Loading...
HomeMy WebLinkAboutC-3645 - 2003-2004 Sewer and Storm Drain ImprovementsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 28, 2006 GCI Construction, Inc. 245 Fischer Avenue, B -3 Costa Mesa, CA 92626 Subject: 2003 -2004 Sewer and Storm Drain Improvements (C -3645) To Whom It May Concern: On June 28, 2005, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on August 10, 2005. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08744055. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us BOND NUMBER 08744055 PREMIUM:$11,505.00 EXECUTED IN FOUR COUNTERPARTS. CITY OF NEWPORT BEACH aQOvj PUBLIC WORKS DEPARTMENT 2004-2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 364 BOND NO. 08744055 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 11,505 - 00 being at the rate of $18.00/ 10.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to GCI Construction, Inc., hereinafter designated as the "Principal', a contract for construction of 2004 -2004 SEyYER AND STORM DRAIN IMPROVEMENTS, Contract No. 3645 in the City of Newport Beach, in strict conformity with the plans, drawings, spedfications, 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. 3645 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND duly authorized to transact business under the laws of the State of California as Surety (hereinafter °Surety"} are held and firmly bound unto the City of Newport Beach, in the sum of Seven hundred thirty thousand, two hundred fifty -five and 001100 ($730,255.00) 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 presenL THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. ED 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 30 th day of APRIL 2004. GILT %ons+ri.40;on ,Tnc GCi Construction, Inc. (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 801 N. BRAND BL STE PENTHOUSE GLENDALE, CA 91203 Address of Surety (818) 409 -2800 Telephone uthoe' ed Signature(iitie Flt) jpnn 45 JJ At 'edAg t 'n MICHAEL D. STONG, ATTORNEY -IN -FACT i Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED FAUSERSTSWS and \C rftc MFy 034410304 SEWER & STORM DRAIN IMPROVEMENTS G3645VSe & SO Contract Dowrmts=NTRACr C- 3645.doc 29 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of RIVERSIDE On 4 '301 d before me, R. STANDLEY Data I Name and Title of Oficer (e.g.. -Jane Doe. Notary Public-) personally appeared MICHAEL D. STONG #W. R. STANDLEY COMM. #9253272 ' NgT.�,RY i't194C •cauFnax(A RIVER810S COUNTY MY Comm. Ex ins June T, 2004 C9 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person whose name islo< subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /ha4tl"tr authorized capacity(iee), and that by his /hes4heir signature(sr)'on the instrument the personJ,aj; or the entity upon behalf of which the person(4 acted, executed the instrument. WIT S y hand a cial seal. Place Notary Seal Above Signature of Notary blc 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: O Individual ❑ Corporate Officer — Title(s): O Partner —0 Limited O General O Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHT THUMBPRINT oP SIGNER' 0 1989 Nalion91 Notary Aaeccialwn 9350 Do Solo A".. P.O. Bo. 242 • Chon oM. GA 91313-2e •..nalionanwtery.oig pfod. No. 5907 R F: can Toa.Fmo 1.990876E CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California SS. County of DT04% 4 On o 5 - o q- z_oo , before me, Sorldr0.tCsokes, o'C�y a�.bl« Date Name and We d Olr¢er (o.g.,'Jane Doe. Notary Furalc") personally appeared jAa 'I_Nennet� ' Names) al Signer(s) H personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(g) whose name(a) is /are subscribed to the within instrument and acknowledged to me that hekAwAhey executed the same in his /be0their- authorized capacity i(�sj, and that by his /Nerftheir signatureo on the instrument the person(.aj, or SANDRAKOOKER the entity upon behalf of which the person(s) Commissions 1346865 z acted, executed the instrument. i Notary Public - CeliWmia MyCom �H�ueaMarntf7,2006 WITNESS my hand and official seal. Place Notary Seal Above "� Signature d Nobry 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: Number of Pages Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer Signer's Name: ❑ Individual Top of thumb here • Corporate Officer — Title(s): • Partner —❑ Limited ❑ General • Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 61989Nalo,d Notary Axaodatlon•93W De S Aw,P.O. BOx 24a2•GabwwN. CA9131SM •rcw.netlwielgtaryar9 Prue. NU 5997 ReoM .Cal Td .td(Ubre682i 9 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived . This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 - 0050749.doc Power of Attomey FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice PtKident, and SMITH, Assistant Secretary, in The said Assistant Se does h extraTort6 on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of sand Company, in fo v IN WITNESS WHEREOF, the said ° sident ssistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said AID SIT COMPANY OF MARYLAND, this 16th day of January, A.D. 2003. O ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND . q R By. T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: City of Baltimore pursuance of authority granted by Article VI, Section 2, of the Vam of said y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effe a date h s hereby nominate, constitute and appoint Michael D. Stung, of Riverside, California, its tru fu l Attomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act d: an bonds and undertakings and the execution of such bonds or undertakings in pursuance of these pre 11 be mg upon said Company, as fully and amply, to all intents and purposes, as if they had been duly exec d aclm ed by the regularly elected officers of the Company at its office in Baltimore; Md., in their o perso s. 's power of attorney revokes that issued on behalf of Michael D. Stong, dated January On this 16th day of January, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. J "AAd., 1 1-4 "WT Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA-F 012-0629 21, 1998. ° O On this 16th day of January, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. J "AAd., 1 1-4 "WT Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA-F 012-0629 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC August 10, 2005 GCI Construction, Inc. 245 Fischer Avenue, B -3 Costa Mesa, CA 92626 Subject: Sewer & Storm Drain Replacement (C -3645) To Whom It May Concern: On June 28, 2005, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on July 6, 2005, Reference No. 2005000521290. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08744055. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 BOND NUMBER 08744055 PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 BOND NO. 08744055 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GCI Cgqn��s�truction, Inc., hereinafter designated as the "Principal," a contract for construction of 20W2004 SEWER AND STORM DRAIN IMPROVEMENTS, Contract No. 3645 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. 3645 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fall to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, FIDELITY AND DEPOSIT COMPANY OF MARYLAND duly authorized to transact business under the laws of the State of California, as Surety, (refereed to herein as °Surety") are held firmly bound unto the City of Newport Beach, in the sum of Seven hundred thirty thousand, two hundred fifty-five and. 001100 ($730,255.00) 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 Cade with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations enf& -d to file claims under Section 3189 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with . the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 30th day of APRIL , 2004. G CS Cxn, i'ruc -�10(), T-11C. GCI Construction, Inc. (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 801 N. BRAND BL STE PENTHOUSE Address of Surety GLENDALE, CA 91203 (818) 409 -2800 Telephone nne"ft- Tres 5. MICHAEL D. STONG, ATTORNEY -IN -FACT print Name and Tittle NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT. State of California } SS. County of RIVERSIDE J On 3 60 , before me, R. STANDLEY Date Name and Title of officer {e.g.. -Jane Doe. Notary Public-) personally appeared MICHAEL D. STONG Name(al of Signens) R R. S AT NDLEY CC791U1. #72,33272 a NOTARY PUaLIC- CALIFORNIA RIVERSIDE COUNTY NIy Comm. Fxplr_s Jun_ 7, M04 Place Notary seal Above AN personally known to me J proved to me on the basis of satisfactory evidence to be the personflej' whose nameis /.jlK subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /hefi44eir authorized capacity(ies), and that by his /h�r signature(s'on the instrument the personLe'/; or the entity upon behalf of which the person() acted, executed the instrument. WITNE a m s h d and offi 'a seal. SignaNre of Nalary 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: Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Top of thumb here ❑ Corporate Officer — Ttle(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 Nationat Nosy Association • 9350 De Sob Ave.. P.O. Box 2,102 • Chelawonti, DA 913132/02 • www.rutionecolary.mg Prof. No Sabo Renner: Cell TWLRae 1200 976ia27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of dYc�r7G�2 J On Oate personally appeared SANDRA KOOKER r Commission S 1346M5 i Notary Public - California Orange County MY Comm. Expires tar f 7, 2M6 Place Notary Seal Above 9- personally known to me E) proved to me on the basis of satisfactory evidence to be the person(pj whose name() is lane subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /hafA4,eir authorized capacity(ies), and that by his /hef//their signature(s)'on the instrument the person*, or the entity upon behalf of which the person(k acted, executed the instrument. WITNESS my hand and official seal. �igns ture of uotary 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 — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHTTHUMBPRINT OF SIGNER LN 0 1999 Nallonal Nolary Aao Mon • 9350 De S=Ave., P.O. Bar 240E • Caabwal0, CA 919132 9 0 2 • vnw.ratlooahMaryory Prod No. 5907 ReorEer Call Toll -Free tA008]68E2'I 11 0F!V -n RECOR &gd'RE'dUES -rED BY AND WHEN RECORDED RETURN TO: City Clerk �5 JJL 14 A 9 *08 City of Newport Beach 3300 v!t ��`� r, New .J �h,�?Y�� % 0 Torn Daly Clark Record Recorded in Official Records, Orange County 1 1 1 11 I I I I I I I I N! 1I I I I I I i I I I I I I 1 111111 n l I I I I I I I I I I 1 111116 1111 � I I l l I I 2005000521290 03:25 nlINO FEE »s 45 N12 pm 07/06/05 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 "Exejnpt from recording s pursuant to Government CodeSection 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GCI Construction, Inc. of Costa Mesa, California, as Contractor, entered into a Contract on May 11, 2004. Said Contract set forth certain improvements, as follows: Sewer & Storm Drain Replacement (C -3645) Work on said Contract was completed on May 15. 2005, and was found to be acceptable on June 28. 2005, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. plic s Director City o ewport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exec m each, California. :J • r CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 29, 2005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3630, C -3644, C -3645, C -3647, C -3667 and C -3731) Please record the enclosed six (6) documents and return it to the City Clerk's Office. Thank you. Sincerely, ♦ �/, LaVonne M. Harkless, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 xempt from recordina fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, . Newport Beach, California, 92663, as Owner, and GCI Construction, Inc. of Costa Mesa, California, as Contractor, entered into a Contract on May 11, 2004. Said Contract set forth certain improvements, as follows: Sewer & Storm Drain Replacement (C -3645) Work on said Contract was completed on May 15. 2005, and was found to be acceptable on June 28. 2005, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. Reblic V)"s Director City oWewport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exec M each, California. C _3wy 5 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 9 June 28, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL by `YrIE Ci i Y COU01+:kl FROM: Public Works Department 0"M:NEWPOR *2 A R.Gunther, P.E. 949 - 644 -3311 rgunther @city.newport- beach.ca.us AM SUBJECT: SEWER AND STORM DRAIN REPLACEMENT — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3645 RECOMMENDATIONS: Accept the work. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On May 11, 2004, the City Council authorized the award of the Sewer and Storm Drain Replacement contract to GCI Construction, Inc. The contract provided for removing and replacing selected portions of failed sewer main and storm drains at various locations throughout the City. Various methods were utilitized to rehabilitate these facilities. In addition, the City relocated the Orange County Sanitation District's (OCSD) Coast Trunk Sewer through the Bayview Landing Senior Housing site. OCSD agreed to pay half of the cost for this work and has been invoiced $87,420.60. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $730,255.00 Actual amount of bid items constructed: $725,745.20 Total amount of change orders: $93,559.74 Final contract cost: $819,304.94 SUBJECT: SEWER AND STORM N IMPROVEMENTS — COMPLETION AND ACCE&CE OF CONTRACT NO. 3645 June 28, 2005 Page 2 The final overall construction cost including Change Orders was 12.19 percent over the original bid amount. The City Manager has JPven his written authorization to exceed the original contract by over 10% per City Council Policy F -3, Six Change Orders in tI- • Change Order 1: • Change Order 2: • Change Order 3: • Change Order 4: • Change Order 5: • Change Order 6: Environmental Review: e amount of $93,559.74 are detailed below: Export/Import Material on Waterfront Drive (the existing material was unsuitable to be reused) Construction of two additional drop manholes Change in work on Backbay sewer Extra sewer work on the McDonald's property Miscellaneous additional SD work on Bayshores, Bayside Drive, and San Joaquin Hills Road Additional sewer laterals to be connected to sewer main The City's portion of the project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The OCSD trunk sewer relocation was included in the mitigated negative declaration for the Bayview Landings Senior Housing and Park project dated February 25, 2003. Funding Availability: Funds for the project were expended from the following accounts: Account Description Account Number Amount Sewer Main Master Plan 7531- C5600292 $407,676.76 Storm Drain Improvement Program (General Fund) 7012- C5100008 $173,140.00 Storm Drain Improvement Program (Gas Tax) 7181- C5100008 $63,646.98 Bayview Landing OCSD Trunk Sewer Relocation 7251- C5100755 $174,841.20 Total: $819,304.94 The original contract completion date was October 27, 2004. The project exceeded the working days due to additional work added to the project through the Change Orders listed above. All work was completed on May 15, 2005, the revised completion date. Prepared by: Submitted by: R. G nther, P.E. Ste n'G. Badum Construction Engineer ' "Pta is Works Director v .. REIMBURSEMENT AGREEMENT THIS URSEMENT AGREEMENT ( "Agreement"), is made and entered into on this /A day of RMt, 2004, by and between: ORANGE COUNTY SANITATION DISTRICT, a County Sanitation District, hereinafter referred to as "District"; AND CITY OF NEWPORT BEACH, California, a Municipal Corporation, hereinafter referred to as "City" District and City