. • SP 54 OF 74 209 -3.6.5 Wax Tape Coating. All buried pipe, pipe fittings and appurtenances such as tapping saddles, valves, flanges, insulating flanges, couplings and adapters (except casings) that are not tape /mortar coated shall be wrapped with petrolatum wax tape per AWWA C217 and this specification section. 1. Surface Preparation: All surfaces to be wrapped, including bolt and nut surfaces, must be clean and free of all moisture, dirt, mud, dust, mill scale, wax, paint, oil, grease or any foreign substance. Clean using a power or hand wire brush and by wiping with a clean cloth. If oil or grease is present clean using a suitable, safe solvent that does not leave a residue. The surface shall be dry prior to the application of the coating. 2. Primer: Apply primer by brush, hand, glove or roller. A thin coating of primer shall be applied to all surfaces and worked into all crevices. The primer shall be applied generously around threaded bolts and nut, coupling tie rods, flanges, followers, and other irregular surfaces and shall completely cover all exposed surfaces and fill all voids. The primer should overlap the pipe coating by a minimum of 3- inches. 3. Wax Tape: The petrolatum wax -tape shall be applied immediately after primer application. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud -ends. Coupling tie rods and odd surfaces must be individually wrapped with wax tape to ensure complete coverage with tape directly against all surfaces. After all bolts and irregular surfaces are covered with short sections of tape, the tape shall be circumferentially wrapped over the flange, valve or coupling with sufficient tension and pressure to provide continuous adhesion without stretching the tape. The tape shall be formed by hand into all voids and spaces. There shall be no gaps or air spaces under the tape. The barrel of couplings shall be wrapped under the tie rods. The tape shall be applied with at least a 55 percent overlap. The wax tape system shall have a minimum thickness of 50 -mils over smooth surfaces and 100 -mils over sharp projections such as bolts and nuts. 4. Outer Covering: The clear plastic outer covering shall be applied by hand such that the material conforms and adheres to the wax tape surface. Coupling tie rods shall be individually wrapped. Two layers of plastic outer wrapping shall be applied. 209 -3.6.6 Continuity Bonding 1. Ductile Iron Joints: All buried ductile iron joints shall be bonded with two copper wires as shown in the drawings. The Engineer must approve alternate bonding methods. • • SP 55 OF 74 2. Mechanical Joints: All buried non - welded pipe joints and all mechanical joints (i.e., flanges, valves, couplings expansion joints) not specifically identified as an insulating joint shall be bonded with bond wires as indicated in the drawings. 3. Bond Wires and Wax Tape: Attached, test and inspect bond wires before wax tape wrap is applied. 209 -3.6.7 Wire to Pipe Connections 1. Welds: All connections of copper wires to the cathode /structure shall be made by the alumino- thermic weld method as shown in the drawings. 2. Preparation of Wire and Cable: Use a cutter to prevent deforming cable ends. Do not deform cable. Clean oily or greasy cable with a rapid -drying solvent, which leaves no residue. Remove only enough insulation from the cable to allow the alumino- thermic weld connection to be made. 3. Preparation of Metal: Remove all coating, dirt, grime, and grease from the metal structure at weld locations by wire brushing and/or use of suitable safe solvents. Clean the structure to a bright, shiny surface free of all serious pits and flaws by using a file. The area of the structure where the attachment is to be made must be absolutely dry. 4. Wire Position: The wire is to be held at a 30- degree angle to the surface when welding. Only one wire shall be attached with each weld. 5. Testing of All Completed Welds: As soon as the weld has cooled, the weld shall be tested by the Contractor as described below. 6. Re- welding Failed Welds: Before attempting a weld where a previous weld has failed, it is necessary to completely remove all weld metal and remnants of the previous weld by grinding or by filing. 7. Coating of All Completed Welds: Assure that the area to be coated is thoroughly wire brushed, clean, and completely dry. Apply the elastomeric weld cap primer and then the weld cap to the weld. Apply a bituminous mastic coating over the weld cap at sites where wax tape is not applied. Apply bituminous coating in accordance with the manufacturer's recommendations. This coating shall overlap the structure coating a minimum of three inches. Allow sufficient time to dry. Wax tape can be applied over the weld cap in lieu of the bituminous coating. 209 -3.7 Testing And Inspection 209 -3.7.1 Test Leads and Bond Wires • • SP 56 OF 74 Responsibility: The Contractor shall be responsible for testing all test leads and bond wire welds. 2. Test Method: All completed wire connection welds shall be tested for strength by striking the weld with a sharp blow with a two -pound hammer while pulling firmly on the wire. Welds failing this test shall be re- welded and re- tested. Wire welds shall be spot tested by the Engineer. After backfilling pipe, all test lead pairs shall be tested using a standard ohmmeter for broken welds. The resistance shall not exceed 130 percent of the total wire resistance as determined from published wire data. 3. Acceptance: Welds not loosened or broken by the hammer test can be backfilled. The resistance between each pair of test leads shall not exceed 130 percent of the total wire resistance as determined from published wire data. Ultimate bond wire acceptance shall be determined by the continuity test results. 209 -3.7.2 Test Lead Trenching and Backfill Responsibility: The depth, trench bottom padding, and backfill material shall be inspected by the Engineer at his discretion prior to backfilling. 2. Method: The depth, trench bottom padding, and backfill material shall be visually inspected prior to backfilling. 3. Acceptance: Conformance with these specifications. 209 -3.7.3 Continuity Testing Responsibility: Full metallic continuity is the responsibility of the Contractor. A qualified Corrosion Engineer who is retained by the Contractor shall conduct continuity tests. The Contractor is also responsible for providing test access at either end of the pipe sections requiring testing. 2. Pipe Requiring Continuity Testing: All reaches or sections of pipe that contain one or more bonded, mechanical or non - welded joint must be tested for Continuity. 3. Notification and Scheduling for Testing: The Contractor shall notify the Engineer at least five days before the completed pipe installation is ready for testing. - It is advised that continuity testing be done as soon as possible. 4. Test Method: Pipeline continuity shall be tested using the Direct Resistance Method. The Owner must approve alternate methods. The Direct Resistance Method consists of measuring the linear resistance of individual pipe sections between two adjoining test stations (2 -wire minimum) such that the entire line is tested. The resistance of the pipe section is measured by • • SP 57 OF 74 applying a known DC current through the section and measuring the IR drop. Current can be applied through the pipe using any DC source such as a battery. The IR drop shall be measured at a minimum of five different current values. Instruments used shall be sufficiently sensitive to measure a resistance equal to plus or minus 5% of the calculated resistance of the pipe section. 5. Acceptance: The continuity of the pipeline shall be considered acceptable if the actual resistance measured as described above is equal to or less than 130 percent of the calculated pipe section resistance. The calculated resistance shall include the cylinder resistance and the bond wire resistance. If the actual resistance is greater than 130 percent of the calculated value the Contractor shall, at his own expense, locate the open or high resistance joints, make all necessary corrections, and retest until this criterion is met. 209 -3.7.4 Anodes and Cathodic Protection Performance 1. Responsibility: The Contractor is responsible for providing the proper rated potential anode, sufficient anode lead wire length, low resistance connections and the proper anode hole or trench depth. The Contractor shall be responsible for ensuring that the anode pre - packaged backfill sack is undamaged and that the wire leads are soundly attached. The Contractor's Corrosion Engineer shall test each installed anode for wire connection integrity and for open- circuit potential. 2. Notification for Testing: The Contractor shall notify the Engineer at least five days in advance of plans to install the anodes and five days in advance of system performance testing. At his or her discretion, the Engineer shall witness the anode installation. 3. Cathodic Protection Performance Test Method: The performance of the cathodic protection system will be tested by the Contractor's Corrosion Engineer in the presence of the Engineer. The testing shall include: measurement of all open- circuit anode potentials; pipe -to -soil potentials at each test station and other locations as needed to fully evaluate anode performance before the anodes are connected; initial anode currents after connecting anode leads to the pipe leads; and the pipe -to -soil potential at each previously tested site with all anodes connected. Pre- and post cathodic protection potentials at midpoints between anode beds are required to verify that the pipeline is fully protected. Adequate protection shall be as defined in NACE RP0169. 4. Test Report: All system checkout test results shall be recorded, tabulated and submitted to the Engineer in a report along with the Corrosion Engineer's conclusions regarding the performance of the cathodic protection system. Any deficiencies found during testing shall be reported to the Engineer immediately. The Contractor shall perform repairs due to system installation deficiencies. These repairs and system re- testing shall be provided at no additional cost to the Owner. 0 0 SP 58 OF 74 5. Acceptance: The system will be accepted if all anodes, insulators, test stations, and supporting facilities are installed and working properly. 209 -3.7.5 Insulator Testing 1. Responsibility: Insulators shall be tested and certified by the Contractor's Corrosion Engineer. Testing shall be done in the presence of the Engineer and the Owner at their discretion. 2. Test Sequence: Buried Insulating flanges must be assembled onto the pipe spool and tested above grade prior to installation of the spool in the trench and the application of wax tape. 3. Notification for Inspection: The Contractor shall notify the Engineer at least five days in advance of the testing of insulator installations. 4. Method: Two test methods are required. a. Spool Test Above - Grade: The assembled flange shall be tested with a Gas Electronics Model 601 Insulator Checker specifically designed for the testing of insulating devices. The testing shall be done by a qualified Contractor's Corrosion Engineer and in accordance with NACE RP0286- 97. b. Fully Assembled in the Trench: Retest with the Insulator Checker as above. Measure the pipe -to -soil potential of the pipe on each side of the insulator with a reference cell placed in the same location. A shorted condition is indicated by identical potentials. 5. Acceptance: a. Above Grade: The installation of the insulators shall be considered acceptable when the Insulator Checker test results indicate no shorts or partial shorts are present (zero percent meter deflection). b. In the Trench: No shorts or partial shorts as indicated by the Insulator Checker. Pipe -to -soil potentials on each side of the insulator must differ by a minimum of 20 millivolts. If the potential difference is less than 20 millivolts the Corrosion Engineer shall recommend additional tests to verify insulator performance. The additional tests shall be conducted with the approval of the Construction Manager. n LJ • SP 59 OF 74 c. The installation shall be considered complete when the testing device indicates that no shorts or partial shorts are present. If shorts are detected the Contractor shall assist the qualified Corrosion Engineer in finding partial shorts or shorted bolts. All disassembly and re- assembly necessary to gain the acceptance of the qualified Corrosion Engineer shall be done at the Contractor's expense. 209 -3.7.6 Wax Tape Coating 1. Responsibility: the Engineer shall inspect all wax tape coating applications. 2. Notification for Inspection: The Contractor shall notify the Engineer at least five days in advance of completion of wax tape applications. 3. Test Method: Each tape wrapped component shall be visually inspected. The inspector shall verify that all irregular components are individually wrapped and that the tape if fully molded to the surface without gaps or voids. Backfilling shall not be done until this inspection is complete and the Engineer approves the tape wrap application. 4. Acceptance: Conformance with this specification section. 209 -3.7.7 Compliance with Specifications. Deficiencies: Any deficiencies or omissions in materials or workmanship found by these tests shall be rectified by the Contractor at' his expense. Deficiencies shall include but are not limited to: unconnected or broken anode or test leads; incorrect anode type; improper or un -clean wire trench backfill; lack of 18- inches slack wire on each test lead in each test box; shorted or partially shorted insulators; inadequate insulator coating; failure to notify the Engineer in sufficient time to test buried insulators; high metallic pipeline resistance; and improperly mounted or located test boxes. SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." PART 3 0 • SP 60 OF 74 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Sold Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at hftp: / /www.city. newport- beach. ca. us /GSV /Frachised %20 Ha u lers. htm." 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." 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." Replace the words "l '/2 inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING SP 61 OF 74 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. All cracks '/< -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1 ?/2 inches of asphalt shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." C 303 -5.5 Finishing C� SP 62 OF 74 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 306 - -- UNDERGROUND CONDUIT CONSTRUCTION 306 -1.2.1 Bedding. Add to this section: "Bedding material shall be clean, well graded imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be a granular material free from clay balls, organic material and other deleterious substances. The bedding material shall be compacted to a minimum relative compaction of 90% and shall be a minimum thickness of twelve (12) inches. In the event the subgrade soils below the bedding are excessively weak or disturbed during excavation, the unsuitable soils shall be overexcavated to expose firm native material or removed and recompacted for a minimum depth of twenty -four (24) inches below the proposed bedding (recompacted to 90% relative compaction)." 306 - 1.2.14 Installation of Cement Mortar -Lined and Tape Wrapped /Mortar Overcoat Steel Pipe. Add Section 306 - 1.2.14 as follows: "306- 1.2.14.1 Installation of Pipe. The Contractor shall install all pipe, fittings, closure pieces, bends, reducers, tees, crosses, outlets, manifolds, and other steel plate specials, bolts, nuts, gaskets, jointing materials, and all other appurtenances as indicated and as required to provide a complete and workable installation. No pipe shall be installed when the lining or coating /interior or exterior surfaces show cracks that may be harmful as determined by the Engineer. Such damaged lining and coating /interior and exterior surfaces, shall be repaired, or a new undamaged pipe shall be provided. All pipe damaged prior to Substantial Completion shall be repaired or replaced by the Contractor. • SP 63 OF 74 The Contractor, shall inspect each pipe and fitting to insure that there are no damaged portions of the pipe. The Contractor shall remove or smooth out any bums, gouges, weld splatter or other repairable defects prior to laying the pipe. Trenches shall be in a reasonably dry condition when the pipe specials are laid. Necessary facilities including slings shall be provided for lowering and properly placing the pipe sections in the trench without damage. The pipe and specials shall be laid to the line and grade shown, and they shall be closely jointed to form a smooth flow line. Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign substance which may have collected thereon and shall be kept clean at all times thereafter. In placing pipe in the trench, the pipe shall be held by the sling that supported the pipe section at the quarter points. The sling shall be constructed with padded attachment straps as approved by the manufacturer of the pipe. Bare cable or chain attachment straps will not be allowed. The pipe shall not be dragged on the bottom of the trench but shall be supported by the sling while being fitted to the adjacent pipe section. Immediately before placing each section of pipe in final position for jointing, the bedding for the pipe shall be checked for firmness and uniformity of surface. When the pipe is being laid, it shall be turned and placed where possible, so that any slightly damaged portion will be on top. The damaged area shall be repaired for the protection of any exposed steel. All damaged areas shall be repaired using materials and methods acceptable to the City. Pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coating on field joints. The protective stulling and bracing shall be removed after the sand backfill has been thoroughly compacted and prior to completing the interior joints. After each section of pipe has been set .into position, it shall be attached to the adjoining section by means of an arc - welded joint as shown on the Plans. The use of dogs, clips, lugs, or equivalent devices welded to the pipe for the purpose of forcing it into position will not be permitted. Care shall be exercised at all times to avoid contaminating any pipe, valves or fittings. During laying operation, no debris, tools, clothing or other material shall be placed in the pipe. Dirt shall be prevented from entering the pipe and if necessary, the pipe shall be swabbed before placing in position. If the pipe - laying crew cannot place the pipe into • • SP 64 OF 74 the trench without getting foreign material into it, the City may require placing a heavy canvas cover over each end of the pipe that shall remain in place until the pipe lengths are to be joined. Each section of pipe shall be laid in the order and position shown on the laying schedule. In laying pipe, it shall be laid to the set line and grade, within approximately one inch plus or minus. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the City may change the alignment and /or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed the maximum deflection recommended by the pipe manufacturer. No joint shall be misfit by any amount which will be detrimental to the strength and water tightness of the finished joint. In all cases, the joint opening, before finishing with the protective mortar inside the pipe, or prior to applying in -place mortar lining, shall be the controlling factor. Moderate deflections and long radius curves may be made by means of beveled joint rings, by pulling standard joints, by using short lengths of pipe, or a combination of these methods; provided that pulled joints shall not be used in combination with bevels. The maximum total allowable angle for beveled joints shall be 5 degrees per pipe joint. Bevels shall be provided on the bell ends. Mitering of the spigot ends will not be permitted. The maximum allowable angle for pulled joints shall be in accordance with the manufacturer's recommendations or the angle which results from a 3/ -inch pull out from normal joint closure, whichever is less. All horizontal deflections or fabricated angles shall fall on the alignment. All vertical deflections shall fall on the alignment and at locations adjacent to underground obstructions, points of minimum earth cover, and pipeline outlets and structures. The pipe angle points shall match the angle points indicated. Except for short runs, which may be permitted by the City, pipes shall be laid uphill on grades exceeding 10 percent. Pipe that is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. All bends shall be properly installed. The openings of all pipe and specials where the pipe and specials have been cement - mortar lined in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to prevent unauthorized access by persons, animals, water or any undesirable substance. The bulkheads shall be so designed to prevent drying out of the interior of the pipe. The Contractor shall introduce water into the pipe to keep the mortar moist where moisture has been lost due to damaged bulkheads. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any source, shall assume full responsibility for • • SP 65 OF 74 any damage due to this cause, and shall at its own expense restore and replace the pipe to its required condition and grade if it is displaced due to floating. As pipe laying progresses, the Contractor shall keep the pipe interior free of all debris. The Contractor shall completely clean the interior of the pipe of all sand, dirt, mortar, splatter and any other debris following completion of pipe laying, pointing of joints and any necessary interior repairs prior to testing (and disinfection) the completed pipeline. Where pipe support details are indicated, the supports shall conform thereto and shall be placed as indicated; provided that the support for all exposed piping shall be complete and adequate regardless of whether or not supporting devices are specifically indicated. Where indicated, concrete thrust blocks or welded joints shall be provided." 306 - 1.2.14.2 Welded Joints. General: Field welded joints shall be in accordance with ANSI/AWWA C206. Where exterior welds are performed, adequate space shall be provided for welding and inspection of the joints. During installation of welded steel pipe in either straight alignment or on curves, the pipe shall be laid so that the lap joint clearance, at any point around the circumference of the joint, shall comply with the requirements of AWWA C206. Unless double fillet welds are indicated, field welded lap joints may, at the Contractor's option, be made on either the inside or the outside of the pipe. After the pipe and pipe joint are properly positioned in the trench, the length of pipe between joints shall be backfilled to at least one foot above the top of the pipe. Care shall be exercised during the initial backfilling to prevent movement of the pipe and to prevent any backfill material from being deposited on the joint. To control temperature stresses the unbackfilled joint areas of the pipe shall be shaded from the direct rays of the sun by the use of properly supported awnings, umbrellas, tarpaulins, or other suitable materials for a minimum period of 2 hours prior to the beginning of the welding operation and until the weld has been completed. Shading materials at the joint area shall not rest directly on the pipe but shall be supported to allow air circulation around the pipe. Shading of the pipe joints need not be performed when the ambient air temperature is below 45 degrees Fahrenheit. Prior to the beginning of the welding procedure, any tack welds used to position the pipe during laying shall be removed. Any annular space between the faying surfaces of the bell and spigot shall be equally distributed around the circumference of the joint by shimming, jacking, or other suitable means. The weld shall then be made in accordance with ANSI /AWWA C206. Where more than one pass is required, each pass except the first and final one shall be peened to relieve shrinkage stresses; and all dirt, slag, and flux shall be removed before the succeeding bead is applied. - • • SP 66 OF 74 All welding shall be done by an unvarying arc - welding process which excludes the atmosphere during the process of deposition and while the metal is in a molten state. The size and type of electrode used, and the current and voltage required, shall in all cases be subject to the approval of the City. The type of wire and flux to be used for automatic processes shall also be subject to the approval of the City. Rusted or otherwise damaged electrodes shall not be used, and violation of this provision shall be sufficient cause for rejection of the work. Used flux from automatic welders shall be sifted free of fines and coarse pieces and shall have all mill scale removed before reusing. All welds shall be of uniform composition, neat, smooth, full strength, ductile, and shall be made with a technique which will ensure uniform distribution of load throughout the welded section with a minimum tendency to produce eccentric stress or distortion in the weld or in the metal adjacent thereto. There shall be no greater evidence of oxidation in the metal of the weld than in the metal of the unwelded plate. All welded joints shall be of a type that will produce complete fusion of the plates and shall be free from unsound metal, pinholes, and cracks. The finish of welded joints shall be reasonably smooth and free from grooves, depressions, burns, and other irregularities, and there shall be no valley or undercut in the center of edges of any weld. All back chipping on both automatic and hand welding, whether for repairs or preparation of the groove for the original weld, shall be subject to inspection before being filled with weld metal. All butt welds shall be back chipped with a round -nosed tool to sound metal and inspection before welding the reverse side. Field joints shall be lap welded slip or buttstrap as shown on the Plans. At all single welded butt- strapped field joints, the outside weld or welds, as the case may be, shall be made with one (1) downhand pass and one (1) uphand pass. Fitting of butt straps shall be done with angle -bar clips and bolts pulled tight; provided that such angle -bar clips shall be removed to the satisfaction of the City upon completion of welding. The use of chains and jacks to pull up straps will not be permitted. In all hand welding, the metal shall be deposited in successive layers so that there will be at least as many passes or beads in the completed weld as indicated in the following table: Plate Thicknesses, Fillet Weld, Inches Minimum Number of Passes 3/16 1 1/4 2 • 5/16 3/8 • SP 67 OF 74 3 3 For all hand butt welds and other hand welds where possible, except plain 90- degree fillet welds, the plate edges shall be so prepared that there will be sufficient angle in the welding groove to prevent