are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as "Parties ". RECITALS WHEREAS, District is a duly organized County Sanitation District existing pursuant to the County Sanitation District Act, California Health and Safety Code section 4700, et seq., providing for the ownership, operation, and maintenance of wastewater collection, treatment, and disposal facilities within Orange County, California; and WHEREAS, City is a duly organized Municipal Corporation existing pursuant to the laws of the State of California; and WHEREAS, City is planning to develop a low- income senior housing project in the City, near the intersection of Jamboree Road and Backbay Drive ( "City Project "); and WHEREAS, City Project will require realignment of District's Coast Highway Trunk Sewer Line ( "Coast Highway Trunk "), including abandoning a portion of the Coast Highway Trunk ( "Trunk Realignment "), located near the intersection of Jamboree Road and Backbay Drive in the City; and WHEREAS, City has agreed to provide design services for the construction of the Trunk Realignment at its sole cost and expense; and WHEREAS, City is willing to let, administer, and manage a construction contract for the construction of the Trunk Realignment; and WHEREAS, City has agreed to construct the new portion of the Coast Highway Trunk and abandon in place an unneeded portion of the Coast Highway Trunk to accommodate the City Project; and 1798D5.3 Page 1 of 7 0 0 WHEREAS, City has agreed to obtain, at its own cost and expense, any easements necessary for the Trunk Realignment, and District has agreed to quitclaim to The Irvine Company ( "TIC ") the existing easement for that portion of the. Coast Highway Trunk to be abandoned, and the easement for an unconstructed alignment for Project 5 -46 Backbay Sewer; and WHEREAS, District has agreed to reimburse City for one -half (1 /2) of the actual construction costs of the Trunk Realignment upon completion; and WHEREAS, District has agreed to generate, at its own cost and expense, all legal descriptions associated with the Trunk Realignment, AGREEMENT NOW THEREFORE, in consideration of the mutual promises set forth herein, the Parties hereto agree as follows: Section 1: Recitals. The Recitals above are deemed true and correct, are hereby incorporated in this Section as though fully set forth herein, and each Parry to this Agreement acknowledges and agrees that such Party is bound by the same. Section 2: Elements of Agreement. City and District shall work cooperatively together so that Trunk Realignment can be constructed in a manner which minimizes costs and impacts to the public. The specific terms and conditions governing the elements of this Agreement are set forth hereinafter. Section 3: City's Specific Obligations. City shall: A. Provide design services necessary for the Trunk Realignment at its sole cost and expense. B. Prepare and issue a public works bid package and let, administer, and manage a construction contract for the construction of the Trunk Realignment. C. Obtain all necessary pennits for construction of the Trunk Realignment. D. Submit prepared plans and specifications for the design and construction of the Trunk Realignment to the District for review and approval by District's Director of Engineering. The plans and specifications shall meet District's standards and technical requirements for the Trunk Realignment. Such approval shall not be unreasonably withheld. E. In accordance with District standards and technical requirements, construct the realigned portion of the Coast Highway Trunk necessary to accommodate the City Project and abandon in place that portion of the District Coast Highway Trunk which will not be needed following completion of the Trunk Realignment, 179805.3 Page 2 of 7 0 • F. Obtain the written approval of the Districts' Director of Engineering of the Trunk Realignment prior to accepting the improvements. Such approval shall not be unreasonably withheld. G. Furnish and deliver to District "as built" drawings of the Trunk Realignment and any additional project- related documents requested by District, all at no cost to District. H. Require a one -year warranty on the project from its contractor which warranty shall be assigned by City to District upon transfer of the Trunk Realignment to District, and which shall read as follows: "Contractor guarantees for a period of one (1) year from the date of final acceptance of the work by City that the Contractor shall repair or remove and replace any work, together with any other work which may be displaced in so doing, that is found to be defective in workmanship and/or materials without any expense to City or its assigns, ordinary wear and tear excepted. If Contractor fails to comply with this warranty within one (1) week after being notified in writing, City or its assigns are authorized to proceed to have the defects remedied at Contractor's expense who shall pay the cost and charges thereof immediately on demand. If, in the opinion of City or its assigns, defective work detected during the guarantee period creates a dangerous condition or requires immediate correction or modification to prevent further loss to City or its assigns or to prevent interruption of City or its assigns operations, City or its assigns shall be authorized to repair the condition without prior notice to the Contractor and Contractor shall pay the cost and charges thereof immediately upon demand. Contractor's obligations under this section are in addition to Contractor's other express or implied assurances under this Contract and State law and in no way diminish any other rights that City or its assigns may have against Contractor for faulty materials, equipment, or work. The Faithful Performance Bond and Labor and Materials Bond shall continue in full force and effect for the guarantee period." I. Upon completion of the Trunk Realignment, transfer ownership of the Trunk Realignment to District free of any cost to the District (except as otherwise set forth in Sections 4.A. and 6), along with any easements necessary for the project. J. This Agreement is contingent upon the City obtaining any easements necessary for the Trunk Realignment from TIC and/or other persons /entities. City shall obtain, at its own cost and expense, all easements necessary for the Trunk Realignment, in a form approved by the District. District shall have no responsibility for obtaining or paying the cost of obtaining the easements necessary for the project. If City fails to obtain all necessary easements for the project, District may, in its sole discretion, terminate this Agreement at no cost to District. 17980s.3 Page 3 of 7 • Section 4: District's Specific Obligations. District shall: A. Generate, at its own cost and expense, all legal descriptions associated with the Trunk Sewer Realignment B. Upon completion of the Trunk Realignment, and upon receipt of an invoice and supporting documentation from City detailing the actual project construction costs, reimburse City for one -half (1/2) of the actual cost of the construction of the Trunk Realignment. As used in this Agreement, Construction Costs shall not include costs for preparation of legal descriptions, costs of acquiring easements, project design costs and City administrative costs for the Project. C. At all times during the progress of construction of any work, District shall have access to the work thereof for the purpose of inspection of Project progress. D. Retain final authority to accept or reject the contractor's work on the Trunk Realignment. District shall act reasonably in the exercise of such authority. E. Upon transfer of the Trunk Realignment to District, District shall quitclaim to TIC the following two (2) easements: (1) the existing easement for that portion of the Coast Highway Trunk to be abandoned, and (2) the easement for the unconstructed alignment for Project 5 -46 Backbay Sewer. Section 5: Change Orders and Design Addenda. District shall be provided the opportunity to review and approve all design addenda and construction change orders that pertain to the Trunk Realignment. Such approval shall not be unreasonably withheld. Section 6: Timing of Reimbursement. When the Trunk Realignment is completed, City shall submit an invoice and supporting documentation to District showing the actual cost of the construction of the Trunk Realignment. District shall pay City one -half (1/2) of the actual cost of the construction of the Trunk Realignment within sixty (60) days of District's receipt of the invoice and supporting documentation. Construction costs are currently estimated at $160,000.00. Section 7: Environmental Documentation. City shall be responsible for compliance with the California Environmental Quality Act ( "CEQA ") (Pub. Resources Code, Section 21000 et seq) for all activities associated with the Trunk Realignment. Section 8: Hold Harmless. A. City shall defend and hold District, its officers, employees, agents, and consultants free and harmless from any and all claims, damages, or demands arising out of City's performance of its obligations under this Agreement. B. District shall defend and hold City, its elected and appointed officials, employees, agents, and consultants free and harmless from any and all claims, damages, or demands arising out of District's performance of its obligations under this Agreement. Section 9: Insurance. City shall require the construction contractor to maintain the insurance policies in the amounts stated herein during all times of the construction project. City 179885.3 Page 4 of 7 • • shall not allow contractor or subcontractor(s) to commence work on the project until insurance is obtained in accordance with the requirements of this section. City shall require that insurers be admitted carriers and authorized to transact business in the State of California and that insurers have an "A - ", or better, Policyholder's Rating, and a Financial Rating of at least Class VII, or better, in accordance with the most current A.M. Best Rating Guide. City shall include a provision in its contract with contractor that District may require contractor to substitute any insurer whose rating drops below the levels herein specified and that the substitution shall occur within twenty (20) days of written notice to contractor by District or its agent. City shall require contractor to furnish District with original certificates and amendatory endorsements effecting coverage. Said policies and endorsements shall conform to the requirements herein stated. All certificates and endorsements are to be received and approved by District before work commences. District reserves the right to require complete, certified copies of all required insurance policies, including endorsements, affecting the coverage required by these specifications, at any time. City shall require that such policies shall name District, its officers, employees, agents, and consultants as additional insureds thereon by endorsement to such policies. City shall require that each insurance policy required by this section shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days' written notice. City shall require coverage in at least the following amounts: A. General Liability. $1,000,000.00 per occurrence for bodily injury, personal injury, and property damage and $2,000,000.00 aggregate for bodily injury, personal injury, and property damage. B. Automobile Liability. $1,000,000.00 combined single limit per accident for bodily injury and property damage, including non -owned and hired vehicles. C. Workers' Compensation. Workers' Compensation, in accordance with the Workers' Compensation Act of the State of California for a minimum of $1,000,000.00. Such Workers' Compensation Insurance shall be endorsed to provide for a waiver of subrogation against District. Section 10: Term. The term of this Agreement shall be in full force and effect until the specified obligations of both Parties have been fulfilled or rescinded by both Parties. Section 11: Agents. Any contractor, subcontractor, or consultant performing work in connection with the Trunk Realignment shall be conclusively deemed to be an agent of City. Section 12: Notices. All notices or other communications required or permitted hereunder shall be in writing and shall be personally delivered or sent by registered or certified mail, postage prepaid, return receipt requested, delivered or sent by electronic transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) three (3) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by electronic transmission. Any notice, request, demand, direction, or other 179605.3 Page 5 of 7 A . • ! communication sent by electronic transmission must be confirmed within forty -eight (48) hours by letter mailed or delivered. Notices or other communications shall be addressed as follows: To District: Orange County Sanitation District Post Office Box 8127 Fountain Valley, CA 92728 -8127 Attention: Penny Kyle, Board Secretary Facsimile: (714) 962 -0356 To City: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Public Works Director Facsimile: (949) 644 -3020 Section 13: Jurisdiction. In the event of a dispute regarding performance or interpretation of this Agreement, the venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of California for Orange County. In the event that suit is brought by either Party to enforce the terms and provisions of this Agreement or to secure the performance hereof, the prevailing Party shall be entitled to reasonable attorneys' fees, costs, and necessary disbursements in addition to any other relief to which it may be entitled. Section 14: Force Maieure. Except for the payment of money, neither Party shall be liable for any delays or other non - performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Act of God, strike or labor dispute, war or other violence, acts of third parties, or any law, order, or requirement of any governmental agency or authority. Section 15: Governing Law. This Agreement shall be governed by the laws of the State of California. Section 16: Entire Agreement. This Agreement constitutes the entire understanding and agreement between the Parties and supersedes all previous negotiations between them pertaining to the subject matter thereof. Section 17: Waiver. A waiver of a breach of the covenants, conditions, or obligations under this Agreement by either Party shall not be construed as a waiver of any succeeding breach of the same or other covenants, conditions, or obligations of this Agreement. Section 18: Modification. Alteration, change, or modification of this Agreement shall be in the form of a written amendment, which shall be signed by each Party. Section 19. Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be invalid under the applicable law, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement. 179805.3 Page 6 of 7 E L-J Section 20. Agreement Execution Authorization. Each of the undersigned represents and warrants that he or she is duly authorized to execute and deliver this Agreement and that such execution is binding upon the entity for which be or she is executing this document. IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed as of the day and year first above written. I� 3 APPROVED AS TO FORM: GENERAL COUNSEL By TION DISTRICT Anderson, General Secretary, CITY OF NEWPORT BEACH By Mayor : APPROVED AS TO F Y �� City Attorney FAUSERSTBW ShareMAGREEMENTS - Outside%0CS13 Reimbursement Agreement 4- 26- 04.DOC 179605.3 Page 7 of 7 • 0 0 CITY OF NEWPORT BEACI CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 10:00 a.m. on the 27`" day of April 2004, at which time such bids shall be opened and read for 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS Title of Project Contract No. 3645 675,000 Engineer's Estimate Approved by fc,- Stephen G. Badum Public Works Director o� P 0 ae Prospective bidders may obtain one set of bid documents for $30 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 General "A" Contractors License required for this project For further information, call Steve Luv, Project Engineer— Storm Drain (949) 644 -3330 or Sean Crumbv, Project Engineer - Sewer at (949) 644.3315 lk CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ...........................:.................... .