side arcing of the electrode and to permit penetration at the deepest point of the groove. All such welds shall be back chipped with a round -nosed tool to clean metal on the reverse side from the side of deepest penetration before any welding is done on said reverse side. Each hand pass and each back chipped, welding groove shall be subject to inspection before the ensuing pass is made. Each hand pass shall be the full width of the weld. For all hand welds, not more than 118 -inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side will not be permitted. All porosity and cracks, trapped welding flux, or other defects in the welds shall be completely chipped out in a manner which will permit proper and complete repair by welding. Defective welds shall in general be repaired by hand welding; provided that the repair of defects in automatic welds shall be made on automatic welding machines where, in the City's opinion, the defect is so extensive as to make a hand repair undesirable. The Contractor's equipment for all welding and flame cutting shall be designed and maintained in such conditions, at all times, as to permit qualified welding operators to obtain the requirements prescribed in these specifications, and shall be approved by the City. The use of a semiautomatic welding process will not be permitted. In all welding by an automatic process, both the rate of deposition of weld metal and the rate of travel of the electrode shall be automatically controlled. The submerged melt process shall be used for automatic welding. Welding shall be done by skilled welders who have had adequate experience in the method and materials to be used. All welding operators shall be qualified under the standard qualification procedure of the latest edition of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications. Any welder or welding operator performing work under this contract shall have been qualified for the process involved within the past three (3) years. The Contractor, when required by the City, shall conduct tests of his welders to determine their ability to produce welds that are in compliance with these specifications. Tests shall be made in accord with the above -named qualification procedure using machines and electrodes similar to those that are to be used on the work and in the presence of the City, who shall determine the quality of the work done. In lieu of test 0 • SP 68 OF 74 conducted in the presence of the City, the City may require that welders be qualified under the ASME qualification procedure by a testing agency approved by the City. The specimens shall be welded in the same position in which the welder is qualifying to work, and the same number of passes shall be used. The City may call for additional test plates as the work progresses and may demand the removal of any welder from the work under the contract whose work on the pipe is not satisfactory, regardless of the quality of the test welds. The Contractor shall furnish all materials and bear all expense of qualifying welders. The sequence of welding and welding procedures shall be subject to approval by City. As soon as practicable after welding of each joint, all field - welded joints shall be tested by the liquid penetrant inspection procedure conforming to the requirements of ANSI /ASMT E 165 under Method "B" and "Leak Testing." All defects shall be chipped out, re- welded and retested. Upon retest, the repaired area shall show no leaks or other defects. Following tests of the joint, the exterior joint spaces shall be coated in accordance with these specifications after which backfilling may be completed. 306 - 1.2.14.3 Joint Coating and Lining. The interior and exterior joint recesses shall be thoroughly wiped clean and all water, loose scale, dirt and other foreign material shall be removed from the inside surface of the pipe. The cement for joint grout and mortar shall be portland cement acceptable under ASTM C150. After the pipe has been laid and after sufficient backfill has been placed between the joints to hold the pipe securely in place, the outside annular space between pipe sections shall be completely filled with grout formed by the use of polyethylene foam - lined fabric bands. The grout shall be composed of one part cement to not more than two parts sand, thoroughly mixed with water to a consistency of thick cream. The grout space prior to filling shall be flushed with water so that the surface of the joint to be in contact with the grout will be thoroughly moistened when the grout is poured. The joint shall be filled with grout by pouring from one side only, and shall be rodded with a wire or other flexible rod or vibrated so that the grout completely fills the joint recess by moving down one side of the pipe, around the bottom of the pipe and up the opposite side. Pouring and rodding the grout shall be continued to allow completion of the filling of the entire joint recess in one operation. Care shall be taken to leave no unfilled space. Grouting of the outside joint spaces shall be kept as close behind the laying of the pipe as possible except that in no case shall grouting be closer than three joints of the pipe being laid. Grout Bands (Diapers): The grout bands or heavy -duty diapers shall be polyethylene foam -lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist rodding of the mortar and allow excess water to escape. The foam plastic shall be • • SP 69 OF 74 100 percent closed cell, chemically inert, insoluble in water and resistant to acids, alkalies and solvents. The fabric backing shall be cut and sewn into 9 -inch wide strips with slots for the steel strapping on the outer edges. The polyethylene form shall be cut into strips 6 inches wide and slit to a thickness of 114 -inch which will expose a hollow or open cell surface on one side. The foam liner shall be attached to the fabric backing with the open or hollow cells facing toward the pipe. The foam strip shall cover the full interior circumference of the grout band with sufficient length to permit an 8 -inch overlap of the foam at or near the top of the pipe joint. Splices to provide continuity of the material will be permitted. The polyethylene foam material shall be protected from direct sunlight. The polyethylene foam -lined grout band shall be centered over the joint space with approximately equal widths extending over each pipe end and securely attached to the pipe with steel straps. After filling the exterior joint space with cement grout, the flaps shall be closed and overlapped in a manner that fully encloses the grout with polyethylene foam. The grout band shall remain in position on the pipe joint. Joint Lining: After the backfill has been completed to final grade, the interior joint recess shall be filled with mortar of stiff consistency mixed in proportions of one part cement to two parts sand. The mortar shall be tightly packed into the joint recess and troweled flush with the interior surface, and all excess shall be removed. At no point shall there be an indentation or projection of the mortar exceeding 1/16 -inch. For pipe smaller than 24- inches in diameter, before the spigot is inserted into the bell, the bell shall be daubed with mortar containing one part cement to two parts sand. The spigot end then shall be forced to the bottom of the bell and excess mortar on the inside of the joint shall be swabbed out. The City will field inspect the inside of the pipeline and /or TV inspect the interior mortar lining prior to pressure testing of the new main. The Contractor will be required to provide necessary access points and ventilation for the interior inspection of the water main. 306 - 1.2.14.4 Installation of Pipe Appurtenances. Protection of Appurtenances: Where the joining pipe is concrete or coated with cement mortar, buried appurtenances shall be coated with a minimum thickness of one -inch of cement mortar having one part cement to net more than two parts plaster sand. Installation of Valves: All valves shall be handled in a manner to prevent any injury or damage to any part of the valve. All joints shall be thoroughly cleaned and prepared prior to installation. The Contractor shall adjust all stem packing and operate each valve prior to installation to insure proper operation. All valves shall be installed so that the valve stems are plumb and in the location indicated. SP 70 OF 74 Installation of Flanged Joints. Before the joint is assembled, the flange faces shall be thoroughly cleaned of foreign material with a power wire brush. The gasket shall be centered and the connection flanges drawn up watertight without unnecessarily stressing the flanges. All bolts shall be tightened in a progressive diametrically opposite sequence and torqued with a suitable, approved and calibrated torque wrench. All clamping shall be applied to the nuts only. All buried flanges shall be coated and protected per Section 209 -3.6.5 "Wax Tape Coating." Insulated Joints: Insulated joints and appurtenant features shall be made by the Contractor as shown on the Drawings. The Contractor shall exercise special care when installing these joints to prevent electrical conductivity across the joint. After the insulated joint is completed, the City will perform an electrical resistance test. Should the resistance test indicate a short circuit, the Contractor shall remove the insulating units to inspect for damage, replace all damaged portions, and reassemble the insulating joint. The insulated joint shall then be retested to assure proper insulation. Flexible Coupled Joints: When installing flexible couplings, care shall be taken that the connecting pipe ends, couplings and gaskets are clean and free of all dirt and foreign matter with special attention being given to the contact surfaces of the pipe, gaskets and couplings. The couplings shall be assembled and installed in conformity with the recommendation and instruction of the coupling manufacturer. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling manufacturer. Coupling bolts shall be tightened so as to secure a uniform annular space between the follower rings and the body of the pipe with all bolts tightened approximately the same amount. Diametrically opposite bolts shall be tightened progressively and evenly. Final tightening shall be done with a suitable, approved and calibrated torque wrench set for the torque recommended by the coupling manufacturer. All clamping torque shall be applied to the nut only. Upon completion of the coupled joint, the coupling and bare metal of the pipe shall be cleaned, primed and epoxy coated (16- mils). Bonding and Electrical Conductivity: All un- welded pipe joints shall be bonded for electrical conductivity in accordance with the details indicated. 306 -1.3 Backfill and Densification. Add to this section: "Based upon the Geotechnical report, onsite soils may be used as compacted backfill, provided it is free of organic material and construction debris if approved by the City's Geotechnical Engineer. Where proper compaction of native material is not feasible, import san having a minimum sand equivalent of 30 shall be used. Cost of said import soil shall be sole responsibility of the Contractor and no additional compensation shall be made therefor. Water densification (jetted backfill) of bedding and backfill shall not be allowed. 'SP 71 OF 74 306 -1.4 Testing Pipelines. Delete Section in its entirety. Replace with the following: "Hydrostatic testing shall conform to the requirements of the Section 306- 1.4.5 of the City's Standard Special Provisions. The test pressure as measured at the lowest elevation along the pipeline shall be 225 psi and the duration of the test shall be a minimum of four (4) hours." 306 -1.4.7 Watermain Disinfection. Water main disinfection shall conform to the requirements of Section 306 -1.4.7 of the City's Standard Special Provisions. Disposal of all water used during flushing of the pipeline shall be in conformance with Section 7- 8.9 of these specifications. 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. 306 -5.2 Abandoning Valves. Where the valves are located in the parkway, the valves shall be abandoned by closing the valves, removing the valve cans, filling the hole with satisfactory material, and compacting it to 90 percent relative compaction and restoring the area to match adjacent. Where the valves are located in concrete, the valve shall be abandoned by closing the valve, sawcutting the concrete, removing the valve can, and filling the hole with concrete. Where the valves are located in asphalt, the valves shall be abandoned by closing the valves, sawcutting the asphalt, removing the valve cans, filling the hole with slurry to the bottom of the asphalt section, and providing an asphalt cap on the slurry. 