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 K R 4 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 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 C ity of N ewport B each reserves t he right to reject a ny o r a II b ids a nd to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in • i 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. -75535(o Class 1; Contractor's License No. & Classification GC J: Conslruckon i1-ne. Bidder Authorke Signaure/Title F loyd Benne*- Sec .TreS. y -26 -QW Date e 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars ($ 10% OF BID ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2003- 2004 SEWER AND STORM DRAIN IMPROVEMENTS, Contract No. 3545 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 21st day of APRIL P004, GCI CONSTRUCTION, INC. Name of Contractor (Principal) Autho ed SignatureMile F-IoJCL (Fttfl¢-M - Se .Tres, FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1. Name of Surety 801 N. BRAND BL STE PENTHOUSE GLENDALE, CA 91203 Address of Surety (818) 409 -2800 Telephone Auth ized Agent Wgnr MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) i CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of �I'cl/1gC�J ss. On it I2& .2&4, before me, Oale , . t personally appeared dANEr L.RUSSELL Commission f 1335985 i Notary Public - CallfMft Orange CouMy NNCcm -i. =xppeeDx21,20p6' E-rersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies); and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT ESS my h nd icial seal. Place Notary Seat Above Si9m ure ofl,dary Public OPTIONAL T_ hough 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 0 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: 0 1999 National Notary Aes a9on • 9350 N Solo Ave., P.O. Box 24 • Chata h, CA 913132402 • wwn,n onalnotary or9 P,W. No, 59V RIGHT THUMBPRINT', OF SIGNER in ReoMer. CaP TO-Free 1 BM-87"827 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California } ss. County of RIVERSIDE J On a It U before me, R. STANDLEY Dole Name and Title of Officer (e.q. 'Jane Doe. Notary Public') personally appeared MICHAEL D. STONG R.STANDL €Y c� Co9 ji i. #1263272 (�` ; ' NOTARY PUBLIC - CALIFORNIA RIVER51Ofi COUNTY �,..�,. MV Certain . Expires June 7, 2004 CA personally known to me u proved to me on the basis of satisfactory evidence to be the person1.sj' whose nameis /We< subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /t+9fA4etr authorized capacity(iee), and that by his /he444eif signature(,%Ton the instrument the personJ,sr or the entity upon behalf of which the person((j4 acted. executed the instrument. WIT SS m hand and official seal. Place Notary Seal Above Synature of Notary V is 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 — u Limited O General Attorney in Fact Trustee Guardian or Conservator CG Other: Signer Is Representing: Number of Pages: RIGFR' UMBPRINT OF SIGNER' 01999 National Notary association 19j50 DO seat Ara.. P.O. eM 2402- Cbatawceh. DA 91 '01'3-2402 -v .WllonalMlary.Org Poop. No 5407 Reorder. Call Toll-Free l- 600.976.6627 0 i 9 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived_. This amount is reflected in the total premium for this bond. Disclosure of Availabilitv of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 - 0050749.doc Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice Vimg SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the B y, which are set forth on the reverse side hereof and are hereby certified to be in full force and eff, WWI ces hereby nominate, constitute and appoint Michael D. Stong, of Riverside, California, its tru Attorney -in -Fact to make, execute, seal and deliver, for, and on its behalf as surety, and as its act bonds and undertakings and the execution of such bonds or undertakings in pursuance of these hall pon said Company, as fully and amply, to all intents and p urposes, as if they had been duly exec d ackn e regularly elected officers of the Company at its office in Baltimore; Md., in their o er pe of attorney revokes that issued on behalf of Michael D. Stong, dated January 21, 1998. ° o O The said Assistant Secretary does hereby the exhaTorth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, in for v� IN WITNESS WHEREOF, the said ° sident ssistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said ITY A OSIT COMPANY OF MARYLAND, this 16th day of January, A.D. 2003. O ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND pp 0 Pa!' ♦o w • r 111► ' V' �/in„^ai �fv - O � � By: T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: City of Baltimore On this 16th day of January, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swom, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA -F 012 -0629 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any, of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages .... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vke- President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and: binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this. day of uls�v� y o 1px&m � Assistant Secretary c�; More Search _ Rm6 Best's Rating O t� tions 'N + M gErr (Excellent) Financial Size Category ae6i} XV ($2 billion or more) 'Ratings as oi0412712004 05:17:35 PM E.S.T. jai1hfit Rating Category (Excellent): Assigned to companies That have, mm'n iriion, an excellen[affil' to meet ongoing obli ations to policyholders. �: 9 9 ry ( )� 9 p P ability 9 9 9 P cb' Accessing the Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of . a company's balance sheet strength, operating performance and business profile. These ratios are not a warrant of an pages on 9 P 9 P P 9 y ambestcom insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details.. constitutes the user's agreement to Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register our terms of online. use: information c llected via this Web: site is _.. - _.... ._. protected by our Copyright 0. 2004 by A.M. Best Company Inc. ALL RIGHTS RESERVED °� No part of this information maybe distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission statement of the A.M. Best company. Refer to our terms of use for additional details. Comments or a L B6i tf i. WE a - z�,i, . . (�ltit alt�`+'i%Im 1 t folft en•�n'i .az c+Reawcn J .aaliit �i 1- m, •--. >LC s >#1 i_',!I1 it,ii.0 `�.�'r 1 uiuil0..r n ®® 0 � ®♦ ♦ Q O D Retlnp m•,ro = >• Dm• Member of Zurich Financial Services Group nA Y. Eat:llrwr A.M. Bests: 00387 NAIL p: 39306 View a list of group members or the group's rating More Search _ Rm6 Best's Rating O t� tions 'N + M gErr (Excellent) Financial Size Category ae6i} XV ($2 billion or more) 'Ratings as oi0412712004 05:17:35 PM E.S.T. jai1hfit Rating Category (Excellent): Assigned to companies That have, mm'n iriion, an excellen[affil' to meet ongoing obli ations to policyholders. �: 9 9 ry ( )� 9 p P ability 9 9 9 P cb' Accessing the Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of . a company's balance sheet strength, operating performance and business profile. These ratios are not a warrant of an pages on 9 P 9 P P 9 y ambestcom insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details.. constitutes the user's agreement to Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register our terms of online. use: information c llected via this Web: site is _.. - _.... ._. protected by our Copyright 0. 2004 by A.M. Best Company Inc. ALL RIGHTS RESERVED °� No part of this information maybe distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission statement of the A.M. Best company. Refer to our terms of use for additional details. Comments or CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section.22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: cis e. Lot n �J Surve� Address: Orange, CA 1 /Q � • ly Phone: C-6 State License Number: Name: eJ7_ Cone-r,e.. Address: R -13 �ze S Cdrte�� San;-o- Q sr�. I LR +hru I �o Phone: "I State License Number: Name: Address: Phone: State License Number: Bidder Authorifd Signature/Title FILJot Benne*- Sec. Tces 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. Bidders Name G C I CONSTRUCTION, INC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number Hoag Lower Level Central Plant - Cogen; Site Utilities Job No. 1 5 Project Description Site Utilities Improvements Approximate Construction Dates: From 8/03 To: In progress Agency Name Contact Person Memorial Hospital / DPR Construction, Inc. James Easley Telephone (945 574 -4467 Original Contract Amount $ 1.9M Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) In progress Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 2 Project Name /Number qW No. 149 Project Description Street Improvements Approximate Construction Dates: From 11/03 To: In progress Agency Name Contact Person City of Fullerton Yelena Voronel Telephone (714) 738 -6350 Original Contract Amount $ 984,380 Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) In progress Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Project Name /Number Urban Storm Water Runoff Treament Project Project Description Install Storm Water Runoff Approximate Construction Dates: From 8/03 To: Tn progress Agency Name Contact Person City of Huntington Beach David Verone Telephone {714) 375 -8471 Original Contract Amount $L46 Final Contract Amount $ In progress If final amount is different from original, please explain (change orders, extra work, etc.) In progress Did you file any, claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No 0 No. 4 Project Name /Number FEothill S Barranca Distribution Main Project Project Description Mtribution Main Improvements Approximate Construction Dates: From 7/03 To: 12/03 Agency Name City of Azusa Contact Person Chet Anderson Telephone 1 26) 812 -5208 Original Contract Amount $_±4,167 Final Contract Amount $ 545,527 If final amount is different from original, please explain (change orders, extra work, etc.) Chance Orders Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims No No. 5 Project Name /Number UCLA South West Campus Housing Job No. 134 Project Description Storm Drain, Sewer, Fine Grade Improvements . Approximate Construction Dates: From 3/03 To: in progress Agency Name Gordon & Williams Contact Person Dennis Arguelo Telephone (310) 824 -1076 Original Contract Amount $1,280085 Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) In progress Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 6 Project Name /Number worth Creek Storm Drain Di Project Description Drain Diversion Approximate Construction Dates: From 5/03 To: 9/03 Agency Name City of Dana Point Contact Person Matt Sinacori Telephone 049) 248 -3575 Original Contract Amount $ 634,168 Final Contract Amount $ 713,267 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. G C I CONSTRUCTION, INC. Bidder 10 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Ora n el) FI0 Pynnejt beingg first duly sworn, deposes and says that he or she is 2 cl of%C[ Cay)s+ruc4 ion, T1C, the party making the foregoing bid, at 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. %GlCons�ruc� -loh �. `�� Bidder Authori d Signature/Title FIOyd Benne4f- Sec.Tres, Subscribed and sworn to before me this .94P4A- day of ftYI � 2004. [SEAL] J ry Public My Commission Expires: t7 . l ZCt�J� 11 JANET L. Rl1SSELL Commission i 1335386 Notary Public - CaVlomia Orange County @*yComm. EVft Dsc2l,2005 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 DESIGNATION OF SURETIES Bidders name G C I CMIRMCN, W. 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): ti• aa• r �a ra. 1524 E. AF+WM AM E, , CA 92867 +T:1001 •• • • Din v • 1. 12 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL 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 2002 2001 2000 1999 1998 Total 2003 No. of contracts Total dollar Amount of Contracts (in 13.7M 13.OM 0-IM 7.5M -11V, &7-.7M Thousands of $ No. of fatalities O O O O O G 0 No. of lost Workday Cases Q Q 0 Q 0 Q No. of lost O Q G Q G Q workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 El Legal Business Name of BidderG CT- Consi rUr +i o Tr) C Business Address: OLI Fisch R ve -& 63 CoS+a mesa, - er . mow. garoz�v Business Tel. No.: 71N -cl 5r7 -Q2 3 -j State Contractor's License No. and Classification: Title erleral EhainP_erin The above information was compiled from the records that ar6 available tolne at this time a nd I d eclare u nder p enalty o f p erjury t at t he information is true and accurate within the limitations of thos6 li ecortlS. // Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title C re r' 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND DTORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 ACKNOWLEDGEMENT OF ADDENDA Bidders name Gr✓-f Conskruc -lion ,. -Iocc The bidder shall signify receipt of all Addenda here, if any: 15 ® 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT G % CONS c"'CTION``• APR 7 9 2004 2003 -04 SEWER AND STORM DRAIN IMPROVEMENTS Contract No. 3645 A roved Stephen a Public Works Director ADDENDUM NO. 1 TO ALL PLANHOLDERS: Orange County Encroachment Permit and Special Provisions ... .................................................... ............................... Attached are the Orange County Encroachment Permit and Special Provisions for the reconstruction of channel lining walls in relation to the replacement of intersecting City storm drains at Westcliff Drive and Highland Drive in the City of Newport Beach. ... .................................................... ............................... Bidders are required to sign Addendum No. 1 and attach to the bid proposal. Bids 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) _4- 2lo -0y Date Title F10j CQ epnne -ft- S- c.TreS. 2004 -00158 COATY PROPERTY P T Page 1 of 2 ENCROACHMENT PERMIT 3/24/2004 OXFORDV 11:02:33AM INSPECTION PHONE 714 -567 -7804 Inspection office' shall be notified at least TWO (2) WORK DAYS PRIOR to commencing permitted use. FAILURE TO OBTAIN INSPECTION SHALL VOID THIS PERMIT PERMITTEE County of Orange Public Facilities and Resources Department County Property Permits Main Office: 300 North Flower Street, Room 122 Santa Ana, California 92703 -5001 or P.O. Box 4048, Santa Ana, California 92702 -4048 Phone: (714) 834 -5529 or Fax: (714) 835 -7425 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92658 949- 644 -3330 Contact Person Stephen Luy, Project Engineer Telephone No. 949 -644 -3330 Insured Permit No: 2004 -00158 Effective Date: Expiration Date: FACILITY 3/24/2004 12:o0:00AM 9/23/2004 12:0O:OOAM Type Facility Name Number EAST COSTA MESA CHANNEL G02 Policy Expires PERMITTED USE: User of County property is hereby authorized as follows, subject to provisions attached hereto: To replace (2) deteriorated metal pipe arch storm drains within a portion of Orange County Flood Control District's East Costa. Mesa Channel (G02) right -of -way, per attached plans and provisions and to the satisfaction of County inspection personnel. PERMITTED USE NOT EFFECTIVE UNTIL APPROVED BY ASSIGNED INSPECTOR * * ** *PERMIT NOT VALID UNTIL PERMITTEE'S CONTRACTOR OBTAINS A RIDER PERMIT, PAYS FEES IN THE AMOUNT OF $1618.00, PROVIDES A REFUNDABLE SURETY DEPOSIT OF $3000.00, AND PROVIDES A LIABILITY INSURANCE CERTIFICATE THAT MEETS COUNTY REQUIREMENTS. * * * ** LOCATION OF WORK: East Costa Mesa Channel (G02), at the intersection of Westcliff Drive and Highland Drive (Channel Sta. 11 +17.00 and Sta. 10 +70.00) Dimensionn'ype: R &R 2 Storm Drain Entries Thomas Brothers: 889:B6 Area Newport Beach CONSIDERATION: Types PWO# Permit Fees Suretv Penalty Total Total Fees: $1,618.00 RC ER68210 $1,618.00 (2060) $0.00 (2093) $0.00 $1618.00 Payment Trust Check Receipt Date Amount Total Payment: PERMITTEE-S ACCEPT E: COUNTY APPROVAL: /7 3/24/2004 i I':w.