306 -5.3 Abandoning Fire Hydrants. All fire hydrants required to be abandoned shall be removed to the bottom of the bury and the service line capped. All abandoned hydrants shall be salvaged and delivered to the City Utilities yard. 306 -5.4 Removal of A.C. Pipe and Fittings. The Contractor will be required to remove asbestos cement pipes during the prosecution of his work. Removal of existing asbestos material shall be performed by a Contractor registered by CAL /OSHA and certified by the State Contractor's Licensing Board for asbestos removal. Copies of the certification shall be submitted to the City prior to the commencement of any asbestos removal activities. The Contractor shall comply with all State and Federal laws regarding handling all removal of asbestos materials. The Contractor shall be responsible for the proper removal and disposal of all asbestos materials. The Contractor shall not field cut the existing A.C.P. In the specific instance of making connections to the existing A.C.P., disconnect, at the nearest joints, the length of pipe to be connected to the new pipe. This length of existing A.C.P. will be replaced by the SP 72 OF 74 new pipe making the tie -in. Contractor shall handle the A.C. pipe in strict conformance with all applicable CAL /OSHA, EPA and governing health agency requirements. The Contractor shall provide sufficient supervision and monitoring to assure conformance. SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNALS 307 -4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -56 and shall be 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 two consecutive working days of AC pavement final course placement. Temporary loops shall be installed if an intersection will be affected by construction for more than five working days. 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 be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644 -3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he /she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. 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 • • SP 73 OF 74 pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW -AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and/or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: • SP 74 OF 74 " 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." :7-3A Z! 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." F : %Users\PBVNShared%Contracts%FY 06- 0AINDUSTRIAL WAY 364NCH WATER TRANSMISSION MAIN C- 37281HDR FILES1100% FINAL SpecsISPECS C- 3728.doc APPENDIX A SOILS BORINGS B -3 4� TD =I" INDUST B -2 j nfi PROPOSED 36" WATER MAIN ' 7f \ ,nt B -3 4� TD =I" INDUST Industrial Way Water Main • Costa Mesa and Newport Beach, California APPENDIX A BORING LOGS • November 4, 2005 Project No. 206467001 Disturbed soil samples Were obtained in the field using the following methods. Bulk Samples Bulk samples of representative earth materials were obtained fiom the exploratory borings. The samples were bagged and transported to the laboratory for testing. The Standard Penetration Test (SPT) Spoon Relatively disturbed drive samples of earth materials were obtained using a Standard Pene- tration Test spoon sampler. The sampler is composed of a split barrel with an external diameter of 2 inches and an unlined internal diameter of 13 /s inches. The spoon was driven into the ground 12. to 18 inches with a 140 -pound hammer free falling from a height of 30 inches in general accordance with ASTM D 1586 -99. The blow counts were recorded for every 6 inches of penetration; the blow counts reported on the logs are those for the last 12 inches of penetration. Soil samples were observed and removed from the spoon, bagged, sealed and transported to the laboratory for testing. undisturbed soil samples were obtained in the field using the following method. The M dified Split- Barrel Drive Samoler The sampler, with an external diameter of 3 inches, was fined with 1 -inch -long, thin brass rings with inside diameters of approximately 2.4 inches. The sampler barrel was driven into the ground with the weight of a 140 -pound hammer mounted on the drill rig in general ac- cordance with ASTM D 3550 -01. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer or bar, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sampler barrel in the brass rings, seated, and transported to the laboratory for testing. &*Guru zosaazam aaeo�w.aa U.S.17'S, 11'Ir'I'HOD OF SOIL C.LASSIilICATION MAJOR DIVISIONS SYMBOL TYPICAL NAMES , n N � CLASSIFICATION SC Clayey sands, sand -clay mixtures Well graded gravels or gravel -sand mixtures, d U.S. Standard 4a' � little or no fines N GRAVELS e• �', GI' Poorly graded gravels or gravel -sand q) (Di ore than 1/2 of coarse .; •• fraction mixtures, little or no fines _ 'o ,;, q o 'y fraction > No. 4 sieve sire) <No. 4 sieve size) Fine 3/4" to No. 4 ravcll clays , sand clays, silt clays, lean SAND V OL Organic silts and organic silty clays of low W = 4.76 to 2.00 V ,y� V N ti � , n N � CLASSIFICATION SC Clayey sands, sand -clay mixtures i? d U.S. Standard 4a' � �� SANDS O Above 12" Above 305 (More than 1/2 of coarse or claVcV fine sands or clayey silts with 305 to 76.2 CL fraction d0 0 SILTS & CLAYS to o .N <No. 4 sieve size) GM Silly gravels, gravel -sand -silt mixlures I GC (Clayey gravels, gravel- sand -clay mixtures SW Well graded sands or gravelly sands, little or SP (Poorly graded sands or gravelly sands, little or uo Fines SM Silty sands, sand -silt mixtures GRAIN SIZE CIIART RANGE OF GRAIN SIZE, CLASSIFICATION SC Clayey sands, sand -clay mixtures U.S. Standard Grail Size In ML Inorganic silts and very line sands, rock flour, isiltv IINIIIIIIIieters NOULq UIS Above 12" Above 305 COBBLES or claVcV fine sands or clayey silts with 305 to 76.2 CL Inorganic clays of low to medium plasticity, d0 0 SILTS & CLAYS to o .N Liquid Limit <50 Fine 3/4" to No. 4 ravcll clays , sand clays, silt clays, lean SAND V OL Organic silts and organic silty clays of low W = 4.76 to 2.00 \tedium No. 10 to No.40 ,� File No.40 to No. 200 plasticity � o Below No. 200 13e1uvr0.075 NIH Inorganic silts, micaceous or diatomaceous P d fine sand or silt soils elastic silts !� � SILTS & CLAYS w Liquid Limit >50 CH Inorganic clays of high plasticity, fat clays Ohl Organic clays of medium to high plasticity, or anic silt clays, organic silts PIIGILLY ORGANIC SOILS Pt Pent and other highly organic soils GRAIN SIZE CIIART RANGE OF GRAIN SIZE, CLASSIFICATION U.S. Standard Grail Size In Sieve Size IINIIIIIIIieters NOULq UIS Above 12" Above 305 COBBLES 12" to 3" 305 to 76.2 GRAVE), 3" to No.4 76.2 to 4.76 Course 3" to 3/4" 76.2 to 19.1 Fine 3/4" to No. 4 19.1 to 4.76 SAND No.4 to No. 200 4.76 to 0.075 Coarse No. 4 to No. 10 4.76 to 2.00 \tedium No. 10 to No.40 2.00 to 0.420 File No.40 to No. 200 0:120100.075 SILT .Q CI,.U' Below No. 200 13e1uvr0.075 PLASTICITY CHART N 0o e eo I 20 a n CL.1. L IdLbG. 0 o n :o ao so a ao 'ro so 00 no LIQ Una LlI%U7r (LL), % # /j7 ® &MO ®re u.S.C.S. METHOD OF SOIL CLASSIFICATION SIP O.Y "...: e...:.- .....nn. L • 3 in s rc 0 m �3 tfS BORING LOG EXPLANATION SHEET Bulk same e. Modified split - barrel drive sampler. No recovery with modified split - barrel drive sampler. Sample retained by others. Standard Penetration *rest (SPT). 5 No recovery with a S11T. XX/XX Shelby tube sample. Distance pushed in inches/length of sample recovered in inches. No recovery with Shelby tube sampler. Continuous Push Sample. Q Seepage. to--- Groundwater encountered during drilling. s Groundwater measured nfler drilling. SM ALLIMUNI: Solid line denotes unit change. -- — - -- --- -- ---^ --------------------- Dlishcd�ine tTenolcs matcnarrnge. Attitudes: Strike /Dip — b: Bedding c: Contact j: Joint F. Fracture F: Fault cs: Clay Scam s: Shear — bss: Basal Slide Surface sL Sltear Fracture sz: Shear Zone sbs: Sheared Bedding Surface The total depth line Is a solid line that is drawn at the bottom of the boring. A �1► BORING LOG EXPLANATION OF BORING LOU SYMBOLS to 1 PROJECT NO. DATE Rev.01 /03 FIGURE A -0 U) w DATE DRILLED 170/10105 BORING NO. 13-1 g v z r N a GROUND ELEVATION SO' ± (�dSl,) SPIFFY I OF I O w F in r (n 2i METHOD LL OF DRILLING 8" Hollow -Stem, Auger (ABC Linvin Drilling) IL 00 cn w to j o m > ii 0 DRIVE WEIGHT 1,101bs. (Auto. Trip Iiommer) DROP 30" U ° SAMPLED BY LCB LOGGED BY LCB REVIEWED BY CAP DESCRIPTIONIINTERPRETATION — ASPHALT CONCRETE: GP pproximiLISIX 3 inches thick. SC JAGGRrGA ,I'E BASE: IC,rayish blown, damp, medium dense, sandy GRAVEL..; approximately G inches thick. TERRACE DEPOSITS: Reddish brown, clamp, medium dense, clayey SAND; trace gravel. +rt +i ,+t +A 20 8.0 95.9 „ ,r 0 - -- - - -- - - -- CL - - Ntott%fl fi Ig to Tirownish gr' n Y, dam Ii , hnrcrsilt Y CLAY , ew pot ets o%rnnislh I rows sill Y sand. 35 22.8 100.9 PIZ 15 — --- ------_'-' gp ----------------- LiSh! gt:nyisltirown,aamp, dense, fine SAND. A +I Total Depth = 16.5 feet. - No groundwater encountered during drilling. Backfilled with on -site soils and capped with concrete on 10 110 /05. Way Water Main #117 & *nor � Newport Bench ni,d Costa Mesa, California Newport PROJECT NO. DATE FIGURE zae�l6zoot l uzoos A -I U) ui a DATE DRILLED 10/10/05 BORING NO. 13.2 i z v o a O GROUND ELEVATION 80'j (MSL) SHEET 1 OF W Q n a0 ? g N METHOD OF DRILLING 8" Flollow- Slelll Auger (ABC Liovin Drilling) p m w m co w U = DRIVE WEIGHT 1,101bs. (Awo. Trip Ifa comer) DROP 30" SAMPLED BY LCB LOGGED BY LCB REVIEWED BY CAI' DES C RIPTIONIINTERPRETATION — CONCRL'I E: GP Sr IASPHALT (Approximately 3 inches thick. ' Sc AGGREGATE BASE: ;;,p t rayish brawn, damp, dense, sandy GRANGE; approximately G inches thick. '1 "ERRACE DEPOSITS: _ „ Reddish brown, clamp, medium dense, clayev SAND. — „ ppp SM wrnnglsTi drown —imp, medium dense, fine sty Sr1ND. 5 € IA 5.5 105.7 t0- t� 5a [' Light grayish brown; dense. EI E it 15 -- 40 Total Depth feet. No groundwater encountered during drilling. Backfilled with on -site soils and capped with concrete on 10/10/05. 1 #7 &*®S BORING LQG Ncxporl Bench nnA Cosm Mesa, CiliComin tBeac inl dC Watersa,C PROJECT N0. DATE FIGURE 206467001 II/200Y A•2 rn al I DATE DRILLED 10/11105 ORING NO. B -3 Q. LL U Z O ° o GROUND ELEVATION 75' t (ibISL) SHEET I OF 1 LL W w 3 N N L5 METHOD OF DRILLING 8" Hollow-Stein Auger (ABC Liovin Drilling) a w N = o m.> m U DRIVE WEIGHT 1,10 lbs. (Auto. Trip Hammer) DROP 30" SAMPLED BY t -CB LOGGED BY LCB REVIEWED BY CAP DESCRIPTION /INTERPRETATION CONCRE'll: Approximately 10 inches thick. — �— CL FILL: A9oulcd orangish brown, damp, stiff, sandy CLAY. 5 / 11 / SP TERRACE DEPOSITS: — Light grayish brown, [lamp, medium dense, line SAND. to- 22 4.7 97.3 Trace reddish orange sand. IS 33 Total Depth = 16.5 feet. —® No groundwater encountered during drilling. Backfilled with on -site soils and capped with concrete on 10/11/05. Industrial Way Woter Main Newport Beach and Cosm l lesa, California 11 PROJECT NO. DATE FIGURE 206-1670 1 1112005 1 A -3 0 9 APPENDIX B CALTRANS ENCROACHMENT PERMIT 0 CITY OF COSTA MESA DEPARTMENT OF PUBLIC SERVICES 77 FAIR DRIVE, COSTA MESA, CA 92626 Public Services: (714) 754 -5323 • Inspection: (714) 754 -5025 • Fax: (714) 754 -5028 • TDD: (714) 754 -5244 DATE: 02 -02 -2007 Original Permit No. Encroachment Address of Work: 77 FAIR DR Suite or Unit M : Location: ADDRESS USED FOR REFERENCE ONLY PERMIT NO. PS07 -00013 BY: CHIRA M Description of Work: (NO FEE PERMIT) ENCROACHMENT PERMIT TO THE CITY OF NEWPORT BEACH TO REPLACE WATER LINES ON INDUSTRIAL WAY. SEE ATTACHED PLANS FOR DETAILS. "NO PARKING" SIGNS SHALL BE INSTALLED 10 DAYS PRIOR TO BEGINING OF WORK & STATING THE SPECIFIC DURATION OF THE WORK AS WELL AS A CONTACT PHONE NUMBER. DAY WORK 8:30 A.M. to 3:30 P.M. NIGHT WORK: 8:00 P.M. to 5:00 A.M. NIGHT WORK IN THE INTERSECTION OF SUPERIOR: 10:00 PM- 5:00AM. NO NIGHT WORK ALLOWED IN THE RESIDENTIAL AREA ILE MONROVIA & 16TH). MANDATORY PRECONSTRUCTION MEETING REQUIRED PRIOR TO START OF WORK. FAILURE TO DO SO WILL VOID THIS PERMIT, Start Date: 02105/2007 Building Reference No: Planning Reference No. (Project No.): Contractors Name: CITY OF NEWPORT BEACH Address: 3300 NEWPORT BLVD PO BOX 1768 NEWPORT BEACH. CA State License No.....: Insurance Company: Insurance Certificate No.: 24 -Hour Emergency Contact: UG Service Alen ID No: WILLCALL Applicant's Name: CITY OF NEWPORT BEACH Developer's Name: Telephone No.: FEES: Permit Fees- $0.00 DEPOSIT: $0.00 TOTAL: $0.00 SIGNATURE OF APPLICANT Permit Expiration Date: 0210512008 Phone No: City Business License No.: 24-Hr Telephone No.: ( ) - BOND AMOUNT: $0.00 - 2 —O-? v PERMIT APPROVED FOR CITY ENGINEER By: #0— Date: 01 o 4 CITY OF COSTA MESA . REQUIREMENTS and CONDITIONS • PERMIT NO. GENERAL 1. THIS PERMIT WITH APPROVED PLANS MUST BE ON THE JOB SITE AND AVAILABLE TO CITY REPRESENTATIVES AT ALL TIMES. You are guided by Municipal Code Sections 1 -33, 15 -25, 15 -27.1, 15 -39 and 15 -48. 2. Perittee shall perform all work in accordance with the Standard Specifications for Public Works Construction (latest edition); City of Costa Mesa Standard Drawings; special agency provisions; and all applicable laws and ordinances. 3. No work will be allowed from Thanksgiving Day to the day after New Year's Day unless authorized by the Public Services Department. Special authorization received: ❑ Yes, By: 4. Throughout all phases of construction the Permiaee shall keep the work site clean and free of rubbish, debris, and dust and shall maintain drainage, and take all precautions ro prevent erosion and prevent any soil and debris from the work site from entering the public storm drain system. 5. Existing public improvements damaged by the Perittee shall be replace as directed by the City Engineer at the PemFittee's sole expense. 6. Permittee understands and agrees to the hold- harmless agreement required by CMMC Section 15 -27. 7. Contractor must notify the following Utility Companies 2 working days before starting work: Costa Mesa Sanitary District (949) 631 -1731, Mesa Consolidated Water District (949) 631 -1200, Irvine Ranch Water District (949) 4535300, and Underground Service Alert Toll Free - (800) 422 -4133; After Hours & Holidays (714) 7393031; (213) 621 -3111. 8. Other:. -.. -- ❑ I cenify that in the performance of work for which this peril is issued, I shall not employ any person in any manner so as to become subject to the workers compensation laws of California. If, after signing the certificate, I hire any employee, I acknowledge that I become subject to the workers compensation provisions of the California Labor Code and I must comply with the provisions of Section 3700 and 3800 or my permit shall be deemed revoked. INSPECTION 9. Perittee shall contact the City Inspectors office (714) 754 -5025 at least 1 working day prior to commencing any work. Failure to obtain proper inspections prior to commencement of work may be cause for its rejection. 10. City will provide inspection between 7:30 a.m. and 3:00 p.m., Monday through Friday (except on City observed holidays). 11. Permittee shall pre -pay for estimated overtime inspection costs including inspection after 3:00 p -m., and on weekends and holidays. Overtime inspection cost is per the approved hourly rate. TRAFFIC CONTROL 12. Permittee shall provide traffic control in conformance with the Work Area Traffic Control Handbook (W.A.T.C.H.) (latest edition). The Permittee shall furnish and/or install all signs, lights, barricades, traffic control or warning devices, flagmen, and flashing arrow boards. The permittee shall obtain prior approval of the Transportation Services Division for all street closures- detours, turn restrictions, parking prohibitions, and methods of accommodating traffic. The permiffee shall notify Emergency, Fire, and Police services, and residents or businesses 2 working days in advance of any access limitation or traffic restrictions. ❑ Perittee shall submit traffic control plans for review and approval by the City of Costa Mesa Transportation Services Division prior to construction. ❑ Permittee may close a maximum of lane (s) if necessary to perform work within the public rightof -way during the hours of 8:30 a.m. - 3:30 p.m., Monday through Friday (except City observed holidays) as long as traffic can be maintained in each direction with flagmen unless otherwise approved by the Transportation Services Division. ❑ Permittee shall replace all traffic striping, markings, and raised pavement markers in kind within 2 days after slurry seal coating or overlay. Temporary striping and markings are required prior to opening the roadway to traffic. ❑ The Contractor shall erect a company name sign within the project area which states the Contractors name, the project name, and the telephone number which the public may use to obtain information relative to the projector to make any complaints. The Contractor shall submit sketch of sign to Public Services Department for approval prior to erecting sign. EXCAVATION AND TRENCHES 13. Trenches exceeding 5 feet in depth require a permit from the Division of Industrial Safety, State of California. 14. Open excavations must be backfilled or plated with spikes and A.C. tacked around edges during non- working hours. 15. Steel plates shall conform to Caltrans' specifications. Steel trench plates without weld bends will not be allowed. 16. All trenches shall be permanently paved within 10 days of completion of work below subgrade. 17. Permittee shall pay for all S.E.- compaction, and materials tests deemed necessary by the City. 18. Bore under all streets, curbs and gutters, sidewalks, cross - gutters, and driveway approaches. Tunneling is not allowed. 19. Permittee shall allow concrete slurry back ill to cure for a minimum of 3 days, or use a 24 hour cure concrete slurry. • Trench compaction and resurfacing shall conform to City of Costa Mesa Standard Drawing No. 813. • Trench compaction and resurfacing shall conform to City of Costa Mesa Standard Drawing No. 813 with the following modifications: ASPHALT PAVEMENT The City enforces a moratorium against open cut of roadways. Open cut of any roadway paved, overlaid, or slurry sealed within the last 5 years shall be subject to extensive restoration requirements as follows: ❑ Permittee shall apply type II slurry seal coating per attached Slurry Seal Resurfacing Requirements. ❑ Permittee shall cold mill the existing roadway surface and place a minimum of 2" asphalt concrete (AC) overlay with 20/6 RLA per attached Mill and Overlay Resurfacing Requirements. CONCERETE 20. Prior to placing Portland Cement Concrete (PCC) or A C, the subgrade compaction shall be inspected and approved for the following: native soil imported soil D. 21. Curb and gutter shall not be removed on the day prior to a weekend or a City observed holiday. 22. Areas left open by curb and gutter removal shall be filled in flush with the adjacent pavement on the same day that removal occurs. 23. Permittee shall remove and reconstruct PCC pavement per City of Costa Mesa Standard Drawing Nos. 811 and 812. 24. Sidewalk shall be constructed per City of Costa Mesa Standard Drawing Nos. 411, 412, 413 and/or 414. 25. Driveway approach shall be constructed per Title 24 and ADA Requirements, and City of Costa Mesa Standard Drawing Nos. 313, 513,514 and/or 515. ❑ No traffic allowed on concrete for minimum of 7 days for curing. See traffic control requirements and conditions above. Applicant hereby acknowledges that he /she has read and understands said requirements and conditions and that he /she agrees to abide by them. OWNERS OR AUTHORIZED AGENTS SIGNATURE DATE Revises 1211198 , 0 APPENDIX C CALTRANS ENCROACHMENT PERMIT STATE OF CALIFORNIA • DEPARTMENT TRANSPORTATION ENCROACHMENT PERMIT TR -0120 (REV. 2/98) In compliance with (Check one): X Your application of September 12. 2055 ❑ Utility Notice No. of ❑ Agreement No. of ❑ R/W Contract No. Of TO: CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 M. SINACORI, UTILITIES ENGINEER 949/644 -3342 I 1205- NUM -0443 12 -ORA -I -VAR September 12, 2005 Fee Paid Deposit REQUIRED FROM nnaerbnnrnb EXEMPT TO CITY $ 246.00 bona mmoum ,PERMITTEE And subject to the following, PERMISSION IS HEREBY GRANTED to: Enter onto all conventional State highways (EXCLUDING FREEWAYS) within the Newport Beach city limits to perform routine maintenance and make emergency repairs to existing sewer, electrical and water facilities. All performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 600 (Utility Permits) of the Encroachment Permits Manual, and the attached Provisions. Permittee shall contact the State Permit Inspector shown on the attached Inspector Territories List between 7 AM and 9 AM a minimum of two working days prior to the start of routine work and as soon as possible for emergency repairs. Failure to comply with this requirement will result in suspension of this permit. When a Contractor is hired, Permittee's Contractor shall furnish the State with a signed application requesting a separate Caltrans "DP" permit authorizing the Contractor to perform the work within the State Highway right of way in Permittee's behalf. A deposit of $246.00 is required at the time of application. The following attachments are (Check applicable): X Yes ❑ No X Yes No X Yes ❑ No ❑ Yes ❑ No as part General Provisions Utility Maintenance Provisions Special Provisions A Cal -OSHA permit required prior to beginning work; If In addition to fee, the perrnittee will be billed actual casts for: ❑ Yes X No Review ❑ Yes X No Inspection X Yes X No Field Work (if any Caltrans effort expended) U Yes U No The information in the environmental documentation has been reviewed and is considered prior to approval of this permit. This permit is void unless the work is complete before September 12, 2007. This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary nernits and environmental clearances have been obtained. File: 055-0443 HOSSEIN SHAKERI -State Permit Inspector SHAHRYAR DERAVI -State Permit Inspector Mtoe (2) Prepared by Raouf Fam District Permit City of Newport Beach • • 1205 -NUM- 0443 September, 12, 2005 AN APPROVED WATER POLLUTION CONTROL PROGRAM (WPCP) and WPCD (drawing) IS REQUIRED FOR ANY WORK INVOLVING EXCAVATION. In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable: • Permittee shall contact the State Permit Inspector at least 48 hours prior to implementing traffic control which requires lane closures for any routine work, and as soon as possible for emergency work. • Whenever the work area is more than 1.83 m away from the adjacent traffic lane but within a designated shoulder or parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits of this work. • All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end of the each work period. • Orange vests and hard hats shall be worn at all times while working within State right -of -way. • Except during emergencies, the full width of traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operations are not actively in progress. • In case of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. • Unless otherwise approved by the Permits Representative, no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, or between 3:00 PM and 6:30 PM. • Immediately following completion of the work permitted herein, Permittee shall fax to 949/724 -2265 the Permit Number, completion date and the signature of Permittee's Representative to close this file. Page 2 of 2 0 STATE OFCALIFORNIA- DEPARTMENTOF TRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100. (REV. 0212004) Permission is requested to encroach on the Stale highway right -of -way as follows: (Complete all BOXES (write N/A if not applicable/) This application is not complete until all requirements have been approved. 1. COUNTY 2.ROUTE 3.POSTMILE ORANGE VARIOUS VARIOUS • Page 1 NO. I 4u I'1 —m / 7 r3 WAPMI _UA-17 0 5 0 4 4 3 ?2 67H CITY OF NEWPORT BEACH 6. CROSS STREET (Distance and direction from site) 7. PORTION OF RIGHT -OF -WAY DATE OF SIMPLEX STAMP N/A S. WORK TO BE PERFORMED BY 1 9. EST. START DATE 10. M. COMPLETION DATE O OWN FORCES O 13. PIPES I PRODUCT TYPE Annual Permit 1s. ❑ Double Permit Parent Permit Number Applicant's Reference Number I Utility Work Order Number 16. Have your plans been reviewed by another Caltrans branch? NO ❑ YES❑ (If "YES') Who? 17. Completely describe work to be done within STATE highway right -of -way : Attach 6 complete sets of FOLDED plans (folded 8.5" x 11" (216 mm x 280 mm]). and any applicable speci(ralions, calculations, maps, etc All dimensions shall be in dual units (English and metric), OR exclusively in metric units. Permit application for work in State right of way for maintenance, emergency repairs, and/or minor replacement. of existing water, sewer, or electrical facilities installed by developers or contractors. This permit application is also requesting permission to allow potholing for existing facilities, and minor lane closures for adjacent city road improvement projects. 18. Is a city, county, or other agency involved in the approval of this project? O YES (It -YES", check type of project and attach environmental documentation and conditions of approval 1 ❑ COMMERCIAL DEVELOPMENT ❑ BUILDING ❑ GRADING ❑ OTHER OCATEGORICALLYEXEMPT ❑ NEGATIVE DECLARATION ❑ ENVIRONMENTAL IMPACT REPORT ❑ ❑ NO (it 'NO', phrase check the category below which best describes the project, and complete page 4 of this application.) ❑ DRIVEWAY OR ROAD APPROACH, RECONSTRUCTION, MAINTENANCE, OR RESURFACING ❑ FENCE ❑ PUBLIC UTILITY MODIFICATIONS. EXTENSIONS, HOOKUPS ❑ MAILBOX ❑ FLAGS, SIGNS, BANNERS, DECORATIONS, PARADES AND CELEBRATIONS ❑ EROSION CONTROL ❑ OTHER ❑ LANDSCAPING 19. Will this project cause a subxamial change in the significance of a historical resource 14 years or oldeQ. or cultural resource? ❑ YES © NO (1: -YES ", Provide a descAtirn) "'4 20. Is this project an an existing highway or street where the activity involves removal of a scenic resource including a significant free or stand of frees, a rock outcropping or a historic building? ❑ YES 0 NO (11 'YES-. provide a description) 21. Is work being done on applicant's property? ❑ YES Q NO (If -YES-. catch site and grading plans.) A DA NOTICE: For mdividuals widt sensory disabiliit=. this document is available in ahcrnam Tmmuu. For information call (916) 654-6410 o.'IDD (916) 6543850 or write m Rceards tied Ferns MannBcmem, 1120 N Soma, MS -89, Sacmmento. CA 95814 STATE OFCALIFORNIA• DEPARTMENTOF TRANSPORTATION Page 2 STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 0212004) Igcr puM _ 0 5. Z-3 22. Will this proposed project require the disturbance of soil within highway nght-0f -way? 0 YES [I NO / If'YES', estimate the area in square feet AND acres: 300 (Varies W/ repairs) (ns) < 0.1 (acres) 23. Will this proposed project require dewatering? [0 YES [I NO If "YES, estimate daily volume In gallons per day: minor If regUlred (god) 24. How will any storm water or ground water be disposed of from within or near the limits of this proposed project? []Storm Drain System 10 Combined Sewer I Storm System ❑ Storm Water Retention Basin ❑Other (explain): PLEASE REA- EI'MEFOLLOWING CLAUSES PRIORTO SIGNINGT] jIEENCROACHiytENTPERMITAPPLICATION. The applicant, understands and herein agrees to that an encroachment permit can be denied, and /or a bond requiredfornon - payment ofpriororpresent encroachmentpermit fees. Encroachment Permit fees maystillbe due when an application is withdrawn or denied, and that a denial may be appealed, in accordance with the California Streets and Highways Code, Section 671.5. All workshall be done in accordance with Caltrans rules and regulations subject to inspection and approval. The applicant, understands and herein agrees to the general provisions, special provisions and conditions of the encroachment permit and to indemnifyand hold harmless the State, its officers, directors, agents, employees and