— no400 PERMIT AND APPROVED PLANS SHALL BE MAINTAINED ON JOB SITE. PERMITTEE SHALL COMPLY WITH REGULATIONS PRINTED ON REVERSE SIDE OF PERMIT AND ATTACHMENTS. ALL UNDERGROUND WORK REQUIRF§oFAWFbyW W94h ogyarfJ eq sToigm, RMOrI-6Cn�riNroTgpeMRtSABLE. � � u�edS��Y COUNTY OF ORANGE RESO &ES & DEVELOPMENT MANAGEMEI&EPARTMENT COUNTY PROPERTY PERMITS c °LtF°4T'~� 2004 -00158 SPECIAL PROVISIONS Permit No. By acceptance of this permit, Permittee agrees to the following 1. All District improvements disturbed, damaged, vandalized or removed as a result of Permittee's activities within, upon, under or over District ROW shall be repaired, restored or replaced at Permittee's expense in conformance with District's Public Facilities and Resources Department (hereinafter "PFRD ") Standard Plans and to the satisfaction of the Director of PFRD or his designee (hereinafter "Director") within sixty (60) calendar days of the issuance of written notice by Director. If Permittee fails to repair, restore or replace District's improvements within 60 calendar days, Director may, in his sole and absolute discretion, cause the repair, restoration or replacement of District's improvements to be completed by District personnel or outside contractors and Permittee shall be solely responsible for these costs and expenses. Permittee agrees that in an emergency situation which threatens the public's health, safety or welfare as determined by Director in his sole and absolute discretion, Director shall be permitted to cause the repair, replacement or restoration of District's improvements without prior notice to Permittee and Permittee shall be solely responsible for the cost of such repair, restoration or replacement in accordance with the procedures described above. 2. Permittee agrees that if any of Permittee's improvements are disturbed, damaged or removed by District during the course of District's operating, maintaining, repairing, improving, restoring, or enlarging District's improvements within, upon, over or under District's ROW Permittee shall be responsible for replacing, repairing, restoring or removing Permittee's improvements to the satisfaction of Director solely at Permittee's expense within sixty (60) calendar days of receiving written notice from Director. 3. Permittee's activities within District ROW allowed by this permit shall be performed during the NON - STORM- SEASON (April 1' through October 306'). 4. Permittee, its assigns or successors shall be solely responsible for the operation, maintenance, repair and/or replacement of Permittee's improvements within District ROW. 5. Permittee agrees that it shall indemnify, defend with counsel approved by District, and hold District, the County of Orange, their elected and appointed officials, officers, employees agents and contractors (hereinafter "District/County Indemnitees") harmless from any and all liability for injury or damage to third persons or property arising from Permittee's activities and/or improvements placed within, upon, under or over District's ROW unless such injury or damage is caused by the gross negligence or willful misconduct of District, County or the District/County Indemnitees. 6. All RCP bedding installed within District ROW shall comply with PFRD Standard Plan 1319. 7. Permittee shall maintain 90% relative compaction within District ROW. 8. h2 addition to the requirements set forth in Paragraph 1 above, any chain link fencing including gates that are damaged during the approved permit activities are to be restored, repaired or replaced by Permittee to satisfaction of Director and in compliance with APWA Standard Plan 600 -1 -OC or 600 - 0-OC. 0 If at anytime, District intends to modify, enlarge, reconstruct, repair and/or replace District facilities, Permittee agrees to remove and /or relocate interfering portions of Permittee's improvements within sixty (60) calendar days of the date of District's written notification to Permittee. Upon receipt of written notification from District, Permittee shall obtain an encroachment permit rider from District covering Permittee's plans to remove and relocate Permittee's interfering improvements. District agrees to expedite review of Permittee's encroachment permit rider application. Permittee shall be responsible for all financial charges associated with satisfying this permit special provision. If Permittee fails to remove its interfering improvements within the time period required, Director, in his sole and absolute discretion, may cause the removal of Permittee's interfering improvement to be completed by District staff or by outside contractor. Permittee agrees that it shall be solely responsible for the cost of such removal and shall reimburse District for all of its costs and expenses within sixty (60) calendar days of the mailing of an invoice by Director. 10. Nothing in this Permit is intended nor shall anything in this Permit be construed to transfer to District or its successors and assigns or to relieve Permittee or their successors and assigns or predecessors in title of any responsibility, or liability Permittee now has, has had, or comes to have with respect to human health or the envirom -rent, including, but not limited to responsibility or liability relation to hazardous or toxic substances or materials (as such terms as those used in this sentence are defined by statute, ordinance, case law, governmental regulation other provision of the law). Furthermore, District may exercise its right under law to bring action, if necessary, to recover clean up costs and penalties paid, if any, from Permittee or any others who are ultimately determined to have responsibility for said toxic or hazardous materials. 11. No construction materials are to be stored in a way that impedes and/or interferes with bikeway use, channel inspection or maintenance operations. 12. The City of Newport Beach shall be solely responsible for installing, operating, and maintaining the proposed storm drain system with the District's right -of -way. 13. Permittee shall use appropriate BMW's to prevent construction materials, fuel, oil, or hazardous materials from construction equipment or vehicles from entering the channel. 14. Any spillage of fuel, oil, or hazardous materials from construction equipment or vehicles or significant releases of sediment due to construction activities or BMP failures impacting downstream creek areas must be immediately and properly cleaned up and removed from the District's right -of -way. For spills of significant volume, notify Resources & Development Management Department- Environmental Resources by calling Due Nguyen at 714- 973 -6690. After hours spill notification should be made through Orange County Sheriff Communications Control 1 by dialing 911. Contaminated soil, sand, or material and hazardous wastes generated from the cleanup must me disposed of by approved methods. 15. Permittee assumes full responsibility for all costs to investigate extent of contamination and all cleanup, waste removal, and implementation of an approved remedial action plan for the release of any wastes or hazardous materials that result in soil, surface water, and groundwater contamination. Acknowledged: Mat Name ,7— 2 q_ o Date 0 STANDARD PROVISIONS • 2 U 0 4_ 0 0 15 8 1. _ Permits issued by this Department are pursuant to the authority vested by the Board of Supervisors for the County of Orange, Orange County Flood Control District, any one or all of which are hereinafter referred to as County. 2. Permittee agrees to save County, its agencies, districts, etc., including its officers, agents or employees, harmless from any and all penalties, liabilities or loss resulting from claims or court actions, arising directly out of any damage or injury to persons or property by reason of the acts or omissions of Penmittee, its agents, employees or independent contractors in exercising any of the privileges herein granted or in consequence thereof. The Permittee shall file a written accident report with the County of Orange for any property damage, death or injuries on project site within 48 hours after such incident occurs. The accident report shall include, but is not limited to, the following information, if available: time and date, location, nature of accident, names of people injured, description of property damage, police report number, and description of job site condition at the time of accident. Failure to file an accident report shall be considered a violation of the permit provisions and may cause revocation of this permit. Accident report shalt be filed with the Inspection section assigned to the project. Contact can be made at the following telephone numbers: Construction Inspection 567 -7800 1152 E. Fruit Street Santa Ana, CA 92702 Operations Inspection 567 -6300 10852 Douglass Road Anaheim,CA.92806 3. Should any damage or injury to County works occur during initial use and/or as a result of this permitted use, either through the acts of agents, servants, or employees of Permittee or by any independent contractor of Permittee in the exercise of the rights herein granted, Permittee shall immediately, upon the written demand of County, restore such works to the condition of same on the date of the occurrence of said damage or injury at Permittee's cost or expense. The question as to whether or not any such damage or injury has been caused to the works shall be determined by the Director of the Public Facilities & Resources Department and his determination shall be final. In the event repair by County is necessary, Permittee shall pay County the cost of such repairs. 4. County reserves the right unto itself to perform any work, upon any portion or all of the area covered by this permit, or to do any other work necessary at any time. Such work may be performed without incurring any liability of any nature whatsoever to the Permittee. It is further understood and agreed that County reserves unto itself the rights of ingress over all or any portion of the subject area. 5. Neither this permit nor any of the rights herein granted shall be assigned without the prior written approval of the County. 6. By acceptance of this permit, Permittee acknowledges and assumes all responsibility for compliance with requirements of other regulatory governing agencies including, but not limited to, zoning regulations, applicable ordinances and laws, etc., of the County of Orange, the State of California, or others having regulatory control over the use granted herein. 7. A copy of this permit and approved plans, if applicable, shall be maintained at the site of work and be shown to any authorized representative of the County or other regulatory governing agency upon request. 8. No access or work shall be performed within County rights of way without the full knowledge of County's inspector, who shall be given not less than two work days' advance notice of the initiation of permitted use. Failure of Permittee to obtain inspection shall void this permit and necessitate reapplication by Permittee. 9. This permit may be immediately revoked for reasons in the best interest of the County, including violation of permit provisions or other applicable rules and regulations or for the creation of a nuisance upon notice given by the Director of the Public Facilities & Resources Department or authorized representative. In the event of such revocation, Permittee shall immediately cease all operations and restore County right of way as directed by County's inspector. 10. Any construction performed within County properties shall be in accordance with Orange County Public Facilities & Resources Department Standard Plans and established criteria. Any deviation must be specifically detailed and highlighted on plans in a manner meeting the approval of County Property Permits. No uses other than that as stated on this permit shall be exercised. Public right of way shall not be used for administrative operations or storage of equipment, materials, supplies, etc. ADDITIONAL STANDARD PROVISIONS (Codified nces, Title S. Section 6 -1 -1, et. seq., of the Cou e) TO BY ATTACHE AND MADE A PART OF PERMIT NO. Onn 58 11, RIGHT OF WAY RESERVATIONS: The permission granted hereby extends only to those which the County of Orange has in the real property and no warranty of any kind is made hereby that the said County possessed any or all of the rights of title necessary for permittao to accomplish work under this permit. and permittaa is cautioned to satisfy itself that it has obtained all necessary rights or permits prior to the Commencement of work, This permit shall not constitute a _ grant of any interest in or to real property belonging to the County of Orange or any other person or entity. References to Director signify the Director, Public Facilities /Resources Department (PFRD). 12. WORKING HOURS: All work shall be performed within working hours of Orange County PFRD permit Inspection group, unless prior arrangements have been made with the inspection group. 13. SURVEY MONUMENTS: It is imperative that permlttess NOTIFY THE GEOMATICS A LAND INFORMATION SYSTEMS, telephone 714 -834 -3102, of Orange County PFRD at least 48 hours prior to removing or replacing any Survey Monuments. All monuments shall be replaced at permittes's expense and MUST be replaced in kind within 0.01 feet of their original horizontal and vertical location. unless othetwise'specified in-writing. - CONSTRUCTION REOUIREMENTS 14. RESURFACING BY PERMITTEE OR COUNTY AND SPECIFICATIONS: Temporary patching of trench Is required on lateral cuts in surfaced streets immediately after backfflling. Permanent pavement shall be placed with thethlrly (30) working days after completion of backflliing operations. All excavations shall be backfiiled Of covered of otherwise protected, in a manner meeting the apProval Of the inspector, at the and of each workday. The inspector may require any pavement removal to be patched with temporary A.C. immediately after backfilling. Where pavement or surfacing has been removed by acceptable method, as determined by inspector, and trench edges sawed, porminae shall replace it with a structural section the same as that removed plus an additional one inch (1') of A.C. In no case shall the replacement auticturat section be less that S' AC /NS or 3' AC /6' P.M.B. per Standard Plans. The inspectorshall approve all structural sections prior to placement. Where Portland Cement Concrete pavement is removed or damaged, it shall first be sawed at excavation limits, providing distance to the next joint Is more that five (5) feet away; it not, then it shall be removed to next joint without damaging adjacent pavement and subsequently replaced with Portland Cement Concrete. 