each of them (Indemnitees) from and against anyand all claims, demands, causes of action, damages, costs, expenses, actual attorneys' fees, judgments, losses andliabilities ofeverykind and nature whatsoever (Claims) arising out ofGr in connection with the issuance and/or use of this encroachment permit for: 1) bodily injury and/ or death to persons including but not limited to the Applicant, the State and its officers, directors, agents and employees, the Indemnities, and the public; and 2) damage to property of anyone. Except as provided bylaw, the indemnification provisions stated above shall apply regardless of the existence or degree of fault of Indemnities. The Applicant however, shall not be obligated to indemnify Indemnities for Claims arising from conduct delineated in Civil Code Section 2782. DISCHARGES OF STORM WATER AND NON -STORM WATER: Work within State highwayright -of -way shall be conducted in compliance with all applicable requirements of the National Pollutant Discharge Elimination System (NPDES) permit issued to the DepartmentofTransportation (Department), to govern the discharge ofstorm waterand non -storm waterfrom its properties. Workshall also be in compliance with all otherapplicable Federal, State andLocallaws andregulations, and with the Department's EncroachmentPermits Manual and encroachment permit. Compliance with the Departments NPDES permit requires amongst other things, the preparation and submission Dial Storm WaterPollution Protection Plan (SWPPP), ore Water Pollution Control Program (WPCP), and the approval of same by the appropriate reviewing authority prior to the start of any work. Information on the requirements may also be reviewed on the Departments Construction Website at: _hUP•IAvww dot ca gov/ha/construc(stormwaterf htm 26. NAME of APPLICANT or ORGAN CITY OF NEWPORT BEACH ADDRESS of APPLICANT or ORGANIZATION WHERE PERMIT IS TO BE MAILED pnclude City and Zip Code) 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CA 92663 PHONE NUMBER I FAXNUMBER (949) 643311 (949) 644 - 4 3308 26. NAME of AUTHORIZED AGENT ENGINEER (Print or Type) ISLETTEROFAUTHORIZATIONATTACHED. E-MAILAODRESS MICHAEL J. SINACORI ❑ YES ❑ NO msinacod @City.newpolt- beach.ca.t ADDRESS of AUTHORIZED AGENT/ ENGINEER (Inciude City and Zip Code) 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CA 92663 PHONE NUMBER FAX NUMBER (949) 6443342 (949) 644 -3308 27. SIGNATURE /o//f /APPLICANT or ORGANIZATION 28. PRINT OR TYPE NAME 2g.TITLE 30. DATE �� ✓19- 1- &14 , MICHAEL J. SINACORI UTILITIES ENG. 9/0212005 ST ATE OF CALIFORNIA• DEPARTMENTOFTRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 0212004) Page 3 PERMRNUMBER 26� = =_ FEE. °CALCULATION, ;FOR CALTRANS ?USE - -- ❑ CASH ❑ CREDfrCARD NAMEONCARD PHONENUMBER �❑ CHECK NUMBER NAMEONCHECK PHONENUMBER �Q EXEMPT ❑ PROJECT EA ❑ DEFERRED BILLING(Utility) CALCULATED BY (1) (2) REVIEW I. HOURS @ S 2. HOURS. @ S 1. FEE I DEPOSIT $ DATE 2. FEE 1 DEPOSIT $ DATE TOTAL FEE I DEPOSIT $ S INSPECTION I. HOURS @ $ 2. HOURS @ $ 1. FEE I DEPOSIT S DATE 2. FEE I DEPOSIT $ DATE TOTAL FEE 1 DEPOSIT $ S FIELDWORK HOURS @ S S S $ EQUIPMENT & MATERIALS DEPOSIT S DATE DEPOSIT S DATE DEPOSIT $ CASH DEPOSITIN LIEU OF BOND S I S S TOTAL COLLECTED S S CASHIER'S INITIALS S ' The current hourly rate is set annually by Headquarters Accounting. District Once staff do not have authority to modify this rate. PERFORMANCEBOND 1:1 DATE AMOUNT PAYMENTBOND ❑ DATE AMOUNT LIABILITY INSURANCE REQUIRED? I ❑ YES ❑ NO I AMOUNT S C� 11 STATE OF CALIFORNIA- DEPARTMENT OF TRANSPORTATION Page 4 STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 0212004) r z,-6 J INSTRUCTIONS for completing page 4 This page needs to be completed when the proposed project DOES NOT involve a City, County or other public agency. Your answers to these questions will assist departmental staff in identifying anyphysical, biological, social or economic resources that maybe affected byyourproposed projectwithin the State highway right -of -way. And, to determine which type of environmental studies maybe requiredto approve yourapplication loran encroachment permit. It is the applicant's responsibilityforthe production of all required environmental documentation andsupporting studies, in some cases this maybe costly and time-consuming. If possible, attach photographs ofthe location ofthe proposed project. Please answerthese questions to the best of yourability. Provide a description of any "YES" answers (type, name, number, etc.) 1. Will any existing vegetation andfor landscaping within the highway right -of -way be disturbed? no 2. Will the proposed project involve any soil disturbance within highway right-of-way (trenching or excavation)? 3. Are there waterways (river, creek, pond, natural pool or dry streambed) adjacent to or within the limits of the project or highway right -of -way? 4. Is the proposed project located within five miles of the coast line? yes 5. Will the proposed project generate construction noise levels greater than 86 dBA (i.e. jack - hammering, pile driving)? no 6. Will the proposed project incorporate land from a public park, recreation area or wildlife refuge open to the public? 7. Are there any recreational trails or paths within the limits of the proposed project or highway right-of-way? no S. Will the proposed project impact any structures, buildings, rait lines, or bridges within highway rightof -way? no 9. Will the proposed project impact access to any businesses or residences? no 10. Will the proposed project impact any existing public utilities or public services? no 11. Will the proposed project impact existing pedestrian facilities, such as sidewalks, crosswalks, or overcrossings? no 12. Will new lighting be constructed within or adjacent to highway right -of -way? no • 9 STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT ANNUAL UTILITY PROVISIONS TR - 0160 (Rev. 2/94) Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent, may perform routine or emergency maintenance on such facility in accordance with the following provisions: UEI. EXCLUSIONS: These provisions do not authorize tree trimming, work on freeways, expressways, aerial capacity increase on designated "Scenic Highways ", or other activities not specifically provided for in this permit. UE2. POSSESSION OF PERMIT REQUIRED: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. UE3. NOTICE REQUIRED: Before starting work, the permittee shall notify the Department's representative. In emergencies, the Department's representative shall be notified as soon as possible. UE4. STANDARDS OF WORK: All work shall conform to recognized standards of utility construction and Department's current Standard Specifications. UE5. EMERGENCY REPAIRS: The permittee may make emergency repairs, altering traffic flow, excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement present a definite public hazard or serious interruption of essential service. In such cases, the Department's representative shall be noted immediately. UE6. OPEN EXCAVATIONS: No excavation shall be left open after daylight hours, unless specifically authorized and adequate protection for traffic is provided in accordance with general provisions, "Protection of Traffic ". Backfill and pavement replacement shalt be performed in accordance with General Provisions, "Restoration and Repairs in Rights of Way ". UE7. TRAFFIC CONTROL HOURS: Work requiring traffic control shall be conducted between 9:00 a.m. and 3:00 p.m. or as otherwise authorized by the Department's representative. UES. WORK PERMITTED - AERIAL: 1. Install additional capacity (in the same location), except facilities over the traveled way on designated "Scenic Highways ", or on Structures. 2. Maintain, inspect, remove, repair or replace (in the same location) all aerial facilities except over the traveled way or an Structures. EP % "I 3. Perform insulator washing and interconnect splicing of cables. 4. Install or remove service connections with potential to ground of 300 volts or less, except over the traveled way. 5. Install, maintain, remove, repair or replace aerial service connections with potential to ground of 300 volts or less, over the traveled way when specifically stated in permit. 6. Installations and clearances shall be equal to those required by either the State of California Public Utilities Commission orders or the California Occupational Safety and Health Regulations (CAL - OSHA), Division of Industrial Safety, Safety Orders, promulgated in the California Code of Regulations, Title 8, Chapter 4, whichever is greater. UE9. WORK PERMITTED - 1. Maintain, inspect, remove, repair or replace (in the same location) all underground facilities except those requiring trenching in fie traveled way. 2. Install additional capacity in existing ducts except for facilities not in compliance with the Department's current "Manual on High and Low Risk Facilities within Highway Rights of Way" or on Structures., 3. Install air flow monitoring transducers and piping in existing ducts. 4. Barholing, potholing, cleaning, rodding and placing float ropes. 5. Adjust access cover to grade and replace in kind or with larger size pull boxes. 6. Interconnect splicing of rabies_ 7. Install service connections perpendicular to the highway using jacking and boring methods under the traveled way. Electrical service is restricted to a potential to ground of 300 volts or less. Gas and domestic water services are restricted to 5.08 centimeter (2 ") in diameter or less. 8. Permanent pavement patching for work authorized by this permit. UE10. FAILURE TO COMPLY: Failure to comply with the terms and conditions above shall be grounds for - -- revocation of this permit. STATE OF CALIFORNIA" DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT UTILITY MAINTENANCE PROVISIONS TR -0161 (REV. 2/94) Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govern): UM1. Exclusions: These provisions do not authorize tree trimming, work on freeways, expressways, or other activities not specifically provided for in this permit. UM2. Possession of Permit Required: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS- PROVIDED. UM3. Notice Required: Before starting work, the permittee shall notify the Department's representative. In emergencies, the Department's representative shall be notified as soon as possible. UM4. Standard of Work: All work shall conform to recognized standards of utility construction and the Department's current Standard Specifications. UM5. Emergency Repairs: The permittee may make emergency repairs, altering traffic flow, excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement present a definite public hazard or serious interruption of essential service. In such rases, the Department's representative shall be notified immediately. UM6. Open Excavations: No excavation shall be left open after daylight hours, unless specifically authorized and adequate protection for traffic is provided in accordance with the General Provisions "Protection of Traffic ". Backfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e., "Making Repairs ", "Backfilling "). U M7. Service Connection: These provisions do not authorize installation of conduit, cable, gas, or water service connections within State highway right -of- way, regardless of the location of the main, existing conduit or cable. All new underground or pipe abandon services must be covered by individual permits. See Section "UM8.4." regarding service connections for aerial wires. UM8. Routine Inspection, and Maintenance: 1. Routine Maintenance and Inspection: Routine Maintenance and inspection on the roadbed shall be conducted between 9:00 a.m. and 3:00 p.m., or as otherwise authorized in writing by the Department's representative. 2. Manhol es: The permittee may open existing manholes to repair underground cables. Where the manhole Vies within the improved surface of the highway, the permittee will provide adequate protection for traffic in accordance with the General Provisions "Protection of Traffic'. 3. Excavations: Excavations for routine inspection and repair of pipeline and cables shall: a. Not be made in improved surfaces, landscaped areas or closer than 3.04 meter (10') to the edge of the pavement without a special permit; and b. Not uncover more than 15.24 meter (50') of line at any one time. 4. Poles, Lines: Permittee is authorized to: a. Stub, or reset existing pole, provided no change in location of pole or anchor is made. Stubs and anchors must not be placed between existing pole and traveled way. b. Replace poles, guy poles, and crossarms in same location limited to two (2) consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. c. Replace broken pins and insulators, repair broken wires, pull slack wires, and replace or pull broken or slack guys. d. Repair and complete transfer work on existing aerial cables. e. Install new and replace existing transformers on existing poles. f. Replace aerial wires and crossarms on existing poles except where wires cross the highway. Unless otherwise specifically required by the Department, protected cable, tree wire or plastic tree wire guard used for communication lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section "t." does not apply to scenic highways. g. Installations and clearances shall be equal to those required by either the California Public utilities Commission Orders or the California Occupational Safety and Health (CAL -OSHA) Safety Orders, whichever is greater. h. Clear grass from around base of poles and excavate Fa9a000a , — - -- - 0 STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR -0045 (REV. 09 /2004) AUTHORITY: Tile Department's authority to issue encroachment 12. .permits is provided under, Div, 1, Chill. 