15. LOCATION OF PIPES AND CONDUITS: All pipes and conduits laid parallel to the roadway shall be placed atleast five (5) feet from edge of file pavement or graded traveled roadway, unless otherwise authorized in writing by the Director. ' 16. MINIMUM COVER: The uppermost portion of any pipeline or other facilfty shall be installed NOT LESS THAN thirty (30) inches below the lowest portion of the roadway surface or ditch, unless otherwise authorized In writing. by the Director. 17. STANDARD SPECIFICATIONS: Unless otherwise indicated on permit, all work shall be done in accordance with PFRD Stanclard.Plans and the Standard Specifications for Public Works Construction latest issues. . 18. COUNTY PROJECTS: this permit DOES NOT give permittaa permission to delay or interfere with the construction of County, projects. Installation shall be subject to the approval of and at the convenience of County's contractor. Prior to any excavation, written permission must be obtained frdrr said contract¢t and presented to resident engineer, stating that installation with NOT DELAY or intonate with said contractor's operation. If. permission is DENIED, then work shall be delayed until completion of said contract. ' 19. TUNNELLING OR BORING: All improved streets, as shown on Master Plan of Arterial Highways, MUST be bored otiumalled: All boring, tunnelling and placing Conduits. casing and pipelines shall be done In such a manner that the existing driving lanes will NOT be disturbed: if a casing is installed to receive conduit or pipeline, all voids between casing and conduit shall be tilled with grout or sand. Bore pit shall not encroach wilhiefive (5) foot from edge of pavement. 20. OPEN CUT METHOD: Open cutting of local streets may be permitted. NOT more than one -half (112) of the width of a'traveled way shall be disturbed at one time and the remaining width shall be kept open to traffic. Two way traffic shall be maintained on pavement at all times. A. Minimum clearance of two (2) feet adjacent to any surface obstruction and a five (5) foot clearance bemoan excavation and traveled way shall be maintained. B. Backfill material shall be subject to PFRD inspector's approval prior to placement. PFRD inspector may require 2 -sack cement slurry backfill. PERMANENT A.C. PATCH shall be placed within thirty (30) working days after completion of backlilling operations. 21. COMPACTION: All backfill replaced in excavation within road right of way shall be compacted until relative compaction is NOT LESS than ninety percent (90 %). as determined by the Relative Compaction Test as specified in the PFRD Standard Plans. P.M.B. (Aggregate Base) shall be Compacted to a relative compaction of NOT LESS than ninety -five percent (95 %). After completion of backfill and compaction operations and before permanent paving is replaced, contractor shall Call for compaction tests to be performed and shall provide for lest holes at locations and as directed by the inspector. In lieu of test holes as specified above, contractor may elect to call for compaction tests in successive lifts of backfill not to exceed two (2) feet vertically in time each lift of backfill is placed and Compacted. 22 REPLACING ENTIRE DRIVING AND /OR BIKE LANE: If surfacing or pavement within driving loans of a highway. as shown on the Masrer Plan of Arterial Highways Or within a bikeway, is removed or damaged by permitted's operation, existing surfacing or pavement for width of the driving or bike lano and for the length Of the damaged surfacing shall be removed and replaced to distance of not less than one hundred (100) feet. Such removal and replacement shall be to the satisfaction of the Director, 23. OIL MIXED SHOULDERS: Improved oil mixed shoulders ere to be remixed to minimum depth of tour (4) inches with an approved oil mixing machine using approximately 112 gallon to 2 -1/2 gallons of S.C. 800 Dar square yard as determined by the Director. In Iiou of the former, the entire Width of the shoulder may be removed to a minimum depth of two (2) inches and replaced with a minimum of two (2) inches of A.C. 24. CONCRETE SIDEWALK OR CURB: All concrete sidewalks or curbs shall be saw -cut to the nearest control joint and replaced in conformance with applicable provisions of the Orange County PFRD Standard Plans and Standard Specffrcarrons for Public Works Construction. Sidewalk removal and replacement shall be to the satisfaction Of the Inspector, 25 CARE OF DRAINAGE: If the work herein contemplated shall interfere with established tlrainage, ample provision shall be made by the permittee to provide lot it, as may be required by the Director ' All roadside tlrainage ditches shall be restored to original grades, and inlet and outlet ends of all culverts shall be loft [roe and dear CONTINUED... b F0250 -665 (R 12/97) 26. COMPLIANCE WITH TERMS OF PERMIT: P Ittea shall not make or cause to be matle any excav or construct, place upon, maintain, or leave any obstruction or impediment to travel, or pile or4any material in or upon any highway, under the surfny highway, at any location or in any manner other than that described in application as approv the Director. or contrary to terms of permit or of any stun of the Ordinance hsreinbelore reterenced. Permittee agrees that if installation of any nature or kind placed in the excavation, fill or obstruction, for which permit is issued. which shall at any time in the lutura interfere with use, repair, improvements, widening or Change of grade of highway, permittee or his successors or assigns. within ten (10) days after receipt Of written notice from the Director to do so, will, at his own expanse, either remove such installation or relocate to a site which may be designated by the Director. Permittee horsily agrees to do all work and otherwise comply with provisions of Orange County Codified Ordinances Title 6, Section 6 -1.1, at seq., as amended. terms and conditions of this permit, and all applicable rules and regulations of the County of Orange. All work shall be performed in accordance with provisions of this Ordinance and of all applicable laws, rules and regulations of Orange County and to the satisfaction of the Director. After work has been- completed, all debris and excess material from excavation and backfill operations shall be removed from right of way and the roadway left in a neat and orderly contlition. All approaches to private driveways and intersecting highways and streets shall be kept open to traffic at all times. Excess materials which adhere to roadway surfacing, as a result of construction operations, shall be ramovad by approved methods to the satisfaction of the Director. TRAFFIC 27. ARTERIAL HIGHWAY TRAFFIC LANES: Two -way traffic shall be maintained at all times. At no time between the hours of 7:00 a.m. and 8:30 a.m. and between the hours of 4:00 p.m. and 6:00 p.m., Monday through Friday (excluding legal holidays), shall there be any obstruction of an arterial highway traffic lane. Said restriction shall apply to vehicles. equipment. material, traffic control devices, excavation, stockpile or any other form of obstruction. Any exceptions must be approved specifically by 'a traffic control plan and by county designated Supervising Construction Inspector. 28. PROTECTION OF TRAVELING PUBLIC: Permittee shall take adequate precautions for protection of the traveling public. Barricades, flashing amber lights and warning signs, together with flagmen, where necessary, shall be placed and maintained in accordance with the State of California Manual of Traffic controls, For Construction And Maintenance Work Zones until the excavation is rallied, the obstruction removed, and roadway Is sale for use of traveling public. The Director may specify. as a condition of the issuance of the permit, safety devices or measures to be used by permittee, but failure of Director to so specify the devices or measures to be used by permittee shall not relleva perrtliftee of his obligation hereunder: Trenching for installation across any Intersecting roadway open to traffic shall be progressive. NOT more than one -hall (112) of the width of a traveled way shall be disturbed at one lime, and the remaining width shall be kept open to traffic by bridging or backtiliing. 2g. SIGNALIZED INTERSECTION: Permittee shalt notify Orange County PFRD Traffic Engineering at 714. 834.3484 at least 72 hours In advance of any excavation within one hundred (100) feet of a signalized intersection. Perminoo and/or his contractor shall assume cost and responsibility for maintaining existing and temporary electrical systems or any other item or portion of work. as may be deemed necessary or advisable tot protection of highway and traveling public;and payment of all costs incurred by the County of Orange in repairing facilities damaged during construction. Applicant shall immediately repair or replace any damaged traffic Control devices and or striping facilities. `PERMITTEE'S OBLIGATION 30. RESTORATION: APPLICANT SHALL RESTORE THE ROADWAY TO ITS ORIGINAL OR BETTER CONDITION AND CAUSE ANY PERMANENT PAVING TO BE COMPLETED AS SOON AS POSSIBLE. Immediately upon completion of the work necessitating the excavation or obstruction authorized by any permit issued pursuant to the aforementioned Ordinance, permittee shall promptly, and in a workmanlike manner, refill the excavation or remove the obstruction to the satislaction of the Director. It permittee fails or refuses to refill any excavation which he has made or remove any obstruction which he has placed on any highway, the Director may do so and permittee shall promptly reimburse County the cost thereof. II at any time subsequent to first repair of a surface of a highway damaged or destroyed by any excavation or obstruction in such highway, it becomes necessary again to repair such surface due to settlement or any ether cause directly attributable to such excavation or obstruction, perminea shall pay 10 County the Cost of such additional repairs made by the Director. Cost shall be Computed by the Director as provided in Sections 6.3.47 or Section 6 -3.49 of the aforementioned Ordinance, whichever, in the judgment of the Director, will most fairly compensate County for expenses incurred by it. 31. PERMITTEE TO PAY DEFICIENCY: If any deposit is insufficient to pay all fees and costs herein provided, permittee shall, upon demand. pay to the Director an amount equal to the deficiency. 32. EFFECT OF FAILURE TO PAY COSTS OF DEFICIENCY: If permittee, upon demand, fails to, pay any deficiency, as provided in Section 6.3.77 of the - aforementioned Ordinance, or shall fall to pay any other casts due County hereunder for which no deposit has been made, County may recover same by an action in any court of competent jurisdiction. Until such deficiency or costs are paid in full, a permit hereunder shall not hereafter be issued to permittee. 33. TAXABLE POSSESSORY INTEREST: Permittee acknowledges that a taxable possessory interest may have been created by this permit and that permittee may be subject to payment of property taxes levied on such interest. (Reference is made to California Revenue and Taxation Code. Section 107, 107.4 and 107.6.) 34. ADDITIONAL COST: Any additional costs incurred by permittee incidental to this work NOT snown on the face at the permit. shall be borne by permittee. 35. COMPLIANCE Any CONDITIONS shown in regulations. attachments, and/or provisions of Codified Ordinances and all applicable laws, rules antl /Or regulations of Orange County or any other regulatory governing agency pertinent to work on face of this permit MUST be complied with. Section 6424 of the California Labor Code requires Contractors planning excavation or trench work to obtain a permit for such work from the State of California, Department of industrial Relations. DIVISION OF INDUSTRIAL SAFETY. CONDITION ORANGE COUNTY PUBLIC FACILITIES /RESOURCES DEPARTMENT DOES NOT PERFORM ANY INSPECTION UNDER THIS PERMIT PERTAINING TO THE PROTECTION AND SAFETY OF PERSONNEL OR EQUIPMENT. THIS IS THE RESPONSIBILITY OF PERMITTEE. Tne Director may. either at the time of the issuance of the permit or any time thereafter until the completion of the work, prescribe such additional conditions as he may deem reasonably necessary for the protection of the highway or for the prevention of undue interference with traffic or to assure the safety of persons using the highway. Tne perminea shall make Proper arrangements satisfactory to the Director for and bear the cost of relocating any structure. public utility, tree, or shrub where such relocation is made necessary by the proposed work for which a permit is issued. Permittee is aware of Ordinance No. 2717 concerning the registration and disclosure of lobbyists . CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 FAX COVER SHEET TO ALL BIDDERS DATE: April 23, 2004 SUBJECT. 2003 -2004 Sewer and Storm Drain Improvements Contract No. 3645 PHONE NUMBER: (949) 644 -3311 FAX NUMBER: (949) 644 -3318 NUMBER OF PAGES INCLUDING COVER SHEET. 2 Contractor License Classifrcation(s) required for this project. "A" ATTACHED IS ADDENDUM NO. 2 SHEET NO. 6 FOR R- 5257 -S IS BEING MAILED ALONG WITH ADDENDUM NO. 2 TODAY, APRIL 23, 2004. THE BID DATE IS NOT CHANGING. THE BID DATE IS STILL TUESDAY, APRIL 27TH AT 10:00 AM. WELCOME TO PICK -UP ADDENDUM NO. CITY OF NEWPORT BEACH PUBLIC COUNTER IF YOU NEED IT IMMEDIATELY. Please Notify Sender If Transmission Is Incomplete. YOU ARE 2 AT THE WORKS 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO 3645 DATE: B U a"QzQ1 r Pu61ic Works D' -,tor TO: ALLPLANHOLDERS PLANS A. Replacement of Sheet 6 for R- 5257 -S, with storm drain revisions. Attached is a copy of the revised sheet 6 of Storm Drain Plan D- 5257 -S with inlet modifications. PROPOSAL B. Delete quantity from item Number C 11 and replace with 70 Tons_ Bidders must sign this Addendum No. 2 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. GCf Cons+ruC41oin ,Tnc Sidder's Name (Please Print) 4 -21 -oy Date Authori ed Signature &Title F,pUCQ e)enne-N -SeC• Tres. f\users \pbwlshared\contracts \fy 03- 04 \03 -04 sewer & storm drain improvements c- 36451addend=412.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 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: ff Name of individual Contractor, Company or Corpo/r�ation: GCT Con4ruC'� io-n, TnC . Business Address:-2-L45 1� ISc ke r O V i. � � -L I Cosa McSU,9Z ( 2 b Telephone and Fax Number: 119-0157-02-63 Fak - 7 l W - 5u0- 1 148 California State Contractor's License No. and Class:--7 5535 (D CJ Q55 R (REQUIRED AT TIME OF AWARD) Original Date Issued: I0-31-gS Expiration Date: I b -3 I- 01 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address '2-L45 Fischerr 6-3Telephole 1q F rru 1) - Gi I IeSnie - -PreSldenf- C OS+a Mesa CR.R2(o2& 95'7 -0)233 R harJ L..7irrelI -Vice Pt- esid2�1�- II 11 - 3ecre Corporation organized under the laws of the State of l,Q n i 4L- 16 Y 1, The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: X 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; Briefly summarize the parties' claims and defenses; NIA Have you ever had a cod tract terminated by the ownerlagency? If so, explain. Have you ever failed to Complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you h ave a ny claims or actions by any outside agency or individual for labo compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /� Are any claims or actions unresolved or outstanding? Yes /9 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. 