3, Art. 1, Sect. 660 to 734 of the Streets and Highways Code. REVOCATION: Encroachment permits are revocable on five days notice unless otherwise stated an the permit and except as provided by law for public corporations, franchise holders, and utilities. These General Provisions and the Encroachment Permit Utility Provisions are subject to modification or abrogation at any time. Pennittecs' joint use agreements, franchise rights, reserved rights or any other agreements for operating purposes in State highway right of way are exceptions to this revocation. 3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit fees when due can result in rejection of future applications and denial of permits, 4. ASSIGNMENT: No party other than the permittee or pernince's authorized agent is allowed to work under this permit. S. ACCEPTANCE OF PROVISIONS: Permittee understands and agrees to accept these General Provisions and all attachments to this permit, for any work to be performed under this permit. 6. BEGINNING OF WORK: When traffic is not impacted (see Number 35), the permitlee shall notify the Department's representative, two (2) days before the intent to Start permitted work. Pernuttee shall notify the Department's Representative if the work is to be interrupted for a period of five (5) days or more, unless ollierwise agreed upon. All work shall be performed on weekdays during regular work hours, excluding holidays, unless otherwise specified in this permit. 13. 9 PERMITS FROM OTHER AGENCIES: This permit is invalidated if the permittee has not obtained all permits necessary and required by law, from the Public Utilities Commission of the State of California (PUC), California Occupational Safety and Health Administration (Cal- OSHA), or any other public agency havingjurisdiction. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum passageway of 4' (1.21 meter) shall be maintained through the work area at existing pedestrian or bicycle facilities. At no time shall pedestrians be diverted onto a portion of the street used for vehicular traffic. At locations where safe alternate passageways cannot be provided, appropriate signs and barricades shall be installed at the limits of constnmtion and in advance of the limits of construction at the nearest crosswalk or intersection to detour pedestrians to facilities across the street. 14. PUBLIC TRAFFIC CONTROL: As required by law, the permittee shall provide traffic control protection warning signs, lights, safety devices, etc., and take all other measures necessary for traveling public's safety. Day and night time lane closures shall comply with the MUTCD and CA Supplement (Part 6, Temporary Traffic Control), Standard Plans, and Standard Specifications for traffic control systems. These General Provisions are not intended to impose upon the permince, by third parties, any duty or standard of care, greater than or different from, as required by law 15. MINIMUM INTERFERENCE WITH TRAFFIC: Permitter: shall plan and conduct work so as to create the least possible inconvenience to the traveling public; traffic shall not be unreasonably delayed. On conventional highways, permittee shall place properly attired Baggers) to stop or warn the traveling public in compliance with the MUTCD and CA Supplement (Chapter 6E, Flagger Control). 7. STANDARDS OF CONSTRUCTION: All work performed within 16. highway right of way Shall conform to recognized construction standards and current Department Standard Specifications, Department Standard Plans High and Low Risk Facility Specifications, and Utility Special Provisions. Where reference is made to "Contractor and Engineer," these are amended to be read as "Pemrittee and Department representativc." 8. PLAN CHANGES: Changes to plans, specifications, and permit provisions are not allowed without prior approval from the Slate representative, 'l. INSPECTION AND APPROVAL: All work is subject to monitoring and inspection. Upon completion of work, permittee shall request a final inspection for acceptance and approval by the Department. The local agency permittee shall not give final construction approval to its contractor until final acceptance and 17 approval by the Department is obtained 10. PERMIT AT WORKSITE: Penmitlee shall keep the permit package or a copy thereof, at the work site and show it upon request to any Department representative or law enforcement officer If the permit 18 package is not kept and made available at the work site, the work shall be suspended. H. CONFLICTING ENCROACHMENTS: Penmttee shall yield start of work to ongoing, prior authorized, work adjacent to or within the 19 limits of the project site. When existing encroachments conflict with new work, the permittee shall bear all cost for rearrangements, relocation, alteration, removal, etc.). STORAGE OF EQUIPMENT AND MATERIALS: Thi: storage of equipment or materials is not allowed within Stale highway right -of- way, unless specified within the Special Provisions of this specific encroachment permit. If Encroachment Pemnit Special Provision's allow for the storage of equipment or materials within the State right of way, the equipment and material storage shall comply with Standard Specifications, Standard Plans, Special Provisions, and the Highway Design Manual. The clear recovery zone widths must be followed and are the minimum desirable for file type of facility indicated below: freeways and expressways -9 m, conventional highways (no curbs) -6 m, conventional highways (with curbs)- 0.5 m. If a fixed object cannot be eliminated, moved outside the clear recovery zone, or modified to be made yielding, it should be shielded by a guardrail or a crash cushion. CARE OF DRAINAGE: Permittee shall provide alternate drainage for any work interfering with an existing drainage facility in compliance with the Standard Specifications, Standard Plans and/or as directed by the Department's representative. RESTORATION AND REPAIRS IN RIGHT OF WAY: Pennittee is responsible for restoration and repair of State highway right of way resultine& from permitted work (State Streets and Highways Code, Sections 670 et. seq.). RIGHT OF WAY CLEAN UP: Upon completion of work, permittee shall remove and dispose of all scraps, brush, timber, materials, etc. off the right of way. The aesthetics of the highway shall be as it was before work started. 0 20. COST OF WORK: Unless stated in the permit, or a separate written agreement, the permittee shall bear all costs incurred for work within the Slate right of way and waives all claims for indemnification or contribution from the State. 21. ACTUAL COST BILLING: When specified in the permit, the Department will bill die permittee actual costs at the currently set hourly rate for eneroaelunenl permits. 22 AS -BUILT PLANS: When required, permittee shall submit one (1) set of as -built plans within thirty (30) days after completion and 25. approval of work in compliance with requirements listed as follows: 23. 24. I. Upon completion of the work provided herein, the permittee shall send one vellum or paper set of As -Built plans, to the State representative. Mylar or paper sepia plans are not acceptable. 2. All changes in the work will be shown on the plans, as issued with the permit, including changes approved by Encroachment Permit Rider. 3. The plans are to be stamped or otherwise noted AS -BUILT by the permiuee's representative who was responsible for overseeing the work. Any original plan that was approved with a State stamp, or Caltrans representative signature, shall be used for producing the As -Built plans. 4. If As -Built plans include signing or striping,, the dates of signing or striping removal, relocation, or installation shall be shown on the plans when required as a condition of the permit. When the construction plans show signing and striping for staged construction on separate sheets, the sheet for each stage shall show the removal, relocation or installation dates of the appropriate staged striping and signing. 5. As -Built plans shall contain the Perron Number, County, Route, Post Mile, and Kilometer Position on each sheet. 6 Disclaimer statement of any kind that differ from the obligations and protections provided by Sections 6735 through 6735.6 of the California Business and Professions Code, shall not be included on the As -Built plans. Such staimlems constitute non- compliance with Encroachment Permit requirements, and may result in the Department of Transportation retaining Performance Bonds or deposits until proper plats are submitted. Failure to comply may also result in denial of fount permits, or a provision requiring a public agency to supply additional bonding. PERMITS FOR RECORD PURPOSES ONLY: When work in the right of way is within an area under a Joint Use Agreement (JUA) or a Consent to Common Use Agreement (CCUA), a fee exempt permit is issued to the permittee for the purpose of providing a notice and record of work. The Pernittee's prior rights shall be preserved without the intention of creating new or different rights or obligations. "Notice and Record Purposes Only- shall be stamped across the face of the permit. . BONDING: The permittee shall file bond(s), in advance, in the amount set by the Department. Failure to maintain bond(s) in full force and effect will result in the Department stopping of all work and revoking permit(s). Bonds are not required of public corporations or privately owned utilities, unless perminee failed to comply with the provision and conditions under a prior permit. The surety company is responsible for any latent defects as provided in California Code of Civil Procedures, Section 337,15. Local agency permittee shall comply with requirements established as follows: In recognition that project construction work done on State property will not be directly funded and paid by State, for Elie purpose of protecting stop notice claimants and the interests of State relative to successful project completion, the local agency pennittee agree to require the construction contractor furnish both a payment and performance bond 0 in the local agency's name with both bonds complying with the requirements set forth in Section 3 -1.02 of State's current Standard Specifications before performing any project construction work. The local agency permittee shall defend, indemnify, and hold harmless the State, its officers and employees from all project construction related claims by contractors and all stop notice or mechanic's lien claimants. The local agency also agrees to remedy, in a timely mamrer and to State's satisfaction, any latent defects occurring as a result of the project construction work. FUTURE MOVING OF INSTALLATIONS: Permittee understands and agrees to rearrange a permitted installation upon request by the Department, for State construction, reconstruction, or maintenance work on the highway. The permittee at his sole expense, unless under a prior agreement, JUA, or a CCUA, shall comply with said request- 26. ARCHAEOLOGICAL/HJSTORICAL: If any archaeological or historical resources are revealed in the work vicinity, the permittee shall immediately stop work notify the Department's representative, retain a qualified archaeologist who shall evaluate the site, and make recommendations to the Department representative regarding the continuance of work. 27. PREVAILING WAGES: Work performed by or under a permit may require pertnittee'S contractors and subcontractors to pay appropriate- prevailing wages as set by the Department of Industrial Relations. Inquiries or requests for interpretations relative to enforcement of prevailing wage requirements are directed to State of California Department of Industrial Relations, 525 Golden Gate Avenue, San Francisco, California 94102. 28. RESPONSIBILITY FOR DAMAGE: The State of California and all officers and employees thereof, including but not limited to the Director of Transportation and the Deputy Director, shall not be answerable or accountable in any manner for injury to or death of any person, including but not limited to the pennittee, persons employed by the pennittee, persons acting in behalf of the pennittee, or for damage to properly from any cause. The permittee shall be responsible for any liability imposed by law and for injuries to or death, of any person, including but not limited to the permatee, persons employed by the permittee, persons acting in behalf of the permittee, or for damage to property arising out of work, or other achQity permitted and done by the permittee under a permit, or arising out of the failure an the perniltee's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by the permit. The permittee shall indemnify and save harmless the State of California, all officers, employee, and State's contractors, thereof including but not limited to the Director of Transportation and the Deputy Director, from all claims, suits or actions of every name, kind and description brought for or out account of injuries to or death of any person, including but not limited to the permittee, persons employed by the perminee, persons acting in behalf of the permittee and the public, or damage to property resulting from the performance of work or other activity tinder the permit, or arising out of the failure on the permittee's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstrdeJions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by the permit, except m otherwise provided by statute. The duty of the permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The 0 pennittee waives any and all rights to any type of expressed or implied indenonity against the State, its officers, employees, and State contractors. it is the intent of the parties that the permittee will indemnify and hold harmless the State, its officers, employees, and State's contractors, from any and ail claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence, whether active or passive, primary or secondary, an the part of the State, the pertra ee, persons employed by the permitlee, or acting on behalf of the permittee. For the purpose of this section, "State's contractors" shall include contractors and their subcontractors under contract to the State of California performing work within the limits of this permit. 