'Ter rut -D. Gi hesoie - I?res' den+ (Print naiiie of Owner or Presides of Corporation /Compan ) GUT C�on'5+ru ton, Zinc c Bidder Authori d Signature/Title Flo jJ f3PrtYye - JeC Tres• ecre -6ru Treasurer Title H -ZID -oy Date Subscribed and sworn to before me this .2J-044L' day of JANET L RUSSELL Commission! 1335385 ? *myComm.E*knDec21,2W5 Notary Public - Ca fornia Orange County lu SON .I WN III �A _ 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 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 be 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 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 CONTRACT THIS AGREEMENT, entered into this h day of mo, 2004, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GCI Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS The work necessary for the completion of this contract consists of distributing notices to affected residents; traffic control, removing interfering portions and abandoning in place existing sewer and storm drain facilities, removing and replacing selected failed portions of sewer main and storm drain facilities, pipebursting existing sewer main, constructing storm drain inlets, junction structures, sewer manholes, and restoration of affected surface improvements such as asphalt concrete pavement, sidewalks, curb and gutters, curb access ramps, and restoration of landscaping improvements. Contract No. 3645 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. 3645, 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 i 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 Seven hundred thirty thousand, two hundred fifty -five and 001100 ($730,255.00). 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: Stephen J. Luy or Sean Crumby (949) 644 -3311 CONTRACTOR GCI Construction, Inc. 245 Fischer Ave., B -3 Costa Mesa, CA 92626 714 -957 -0233 714- 540 -1148 Fax F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 • insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation. limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 23 • 0 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 0 0 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. APPROVED AS TO FORM: ATTORNEY CITY // 25 CITY OF NEWPORT BEACH A Municipal Corporation Mayor GCI CONSTRUCTION, INC. By: Authotl2ed Signature and Title FIocJ. d 13enheh S,ec. Treas All AC"RU]t RTIF.ai 11A. LT .......... .... .... . . ti ...... . Date lmmMtlfYY! Pm er (714) 2 89 -767 6 Seltzer Insurance Service 1524 East Mayfair Avenue Orange, CA 92867 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. COMPANIES AFFORDING COVERAGE Company Lexington Insurance Company r A AT9 'rouj� Company Lincoln General Insurance Company B Insured nCIC002-DEB GCI Construction, Inc. CME, Inc. Pacific Equipment, L.L.C. company National Union Fire Insurance Co. C ATG 245 Fischer Ave. Suite B-3 Company D State Compensation Ins Fund rncli-= M�QA rA 92999 D V. T?i rp-man n .. ........ . . .. . .. . ", THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY POLICY CO LTR TYPE 01 INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS ENERAL LIABILITY General A,goigrna 2,000 000 Producur-Compleved Ops Agg 'i , 10,10, 0 000 A Commercial General Liability Claims Mad maccur 2845342 04/01/04 04/01/05 Personal & Advertising Injury s 0 000 Each Occurrence 1,000, QQQ 0,yree's & Comecicd'. Protective Fire Damage lady I lihd Proj Aga X5Per TT Medical Ex pmnse (any one person! $ Is onn B AUTOMOBILE LIABILITY Any Auto 2510004883-0 04/01/04 04/01/05 Combine Single Limit a 1,000,000 Bodily Injury (per pNr.nI $ All Owned Auto., Scheduled Autos Bodily Injury (per accident) $ Hired Awes NoreOwned A Property Damage a Comas /Coll Ded $ 1,000 GARAGE LIABILITY Auto Only - Erog Accident a Other Than Auto Only Any Auto Each Addid.m. Allhegate CESS LIABILITY Eadin Occurrence s 1,000,000 A,plaqate C umbrella Form 40U,ther BE5683769 04/01/04 04/01/05 5 Than Umbrella Form $ WORKERS' COMPENSATION - Stamtary limit Diner" EL Each Accident D EMPLOYERS' LIABILITY 046-13132-04 03/17/04 03/17/05 EL Disease-Policy Limit 1 nnn nnn The Pnoprialul Incl preo's/E.sernive 'd 1011i..'s am: PExel I -Ea Ere I EL Disease cloves .000-000 E OTHER IM / E iipment u Leased%red/Ren MX198401780 04/01/04 04/01/05 (ph Limit $ 770 000 3.Mit $1001000/5,000 DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLrS/SPECIAL ITEMS lertificate Holder, its officers, agents, officials employees and volunteers are named Additional Insured(s) as per attached endorsement recruired b� -ontract with respect to work performed under contract 3645 2603/200 Sewer and Storm Drain Improvements. job #171 1,AAMP . ... ........ ...... . 14C SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL E� MAIL 3 0- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City Of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attn: Shauna Oyler LEFT, Authorized Representative . ..... .... . ......... —.4 C A"D ONDORSEMENT # 0140 This endorsement, effective 12:01 AM: 04/01/2004 Forms a part of policy no.: 2845342 Issued to: GCI Construction, Inc. By: Lexington Insurance Company THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92658 PROJECT/JOB: CONTRACT NO.3645 200312004 SEWER AND STORM DRAIN IMPROVEMENTS (If no entry appears above, information required to complete the endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the above schedule, but only with respect to liability arising out of your work for that insured by or for you. IT IS FURTHER AGREED THAT THIS POLICY IS PRIMARY AS RESPECT ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED AND THAT SUCH INSURANCE MAINTAINED BY THE ADDITIONAL INSURED IS EXCESS AND NON - CONTRIBUTORY WITH THIS POLICY AS RESPECTS TO WORK PERFORMED BY THE NAMED INSURED. IT IS FURTHER AGREED THAT THE INSURANCE COMPANY SHALL AFFORD OR PROVIDE THIRTY (30) DAYS WRITTEN NOTICE OF CANCELLATION TO THE INSURED IN THE EVENT OF CANCELLATION OR MATERIAL REDUCTION IN COVERAGE. LX0669 (01195) Authorized RqMsentative OR Countersignature (in co s where applicable) 0 BROKER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 04 -29 -04 GROUP: 046 POLICY NUMBER: 13132 -2004 CERTIFICATE ID: -099 CERTIFICATE EXPIRES' 03 -17 -2005 03- 17- 2004703 -17 -2005 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92658 JOB: #3645 SEWER AND STORM DRAIN IMPROVEMENTS This is to certify that we have issued a valid Workers Compensation Insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration This certificate of insurance is not an insurance policy and does not amend, extend or after the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. t ,d,c.D& PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE_ ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 03 -17 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF NEWPORT BEACH ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 03 -17 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 03 -17 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER PACIFIC EQUIPMENT, LLC AND /OR GCI CONSTRUCTION, INC AND /OR CME CORP AND /OR WME, INC 245 FISCHER AVE STE B3 COSTA MESA, CA 92626 (DV,SPI PRINWD:01- 24M(P! SCIF 10262E Accept this certificate mly it you see a faint walerm that reads 'OFFICIAL STATE FUND DOCUMENT" PAGE 1 OF 1 05/07/2004 13:44 7142890503 PAGE 02102 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - BUSINESS AUTO POLICY NUMBER: ENDORSEMENT EFFECTIVE: ENDORSzMzNT NO. _901 COMPANY: 251006375 -0 04/01/04 LINCOLN GENERAL INSURANCE COMPANY NAMED INSURED: GCI CONSTRUCTION, INC. COVERED PARTS AFFECTED: AUTHORIZED REPRESENTATIVE: SELTZER INSURANCE SVC U-==, IT IS HERESY UNDERSTOOD AND AGREED THAT THE FOLLOWING AMENDMENT TO THE DEFINITION OF -INSUREDS" SHALL INCLUDE THE ENTITY DESIGNATED BELOW BUT ONLY TO THE EXTENT IT FALLS WITHIN THE AMENDED DEFINITION ADDITIONAL INSURED NAME: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS It is further agreed that this policy is primary as respect to any insurance maintained by the additional insured and that such insurance of the additional insured is excess and non - contributory. THE DEFINITION OF "INSUREDS" IS AMENDED TO INCLUDE: "ANY PERSON OR ORGANIZATION WHO IS LE 41LY RESPONSIBLE FOR THE "USE" OF THE INSURED AUTOMOBILE BY THE NAMED INSURED, ITS EMPLOYERS, OR ANY PERSON USING THE INSURED AUTOMOBILE WITH TUB NAMED INSUREDS PERMISSION" THE TERM "USE" WHEN APPLIED TO A MOTOR VEHICLE SHALL ONLY MEAN OPERATING, MAINTAINING, LOADING OR UNL*ADING A MOTOR VEHICLE. AA Al 0" MAY -05 -2004 WE/D} 03:2n5 PM FAX NO. P. 01 Fax # CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist' iN f requirements as outlined by the City of Newport Date Received: D /Contact R c iv From Date any /Perso Sent to:� f�� Company/Person rehave certificate: � Wm _f_4 GENERAL LIABILITY A. INSURANCE COMPANY: n j� S. AM BEST RATING (A: VII or greater): C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? Ye ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? M L 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 cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. H. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: ��I������P�I�� B. AM BEST RATING (A: VII or greater) C. ADMITTED COMPANY (Must be California Admitted, Is Company admitted in California? Yes ❑ No D. LIMITS (Must be $1M min. Bl & PD and $500,000 UM): What is limits provided? ��I ry) r 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 0 .Is it included? �7tArequires ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision th notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. I1L WORKERS' COMPENSATION A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is HAVE ALL ABOVE REQUIREMENTS BEEN MET? ,Yes ❑ No ❑ Yeg •brNo 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3645 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE RM-1-111-1 ICITrY'STORM,DRAIN ^IMPROVEMENTS M rT" Al. Lump Sum Mobiliz on F'++ `rwoj ao 5 a @ �%1LtY1 Dollars and -- Cents 00 $ Per Lump Sum �- A2. Lump Sum Traffic Control @FUbw -%atCa ^ Dollars and Cents 00 $ q D00 - Per Lump Sum A3. 80 L.F. Remove Existing and Install 8 ga. 27 "x43" C''AII PA w'/ Tr//enc�hJ Resurfacing Re @�{10.tTLLhr�nQf1(� Dol'" larsu and Cents $ I'7D 00 $ 1 (oOO, Per Linear Foot 0 i PR2of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A4. 65 L.F. Remove Existing and Install 8 ga. 27k43" CAPA w/ Landscaping bra- H-( 4^ u� @ Dollars ` and - &— pc> Cents $ ,, l Per Linear Foot A5. 25 L.F. Remove Existing and Install 8 ga. 31'x50" CAPA w/ Land caping bra. 44w @ r7Z it rpollars and IQ W� �- Cents 1-79 Per Linear Foot A6. 125 L.F. Remove Existing and Install 8 ga. 13 "x22" CAPA w/ TrerIch Resurfacing Or- @ Dollars and -$r Cents $ 15 •o' Per Linear Foot AT 125 L.F. Remove Existing and Install 12" RCP, D- 2o500w/ Trench esurfacing @ A,VZ Dollars and oa Cents Per Linear Foot A8. 65 L.F. Remove 0r_ WE Linear Foot 18" RCP, D -2500 and 185 L.F. Remove Existing and Install 18" RCP, D -2500 w/ Trench Reskrfacing on¢ 4u..,dcP @ Dollars and Cents Per Linear Foot $ o�a•S•`� $ $ 1T•" oa $ �D 7 $ i a5 S! $ 1 5 0 0 PR3of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A10. 170 L.F. Remove Existing and Install 18" PVC, SDR -35 @ ri t Dollars and �- Cents $ qo $ 15 M.- Per Linear Foot A11. 20 L.F. Remove Existing and Install 18' PVC, SDR -35 w/ Landscaping 01� l k*%0V tdl @ t:Or Dollars and -�� Cents $ Ho • _ $ $00 .� Per Linear Foot Al2. 1 EA. Provide and Install Bollard ok" hau.oa.0d @rtVz 4kundhLCQ Dollars and �-�-- Cents $ X500 . °— $ 00 Per Each A13. 3 EA. PCC Pie. .Collars W Sb( Cj @ T„enl Dollars _ and Q Q �- Cents o0 $ (oaO.- $ 00 ► g o Per Each A14. 2 EA. Remove and Construct PCC Junction Structure 1 `1�'U1Ri2ihor+.0an n Dollars and —8� Cents vo $ ��•' $ (D Per Each A15. 1 EA. Re Remove and Construct Side Inlet nd @ F 0-4- 4"14"CV Dollars and Cents $ 5�W $ J5Ot7 _° Per Each A16. 2 EA. Remove and t L ocal Depression Orw, - flnav0" / � 'C1onstr @ Dollars and Cents 09 $ �0 '' $ co 0t7' Per Each s PR4 of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A17. 6 TONS Remove Constru 6 -inch AC Roadway @ Dollars and b Cents Per Ton A18. 1,200 S.F. Remove and Construct 8 -inch Thick �P^C C Street Panels @ FIt+4k,� Dollars and pip Cents $_ Per Square Foot A19. 200 S.F. Remove and Construct 4 -inch Thick PCC Channel Linings @ Dollars and bo -� Cents $ 30. ^ Per Square Foot A20. 430 S.F. Remove and Construct PCC Sidewalk @ i7 1k Dollars and p Cents $ 0 Per Square Foot A21 A22. A23. 250 S.F. Remove and Construct PCC Curb Access Ramp @ �OY- +12,r Dollars —'ey— and od Cents $ Per Square Foot 100 L.F. Remove Existing and Construct Type "A" PCC Curb and Gutter @7 lr F Dollars and Cents Per Linear Foot 13 EA. Install Storm Drain Filter @ Dollars and Cents Per Each O� $ y5 C, O an $ 5 '� $ !13aa°- ow $ g 000 ()C)o. °o $ ggo.6o $ 3 ,150b °u $ 5 • 0 PR 5 of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A24. Lump Sum Abandon Existing St or Drain O nit rh F IIb�.t/J 0-4 @Ttt� LLnr�U Dollars and }� Cents Per Lump Sum A25. 40 L.F. Remove and Reinstall Chain Link Fence @ W g t K Dollars � and � Cents Per Linear Foot A26. Lump Sum Construction � Surveying @F61.ut� I )nt4o -J Dollars and 3' Cents Per Lump Sum $ Subtotal Price Items Al -A26 (Figures) $ ag. b° - 00 $ 000,00 131. Lump Sum MQhjlizatign n; ftz � @ iU�oQYTi(<U� Dollars and Cents $ 0. Per Lump Sum y� 1 B2. Lump Sum Traffic Control E (ZU-e r- @ Thou nn v,dr Dollars and 00 -�- Cents $ 11 000- - Per Lump Sum B3. Lump Sum Preparation of Water Pollution Control Plan Two Mn 1 &1�.o oX 'd� @Toro t-ttAA -oJ- e0 Dollars —e� and Cents $ a, avc� °- Per Lump Sum 0 0 PR 6 o 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT . PRICE WRITTEN IN WORDS PRICE PRICE B4. 930 L.F. Remove Existing and Construct 8" VCP Sewer M mop Or1A, 44u-n @ C Dollars and —� Cents Per Linear Foot B5. 195 L.F. 0nL Hund^a(P p� I&AHA+4A- L)Ot 14 rS �_ wndl C e rr}S der :near Foo+- B6. 2,500 S.F. Pipeburst 8 -inch Sew and Centl Per Linear .• Remove and Reconstruct 8" PCC Pavement .P,Uct Dollars and �r Cents Per Square Foot B7. 4,500 S.F. Remove and Reconstruct AC Pavement Fauh. @ Dollars and Cents Per Square F t B8. 3 EA. Construct Alley Approac a2:uu-m �= 4k&ndAa0 Dollars and Cents Per Each B9. Lump Sum Remove and Replace Landscape Improvements /n @� i &9a0 4D0jJ Dollars and Cents Per Lump Sum Fa" ' B10. oa 6 jA. F 1r., - Y—"— D M PR Each Reconnect Sewer Lateral 'DOI Ica es Dollars ou, lol and C0,14S —� Cents Per Each $ 3(0 00 $ i acs, yso =' 1 70. 3311 50 v $ I $ a7, 500.x" L_— °a $ FJ� $ -300. V- $ (0c0.0-1, $ 000 00 to 11 ��• • 0 PR7of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B11. 7 EA. Construct 48 -inch SSMH per CNB STD - 401 -L. jhXu- ^ 1 @' Dollars and Cents Per Each B12. 3 EA. Remodel Existing 48 -inch SSMH @bftCr MAzo.nd' // Dollars and Cents Per Each B13. Lump Sum Trench Excavation Safety Measures @ Dollars —� and Cents Per Lump Sum B14. Lump Sum Construction Surveying /� Fo-wt, Th m.4aand% @ rLZ" Dollars - er— and Cents Per Lump Sum B15. Lump Sum Provide As -Built Drawings @ Dollars and Cents Per Lump Sum $ 3a5, 580.00 Subtotal Price Items 131 -1315 (Figures) $ �300. 00 $ 3 1 op °a $1,000. op $ 3, 000.0= 31000. 00 I $ 14,900. $ 300.°= PR 8 o 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE C1. Lump Sum Mobilization For4�- @T`in&d(lrld Dollars and Cents $ 40 j D00.00 Per Lump Sum C2. Lump Sum Traffic Control 7L L,0 `rh otFq a v @ P!U P Dollars —4 � and $ ,500. ° Per Lump Sum C3. 2 EA. Abandon SSMH per Detail 4 on Sheet 3 n T�l. T} HU00 -4d/� @ I l W gu'.W d Dollars and 00 o° Cents $ �` $ 400. llb� Per Each C4. 1 EA. Remove SSMH Shaft, Frame, Cover, and Base and backfill with sand @ Ry1d/1 avj Dollars and U po Cents $ 000. $ 000•' Per Each C5. 6 L.F. Construct 8" VCP Sewer Main with Trench Resurf tciDrig �rtAlLQ �(J @ Dollars and Cents $ 3a5. 5D ,()-L Per Linear Foot C6. 300 L.F. Construct 24" VCP Sewer Main with Trench ResUrfaBeing th Ylu, LUA @ ,r Dollars and Cents $ �(D7.� $ 50J I U0." Per Linear Foot ® PR 9 o 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE C7. 4 EA. Construct 60 -inch SSMH per O1SD STD. S -050 . nt na ThhA.0 d% @ R v-e AAnd6d Dollars Cl Cents $ Cl , 5Oo � $ g o� o_ Per Each C8. 1 EA. Construct 48 -inch SSMH per NB STD- 401 -L. ih rZ tR @0 Dollars and p $ 3 „o Per Each Cents $ Od• C9. 410 SF. Remove and Reconstruct 8" PCC Cross Gutter @If'tD�.1n Dollars and Cents $ $ Per Square Foot C10. 6,800 SF. Cold Mill AC Pavement @ —Pj —' Dollars L and ,^n ¢ oU Cents $ � $ Per Square 6bot C11. 770 Tons Construct 1.5' AC Overlay T @- Dollars and ou ICJ Cents $ LA Q Per Ton C12. Lump Sum Install Pavement Striping, Markings and Pavement Markers rw-o Dollars rr� and Cents $ Per Lump Sum • i PR 10 of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE C13. Lump Sum Provide Dewatering Sin _M �9 @ C Dollars and pG Cents $ �(Da .— Per Lump Sum C14. Lump Sum Trench cavation S fety Measures o�-� @ Dollars and o° Cents $ r Per Lump Sum C15. Lump Sum Construction Surveying '�'4vy -a ih otA S aV1cQ @ Fu-)b:44 t rtr id Dollars and oo. Cents $ 3 Per Lump Sum C16. Lump Sum Provide As -Built Drawings @ Dollars and a' Cents $ 30D.� Per Lump Sum $ 1 1 °I `7 8(0D. Subtotal Price Items C1 -C16 (Figures) 0 0 PR110f11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE SEWER, BACKBAY SEWER AND STORM DRAIN IMPROVEMENTS TOTAL PRICE IN WRITTEN WORDS ,lJ sue n �kaxl � I C� �1 r�IQh r 1� lU1tDQ TWD +"" ' Dollars s and --t Cents L4- 2(D-0L{ Date �114)QS? -0233 (?1)590 -1198 Bidder's Telephone and Fax Numbers _75535(o - Class Bidder's License No(s). and Classification(s) (-i Ve. $ `7 58, d.55. 00 55 .«0 Total Price Items Al -A26, 61 -1314, & C1 -C16 (Figures) GCT Construchon ,`Tnc. Bidder idders Authorized Signature and Title Flo d i�enne# Sec.29es. a�5 f-isck -e r Rve. #13- 3f-c6, +a Messy Bidder's Address GA • RZ&Z(o FADSERStPBWISharedlContractsWY 03-04103 -04 SEWER 8 STORM DRAIN IMPROVEMENTS C-36451Sewer&SO Contract Do me TROPOSAL C- 3645.doc Last saved by sroolmUK11120 0 4 11:25 AM 1:Wsem\obwl hamdrwnb Wastem\200 }2004 SEWER MAIN MASTER PLAN IMPROVEMENTS.dw 0 i 1 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2003 -2004 SEWER AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3645 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments 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 -2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-7 TIME OF COMPLETION 6 -7.1 General 1 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6-9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 6 7 -8.6.1 Best Management Practices and Monitoring Program 6 7 -8.8 Sewer Flow Bypass 6 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 7 -10.1 Traffic and Access 7 7 -10.2 Storage of Equipment and Materials in Public Streets 7 7 -10.3 Street Closures, Detours, Barricades 7 7 -10.4 Public Safety 8 7- 10.4.1 Safety Orders 8 7 -10.5 "No Parking" Signs 9 7 -10.6 Street Sweeping Signs 9 7 -10.7 Notice to Residents 9 7 -15 CONTRACTOR'S LICENSES 9 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 10 9 -3 PAYMENT 10 9 -3.1 General 10 9 -3.2 Partial and Final Payment 19 PART 2 --- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 20 201 -1 PORTLAND CEMENT CONCRETE 20 201 -1.1.2 Concrete Specified by Class 20 201 -2 REINFORCEMENT FOR CONCRETE 20 201 -2.2.1 Reinforcing Steel 20 201 -5 CEMENT MORTAR 20 201 -5.6 Quick Setting Grout 20 SECTION 207 207 -2 207 -2.1 207 -2.5 207 -13 207 -13.1 207 -17 207 -17.1 207 -18 207 -18.1 207 -18.5 207 -18.6 SECTION 214 214-4 214.5 SECTION 215 215 -1 SECTION 300 300 -1 300 -1.3 300 -1.3.1 300 -1.3.2 300 -1.5 SECTION 302 302 -5 302 -5.1 302 -5.4 302 -6 302 -6.6 SECTION 303 303 -5 • • PIPE 20 REINFORCED CONCRETE PIPE 20 General 20 Joints 20 CORRUGATED ALUMINUM PIPE AND PIPE ARCHES 20 General 20 PVC PLASTIC PIPE 20 General 20 HIGH DENSITY POLYETHYLENE (H.D.P.E.) SOLID WALL PIPE 21 General 21 Submittals 21 Warranty 21 PAVEMENT MARKERS 22 NONREFLECTIVE PAVEMENT MARKERS 22 REFLECTIVE PAVEMENT MARKERS 22 STORM DRAIN FILTERS 22 GENERAL 22 PART 3 - -- CONSTRUCTION METHODS EARTHWORK 22 CLEARING AND GRUBBING 22 Removal and Disposal of Materials 22 General 22 Requirements 23 Solid Waste Diversion 23 ROADWAY SURFACING 23 ASPHALT CONCRETE PAVEMENT 23 General 23 Tack Coat 23 PORTLAND CEMENT CONCRETE PAVEMENT 23 Curing 23 CONCRETE AND MASONRY CONSTRUCTION 24 CONCRETE CURBS, WALKS, GUTTERS, CROSS PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 26 400 -2 UNTREATED BASE MATERIAL 26 400 -2.1 General 26 400 -2.1.1 Requirements 26 APPENDIX A CALTRANS ENCROACHMENT PERMIT APPENDIX B CALTRANS WATER POLLUTION CONTROL PLAN REQUIREMENTS APPENDIX C ORANGE COUNTY SANITATION DISTRICT SPECIAL PROVISIONS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 24 303 -5.1 Requirements 24 303 -5.1.1 General 24 303 -5.4 Joints 24 303 -5.4.1 General 24 303 -5.5 Finishing 24 303 -5.5.1 General 24 303 -5.5.2 Curb 24 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 24 308 -1 GENERAL 24 SECTION 310 PAINTING 25 310 -5 PAINTING VARIOUS SURFACES 25 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 25 310 -5.6.7 Layout, Alignment and Spotting 25 310 -5.6.8 Application of Paint 25 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 26 312 -1 PLACEMENT 26 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 26 400 -2 UNTREATED BASE MATERIAL 26 400 -2.1 General 26 400 -2.1.1 Requirements 26 APPENDIX A CALTRANS ENCROACHMENT PERMIT APPENDIX B CALTRANS WATER POLLUTION CONTROL PLAN REQUIREMENTS APPENDIX C ORANGE COUNTY SANITATION DISTRICT SPECIAL PROVISIONS 0 SP 1 OF 26 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (r4104 SPECIAL PROVISIONS �•4 CONTRACT NO. 3645 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. D- 5257 -5, S- 52025, & 5 -13- 1); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 edition), including supplements; (5) OCSD Special Provisions (included in Appendix B). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 -517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of distributing notices to affected residents, traffic control, removing interfering portions and abandoning in place existing sewer and storm drain facilities, removing and replacing selected failed portions of sewer main and storm drain facilities, pipebursting existing sewer main, constructing storm drain inlets, junction structures, sewer manholes, and restoring affected surface improvements such as asphalt concrete pavement, sidewalks, curb and gutters, curb access ramps, and landscaping. All construction for D- 5257 -S and S- 5202 -S shall reference these special provisions and all construction for 5-13 -1 shall reference Appendix B.° 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractors 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 filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the Work completion. 11 • SP 2 OF 26 All existing street centerline ties and property comer 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." 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 have the affected survey monuments restored per records and file a Record of Survey with the County of Orange at the Contractor's sole expense. 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 shall furnish the Engineer full information as to the progress of the work in its various SP 3 OF 26 parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -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 to finish grade City- owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. For adjustment of Southern California Edison, The Gas Company, Pacific Bell, cable television, and other utility facilities to the finish grade, the Contractor shall submit to the Engineer a written request specifying facilities to be adjusted. The City will contact each utility company and request the utility company to adjust its facilities per the franchise agreement and asking the utility company to coordinate the adjustments with the City's contractor. The Contractor shall then coordinate with each utility company for the adjustment of these facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing corrugated metal storm drain pipe. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718- 3402. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed'." No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. 0 • SP4OF26. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. For the construction of the storm drain line within the easement at limits 115 Kings Place, the City will provide one -week notice to the Contractor prior to the completion of the house demolition at 115 Kings Place. As soon as access is available, the Contractor shall immediately proceed with installing the storm drain pipe, structures and appurtances within the easement. The Contractor shall complete the storm drain installation in the easement within 5 working days." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 100 consecutive working days after the date on the Notice to Proceed. Work on Old Newport Boulevard and Bayside Drive shall not be started prior to September 7, 2004. It shall be the Contractors responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1n,` the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4' and 5', the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), December 24"', (Christmas Eve — half day), December 25" (Christmas), and December 3151(New Year's Eve — half day)." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m., Monday through Friday. Working hours for Bayside Drive are limited to 9:00 a.m. to 3:00 p.m. The Contractor, his subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc. before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any 0 SP5OF26 of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 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. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance." 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. 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." • 0 SP 6 OF 26 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." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter marine waters. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when sawcutting. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow the BMP plan will result in immediate cleanup by City Forces and the back charging of the Contractor for all costs plus 15 percent. 7 -8.8 Sewer Flow Bypass. The contractor shall bypass all sewage flows during construction operations. The contractor shall be responsible for the constant operation of this bypass system including furnishing all necessary equipment and making arrangement to obtain any power needed. The primary bypass and backup bypass system shall be designed to handle 120% of the peak flow as specified by the City. Both systems shall be connected together for immediate switch over. A trained operator shall be stationed at the pumps on a continuous basis. Plans for bypassing shall be submitted to the City for approval prior to construction. The Contractor shall also provide any necessary flow bypassing for sewer laterals during construction. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace the first sentence of the second paragraph with, "The Contractor shall repair, restore, or reconstruct all existing public and private improvements disturbed or damaged by the work which are not designated for removal. Such restoration work may include, but not be limited to: turf, plants and planters, shrubs, trees, irrigation components, electrical components, fences, brick and brick pavers, concrete, painting of various surfaces, ornaments, other decorative items, property corner survey markings, etc." Replace the last sentence of the third paragraph with, "Lawns shall be repaired with sod identical to the existing type." 0 SP7OF26 Add to the section, "The Contractor is advised to keep records of the existing work site conditions prior to the start of any construction work." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may 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: "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. The Contractor shall be responsible for processing and obtaining approval of the traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. The Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. • SP8OF26 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners. 5. The contractor shall maintain access to homes and garages at all times." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. The Contractor shall submit to the City for acceptance, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any trench or trenches 5 -feet or more in depth. The plan shall be prepared by a registered civil or structural engineer licensed in the State of California. As part of the plan, a note shall be included stating that the registered civil or structural engineer certifies that the plan complies with CAL -OSHA Construction Safety Orders, or that the registered civil or structural engineer certifies that the plan is not less effective than the shoring, bracing, sloping, or other provisions of the Safety Orders. The detailed plan showing the design of shoring, etc., which the Contractor is required to submit to the City for acceptance in advance of excavation will not be accepted by the City if the plan is based on subsurface conditions which are more favorable than those revealed by the investigations made by the City or the Engineer or their consultants; nor will the plan be accepted if it is based on soils - related design criteria which is less restrictive than the criteria set forth in the report on the aforesaid investigations of subsurface conditions. The detailed plan showing the design of shoring, etc, shall include surcharge loads for nearby embankments and structures, for spoil banks, and for construction equipment and other construction loading. The plan shall indicate for all trench conditions the minimum horizontal distances from the side of the trench to its top to the near side of the surcharge loads. Nothing contained in this section shall be construed as relieving the Contractor of the full responsibility for providing shoring, bracing, sloping, or other provisions which are adequate for worker protection." . SP9OF26 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty-eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Street Sweeping Signs. After posting "NO- PARKING -TOW AWAY" signs, the Contractor shall cover the street sweeping signs, on those streets scheduled for work in a manner approved by the City. Immediately after construction is complete and the street is opened to traffic, the Contractor shall promptly uncover the street sweeping signs and remove the "NO PARKING -TOW AWAY" signs. 