29. NO PRECEDENT ESTABLISHED: This permit is issued with the understanding that it does not establish a precedent. 30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC ACCOMMODATION: A, The permittee, for himself, his personal representative, successors in interest, and assigns as part of the consideration hereof, does hereby covenant and agree that: 1. No person on the grounds of race, color, or national origin shall be excluded from participation in, be denied the benefits of, or be Otherwise subjected to discrimination in the use of said facilities. 2. That in connection with the construction of any improvements on said lands and the fumishings of services thereon, no discrimination shall be practiced in the selection and retention of first -tier subcontractors in the selection of second -tier subcontractors. 3. That such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for public accommodations (such as eating, sleeping, rest, recreation), and operation on, over, or under the space of the right of way 4. That the permittee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Regulations, Commerce and Foreign Trade, Subtitle A. Office of the Secretary of Conmace, Part 8 (15 C.F.R. Part 8) and as said Regulations may be amended. 5.That in the event of breach of any of the above nondiscrimination covenants, the State shall have the right to terminate the permit and to re -enter and repossess said land and the land and the facilities thereon, and hold the same as if said permit had never been made or issued. 31. MAINTENANCE OF Ii1GHWAVS: The permittee agrees, by acceptance of a permit, to properly maintain any encroachment. This assurance requires the permittee to provide inspection and repair any damage, at pernittee's expense, to State facilities resulting from the encroaclunent. 32. SPECIAL EVENTS: In accordance with subdivision (a) of Streets and Highways Code Section 682.5, the Department of Transportation shall not be responsible for the conduct or operation of the permitted activity, and the applicant agrees to defend, indemnify, and hold harmless the State and the city or county against any and all claims arising out of any activity for which the permit is issued. Pemmttee understands and agrees that it will comply with the obI iganons of Titles 11 and III of the Americans with Disabilities Act of 1990 in the conduct of the event, and further agrees to indemnify and save harmless the State of California, all officers and employees thereof, including but not limited to the Director of Transportation, from any claims or liability arising out of or by virtue of said Act. 33. PRIVATE USE OF RIGHT OF WAY: Highway right of way shall not be used for private purposes without compensation to the State. The gifting of public property use and therefore public funds is prohibited under the California Constitution, Article 16. 34. FIELD WORK REIMBURSEMENT: Pennittee shall reimburse State for field work perforated on pemtit ee's behalf to correct or remedy hazards or damaged facilities, or clear debris not attended to by the permittee. 35. NOTIFICATION OF DEPARTMENT AND TMC: The permittee shall notify the Department's representative and the Transportation Management Center (TMC) at least 7 days before initiating a lane closure or conducting an activity that may cause a traffic impact. A confrination notification should occur 3 days before closure or other potential traffic impacts. In emergency situations when the corrective work or the emergency itself may affect traffic, TMC and the Department's representative shall be notified as soon as possible. 36. SUSPENSION OF TRAFFIC CONTROL OPERATION: The permittee, upon notification by the Department's representative, shall immediately suspend all lane closure operations and any operation that impedes the flow of traffic. All costs associated with this suspension shall be home by the permittee. 37. UNDERGROUND SERVICE ALERT (USA) NOTIFICATION: Any excavation requires compliance with the provisions of Government Code Section 4216 et, seq., including, but not limited to notice to a regional notification center, such as Underground Service Alert (USA). The permmittee shall provide notification at least 48 hours — before performing any excavation work within the right of way. C� • • C� CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 0 lOD -aO� Agenda Item No. May 8, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Mike Sinacwri 949 -644 -3342 or msinacod @city.newport- beach.ca.us SUBJECT: INDUSTRIAL WAY 36 -INCH WATER MAIN REPLACEMENT - AWARD OF CONTRACT NO. 3728 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3728 to SJ &B Group, Inc. for the Total Bid Price of $990,285, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $80,000 to cover the cost of unforeseen work. DISCUSSION: At 10:30 a.m. on April 24, 2007 the City Clerk opened and read the following bids for this project: BIDDER Low SJ &B Group, Inc. 2 CCL Contracting, Inc. 3 GCI Construction, Inc. 4 West Valley Construction 5 J. Fletcher Creamer and Son, Inc. 6 W.A. Rasic Construction 7 Garcia Juarez Construction, Inc. 8 Highland Engineering 9 Majich Bros., Inc. 10 ARB, Inc. 11 Vadnais Corporation 1 10910W.114 • T,1i111M $990,285.00 1,119,431.00 1,188,415.00 1,207,850.00 1,239,880.00 1,272,678.50 1,434,307.00 1,534,980.50 1,658,350.00 1,801,102.00 2,018,810.00 * Corrected Bid Amount L- Industrial Way 36 -Inch Water Main R&ement —Award of Contract No.3728 May 8, 2007 Page: 2 The low total bid amount is 28 percent below the Engineer's Estimate of $1,400,000. Due • to the cooling of residential building in Southern California, additional contractors from the residential development side of the industry were available to bid on this project which helped to reduce the cost of this project. Even with the increased cost of materials, the project cost savings was over $400,000 compared to the Engineer's Estimate. The low bidder, SJ &B Group, Inc., possesses a California State Contractors License Classification A as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities and developments. Pursuant to the Contract Specifications, the Contractor will have 120 consecutive working days to complete the work. BACKGROUND: Water facilities within I Street and Industrial Way were targeted to be replaced due to their age and a need for increased capacity as part of the Water Master Plan. The existing 14 -inch system was built in 1950 and has outlived its useful life. In addition, there is an existing 30 -inch transmission main that traverses the General Services yard parallel to Industrial Way which was built in 1923. The 30 -inch main is very deep (20 plus feet) and is adjacent to buildings within the General Services Yard and along Industrial Way. A failure of this main could cause significant structural damages. The proposed project replaces the existing 14 -inch and 30 -inch mains with a single main • located within the Industrial Way street right- of-way between Superior Avenue and Old Newport Boulevard /15th Street as depicted on the attached location map. Environmental Review The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be noticed by the contractor /City ten days and two days prior to starting work in their area. Geotechnical. Material Testing, and Survey Services: In addition to the contract costs, approximately $18,000 in consulting geotechnical and material testing services and $12,500 in contract survey services are estimated for this project and will be performed under the respective on -call professional services agreements. • 0 • • Industrial Way 38 -Inch Water Main Repent — Award of Contract No.3728 May 8, 2007 Page: 3 Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Water Transmission Main Master Plan Programmed Pipeline Replacement Proposed uses are as follows: Vendor SJ &B Group, Inc. SJ &B Group, Inc. Arroyo Geotechnical Bush and Associates Prepared by: Sinacod, P.E. oW Principal Civil Engineer Attachments: Project Location Map Bid Summary Account Number 7501- C5500386 7501- C5500578 Total: Purpose Construction Contract Construction Contingency Soils and Welding Inspection Amount $ 956,285 $ 144,500 $1,100,785 Amount $ 990,285 $ 80,000 $ 18,000 Survey $ 12,500 Total: $1,100,785 Submitted by: :n G. Badum Works Director AO �O WATERMAIN a� uj O a U) INDUSTRIAL WAY AIN TO 14" EXISTING 30" STEEL WA ABANDONED -PRO OSED 8" PVC PIPE (BUILT IN 1923) GENERAL SERVICES FACILITY ir O w Z NTOBE J m EXISTING 30" WATERMAIN PROPOSED 8" PVC PIPE EXISTING 14" WATERMAIN ST. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT DAB APR 2005 LOCATION MAP DRAWN rP INDUSTRIAL WAY - WATER MAIN REPLACEMENT SCALE 1" = 15C ft$MVWAshered x**acNAO IQID SUM C3728 Page 5 ENGINEERS ESTIMATE CITY OF NEWPORT BEACH AR8 INC. PUBLIC WORKS DEPARTMENT ITEM I TITLE: INDUSTRIAL WAY 364NCH WATER MAIN REPLACEMENT QUANTITY CONTRACT NO.: C3728 AMOUNT ENGINEER'S ESTIMATE: $7,369,125.00 AMOUNT PROJECT MANAGER: M. SINACORI AMOUNT ft$MVWAshered x**acNAO IQID SUM C3728 Page 5 ENGINEERS ESTIMATE MAJICH BROS.. INC. AR8 INC. VADNAIS CORPORATION ITEM I DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT I AMOUNT UNIT AMOUNT 1 I Mobilization Demobilization and Cleanup 1 I LS 50000.00 50000.00 100000.00 100000.00 39024.00 39024.00 200000.00 200000.00 Ranch A • 36-Inch Industrial Way Water Main 2 Furnish and Insist[ 354nch CMLBC Steal Pipe 1,195 LF 400.00 476 000.00 700.00 838 500.00 8500 781 0.00 823.00 744485.00 3 Furnish and iMtett 304nch CMLBC Steel Pipe 5 LF 350.00 1750.00 700.00 3500.00 1025.00 9825.00 1000.00 5000.00 4 Demollsh and Remove 144ndr Water Mein 772 LF 25.00 19300.00 125100 96,500.00 10.00 7720.00 150.00 115800.00 5 AC Pavement Removal and Replacement 9,500 SF 10.00 95 000.00 4.00 38,000.00 15.00 142 500.00 11.00 104,500.00 6 AC Pavement Grind and Cap 7AW SF 1 5.00 39000.00 1.60 11700.00 6.00 48800.00 10.00 78000.00 7 Fumhh and install 24nch AlrVacuum RegelValve Assembly 7 EA 10.000.00 10000.00 5.000.00 51000.00 5782.00 5782.00 6400.00 6400.00 8 Furnish and Install Ftm-Hvftnt 1 Flt 7,600.00 7.800.00 6000.00 5,000.00 9030.00 9030.00 10400.00 10400.00 9 CerareCtion at SuaedorAvenue to Existing 36" Water Main 1 LS 15000.00 15000.00 10000.00 11538.00 11538.00 24030.00 24000.00 10 Connection at 15th Sheet to Existing 30' Water Mein 1 LS 10,000.00 10000.00 10000.00 11 .00 11 5.00 26"0.00 25 DDD.00 11 Furnish and install 38{nch Valve 1 EA 20,000.00 20000.00 25000.00 29110.00 29110.00 31000.00 31000.00 12 Furnish WA inntel1304v:h Vale 1 EA 15,000.00 16000.00 M250OO.00 20000.00 23.940.00 23W.00 25 AO 25 AO 13 Fumish and lnstM112 {r1M Butterfly Val" 1 EA 5,000.00 6000.00 8000.00 8395.00 8395.00 6,800.00 5800.00 14 Abandon In Place Falating 304nch GS Water Main i LS 15,000.00 1 .00 10000.00 43 648.00 43 64500 9 500.00 9 500.00 15 Fumish and lmtall CanroslmTeat Station 2 EA 2,01)(1.00 4,000.00 3050.00 2944.00 SAM= 104-0040 21000100 Total • Reach EE $784,550.00 9TH 61180 .00 10TH $1,174,061.00 11TH $1,406,886.00 Reach B • 84uh Old Newport Boulevard Water Main 16 Connection at 15U Steal to Exsting 12' Water Main 1 LS 8,000.00 81000.00 6,()00 0 5 000.00 K669.00 14659.00 9,400.00 8,400.00 17 Two Connections at Cavroft Avenue 1 LS 01000.00 81000.00 5000.90 5000.00 14486.00 14485.00 11000.00 11000.00 78 Connection be Eft[ ng 8{nch Waterline South of One Avenue STA 10+00 1 LS 0.000.00 8,000.00 3 000.00 31000,00 10 613.00 1 10 613.00 9,000.00 9,000. 0 19 Demolish 44nch Tee and InaMll 4-Inch Sleeve South of Orange Avenue on Fast Side of Street (STA 10+00 1 LS 8 000.00 8,000.00 51000.00 5.00040 B 996.00 6.996.00 1 2.800.00 2.800.00 20 Furnish and Install 84nch PVC C900 (01 200) STA 12 +00 to 16 +75 475 LF 200.00 95,000.00 200.00 95 000.00 89.00 90.00 42 750.00 21 Furnish and Install 64nen PVC C900 CL200 250 LF 200.00 60,000.00 180.00 45 000.00 84.00 4;;� 85.00 21 50.00 22 AC Pavement Removal and ent 5,250 SF 10.00 52,500.00 4.00 21,0=00 12.00 11.00 57 750.00 23 Concrete Pavement Removal and Replacement 2,150 SF 1250 28,875.00 15.011 32 250.00 21.00 45150.00 13.00 27 950.00 24 Fumish and Instal 84nch Resilient Wedge Gate Valve 1 EA 2,500.00 2,500.00 2 000.00 200000 3.046.00 3.04B.00 5,500.00 5,500.00 25 Furnish and Install 64rmn Rattlers Wedge Data Valve a EA 2,200.00 13,200.00 1200.00 7,200.00 934.00 5,004.00 3.000.00 18 000.00 26 Reconnect Existing Water Service (STA 11 +30) t EA 6 DOO.OD 5,000.00 2 000.00 2 000.00 987400 9 874.00 5,000.00 5,000.00 27 Fumteh and ewta6 Fire H Brant 1 EA 7 .00 7,500.00 8000.00 8 000.00 9104,00 9104.00 10,000-00 10000.00 Total . Rauh B EE 62 675.00 I 9TH 28 0.00 10TH $245,806.00 11TH 219 00.00 ft$MVWAshered x**acNAO IQID SUM C3728 Page 5