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City, clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General "A" Contractor's 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 ® ® SP 10 OF 26 separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide 'As -Built corrections upon a copy of the Plans. The "As- Built' plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the item of work in place 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: STORM;;DRAIN.IMPROVEMEI T ! _ _�.; Item No. Al Mobilization: Work under this item shall include obtaining Orange County Permit, providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. A2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes providing the traffic control required by the project including, but not limited to, signs, cones, barricades, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. A3 Remove Existing Storm Drain and Install 8 Gauge 27 -Inch x 43 -Inch Corrugated Aluminum Pipe Arch with Trench Resurfacing: Work under this item shall include removing storm drain pipe and installing storm drain pipe including but not limited to, sawcutting, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, potholing all existing 0 0 SP 11 OF 26 utilities, installing connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, trench resurfacing and all other work items as required to complete the work in place. Item No. A4 Remove Existing Storm Drain and Install 8 Gauge 27 -Inch x 43 -Inch Corrugated Aluminum Pipe Arch with Landscape Restoration: Work under this Rem shall include removing storm drain pipe and installing storm drain pipe including but not limited to, removing existing landscaping, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposing of excess excavated materials, potholing all existing utilities, installing connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, channel repair, temporary and permanent support of utilities, landscaping or sod replacement, trench resurfacing and all other work items as required to complete the work in place. Item No. A5 Remove Existing and Install 8 Gauge 31 -Inch x 50 -Inch Corrugated Aluminum Pipe Arch with Landscape Restoration: Work under this item shall include removing existing storm drain pipe and installing of new storm drain pipe including but not limited to, removing existing landscaping, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, landscaping or sod replacement, trench resurfacing and all other work items as required to complete the work in place. Item No. A6 Remove Existing Storm Drain and Install 8 Gauge 13 -Inch x 22 -Inch Corrugated Aluminum Pipe Arch with Trench Resurfacing: .Work under this item shall include removing storm drain pipe and installing storm drain pipe including but not limited to, sawcutting, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, potholing all existing utilities, installing connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, trench resurfacing and all other work items as required to complete the work in place. Item No. A7 Remove Existing and Install 12 -Inch Diameter RCP, D -2500, with Trench Resurfacing: Work under this item shall include removing existing storm drain pipe and installation of new storm drain pipe including but not limited to, sawcutting, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, trench resurfacing and all other work items as required to complete the work in place. 0 ! SP 12 OF 26 Item No. A8 Remove Existing and Install 18 -Inch Diameter RCP, D -2500: Work under this item shall include removing existing storm drain pipe and installation of new storm drain pipe including but not limited to, sawcutting, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection and restoration of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, trench resurfacing and all other work items as required to complete the work in place. Item No. Ag Remove Existing and Install 18 -Inch Diameter RCP, D -2500, with Trench Resurfacing: Work under this item shall include removing existing storm drain pipe and installation of new storm drain pipe including but not limited to, sawcutting, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection and restoration of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, trench resurfacing and all other work items as required to complete the work in place. Item No. A10 Remove Existing and Install 18 -Inch Diameter PVC, SDR 35: Work under this item shall include removing existing storm drain pipe and installation of new storm drain pipe including but not limited to, removing existing landscaping, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. All Remove Existing and Install 18 -Inch Diameter PVC, SDR 35, with Landscape Restoration: Work under this item shall include removing existing storm drain pipe and installation of new storm drain pipe including but not limited to, removing existing landscaping, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, landscaping, trench resurfacing and all other work items as required to complete the work in place. Item No. Al2 Provide and Install Bollard: Work under this item shall include providing and installing a concrete filled metal bollard, and all other work items as required to complete the work in place. 0 SP 13 OF 26 Item No. A13 P.C.C. Pipe Collars: Work under this item shall include removing existing improvements and constructing P.C.C. pipe collars, and all other work items as required to complete the work in place. Item No. A14 Remove and Construct P.C.C. Junction Structure #1: Work under this item shall include constructing P.C.C. junction structures per CNB Std -310 -1- including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. A15 Remove and Construct Modified Side Inlet: Work under this item shall include removing and disposing of drop inlet, constructing a modified drop inlet per plan, installing new traffic rated cast iron frame and cover, subgrade compaction, installing of storm drain filters, and all other work items as required to complete the work in place. Item No. A16 Remove and Construct P.C.C. Local Depression: Work under this item shall include removing and disposing of the existing local depression, constructing a local depression per plan, construction of minimum 12 -inch wide and 8 -inch deep AC patchback, and all other work items as required to complete the work in place. Item No. A17 Remove and Construct 6 -inch Thick AC Roadway: : Work under this item shall include clearing and grubbing, sawcutting, removing A.C. roadway, disposing of excess material, importation of material, grading, compaction, doweling, constructing new 6inch thick A.C. roadway and all other work items as required to complete the work in place. Item No. A18 Remove and Construct 8 -inch Thick PCC Street Panels: Work under this item shall include clearing and grubbing, sawcutting, removing P.C.C. street panels, disposing of excess material, importation of material, grading, compaction, doweling, constructing new 8 -inch thick P.C.C. street panels and all other work items as required to complete the work in place. Item No. A19 Remove and Construct 4 -inch Thick PCC Channel Linings: Work under this item shall include clearing and grubbing, sawcutting, removing P.C.C. channel linings to the nearest cold joint, disposing of excess material, importation of material, grading, compaction, doweling, constructing new 4 -inch thick P.C.C. channel linings and all other work items as required to complete the work in place. Item No. A20 Remove and Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include removing existing improvements and constructing P.C.C. sidewalk, and all other work items as required to complete the work in place. 0 � SP 14 OF 26 Item No. A21 Remove and Construct P.C.C. Access Ramp: Work under this item shall include removing existing improvements and constructing P.C.C. access ramps, construction of minimum 12 -inch wide and 8 -inch deep AC patchback, and all other work items as required to complete the work in place. Item No. A22 Remove Existing and Construct P.C.C. Type "A" Curb and Gutter: Work under this item shall include sawcutting, removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter, construction of minimum 12 -inch wide and 8 -inch deep AC patchback, re- chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall match existing. Item No. A23 Storm Drain Filter: Work under this item shall include furnishing and installing storm drain filters in the new drop inlet and those existing side inlets adjacent to the construction area, and all other work as required to complete the work in place. Item No. A24 Abandon Existing Storm Drain: Work under this item shall include abandoning existing storm drain in place, and all other work as required to complete the work in place. Item No. A25 Remove and Reinstall Chain Link Fence: Work under this item shall include removing and reinstalling existing chain link fence and all other work items as required to complete the work in place. Item No. A26 Construction Surveying: Work under this item shall include surveying, construction staking, and all other work items as required to complete the work in place. SEWERMAIN I.MPRObE'MENTS r';i_ ..i" Item No. B1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. B2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes having traffic control plans prepared by licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements.. 0 0 SP 15 OF 26 Item No. B3 Preparation of Water Pollution Control Program: Work under this item shall include development, implementation, and maintenance of a Water Pollution Control Program (WPCP) conforming to Caltrans Standard Specifications 7 -1 -01G (included in Appendix B), and all other items as required to complete the work in place. Item No. B4 Remove Existing and Construct 8 -inch VCP Gravity Sewer Pipe: Work under this item shall include removing existing and construct 8 -inch VCP Sewer including sawcutting, removal, and disposal of existing improvements, exposing utilities in advance of work, shoring, bracing, temporary patching or plating, control of ground and /or surface water, bedding, backfill, compaction, furnishing and installing 8 -inch VCP pipe, and all other work items as required to complete the work in place. Item No. B5 Pipe Burst Existing Sewer Main and Install New 8 -inch H.D.P.E., SDR- 17, Sewer Main and Fittings: Work under this item shall include pipe bursting the existing sewer main and furnishing and installing all pipe materials including, but not limited to, exposing utilities in advance of the work, excavation and repair of pipe bursting pits, temporary patching or trench plates, control of ground and /or surface water, bedding, backfill, compaction, installation of pipe, butt fusion of joints, H.D.P.E. fittings, couplings, thrust blocks, potholing of all existing facilities, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of facilities, disposal of excess materials, television inspection, and all other work necessary to install the pipe complete and in place. The size and type of existing sewer main is shown on the plans. Item No. B6 Remove and Reconstruct 8 -inch PCC Pavement: Work under this item shall include removing existing and constructing 8 -inch PCC Pavement per applicable portions of CNB STD - 140 -L, including sawcutting, removal, and disposal of existing PCC pavement, compaction of subgrade, placement of 8 -inch PCC Pavement, and all other work items as required to complete the work in place. All construction shall involve replacement to the nearest full slab. Item No. B7 Remove and Reconstruct AC Pavement (Trench Resurfacing): Work under this item shall include sawcutting, removing and disposing of existing AC pavement, compaction of subgrade, tact coat, placement of 4 -inch AC over 8 -inch CMB, and all other work items as required to complete the work in place. Item No. B8 Remove and Construct P.C.C. Alley Approach: Work under this item shall include sawcutting, removing, and disposing of existing PCC improvements, compaction of subgrade, constructing P.C.C. alley approach per CNB STD - 142 -L, and all other work items as required to complete the work in place. Item No. B9 Remove and Replace Landscaping Improvements: Work under this item shall include removal and replacement of landscaping to match the condition prior to start of construction. 0 SP 16 OF 26 Item No. B10 Reconstruct Sewer Lateral: Work under this item shall include reconstructing sewer lateral with cleanout per all applicable portions of CNB STD -405- L, and all other work items are required to complete the work in place. Item No. B11 Construct 48 -inch Sanitary Sewer Manhole per City of Newport Beach Standard Plan STD - 401 -L: Work under this item shall include removal and disposal of existing improvements, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and /or surface water, disposal of excess excavated materials, backfill, compaction, furnishing and installing all materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation inspection and all other work necessary to install the manhole complete in place. Item No. B12 Remodel existing 48 -inch Sanitary Sewer Manhole: Work under this item shall include but not be limited to remodeling the base to existing 48 -inch SSMH to accommodate the addition of a proposed sewer main as per details on the plans. Existing sewer mains shall be either protected in place, or plugged and abandoned. Item No. B13 Remove Existing and Reconstruct PCC Sidewalk: Work under this item shall include but not be limited to sawcutting, removing, and disposing of existing sidewalk, subgrade compaction, constructing 4 -inch PCC Sidewalk per CNB STD -180- L, repairing any damaged private improvements (such as sprinkler systems), and all other items as required to complete the work in place. All Sidewalk replacements shall occur to the nearest full slab. Item No. B14 Remove and Reconstruct PCC Curb and Gutter: Work under this item shall include but not be limited to removal and disposal of existing curb and gutter, subgrade compaction, reconstruction of PCC Curb and Gutter (Type A) per CNB STD - 182-L, reconstruction of any curb openings for curb drains, repainting of any address bars, construction of 12 -inch wide by 8 -inch deep asphalt patchback, re- chiseling of curb face for existing underground utilities, restoration of any private improvements damaged during construction, and all other items as required to complete the work in place. Curb and Gutter reconstruction shall extend to the nearest joint. Item No. B15 Remove and Reconstruct PCC Cross Gutter: Work under this item shall include but not be limited to sawcutting, removing, and disposing of existing PCC Cross Gutter, subgrade compaction, placement and compaction of crushed miscellaneous base, construction of 8 -inch t hick PCC Cross Gutter, construction of 12- inch wide by 8 -inch deep asphalt patchback along both sides of the cross gutter, and all other work items as required to complete the work in place. Cross gutter reconstruction shall occur to the nearest full slab. Item No. B16 Trench Excavation Safety Measures: Work under this item shall include but not be limited to submitting a detailed plan to the engineer prior to excavating any trench greater than five feet in depth per the project specifications. 0 0 SP 17 OF 26 Item No. B17 Construction Surveying: Work under this item shall include surveying, construction staking, and all other work items as required to complete the work in place. Item No. B18 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the engineer prior to request for pay. `BACKBAY SEWER�MAIN IMPRQ�/EMENTS �3 q'�,:_, � ��� ' �u�' ..gym .._...w..... .......�........ � �.. c ..e. -. _. _ il _ � � R...suu...�Fl...- a .. Item No. C1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. C2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents.. In addition, this item includes having traffic control plans prepared by licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. C3 Abandon SSMH per Detail 4 on sheet 3: Work under this item shall include removing and disposing of existing SSMH Rings, Shaft, Frame, and Cover to a depth of six feet below grade and backfill the vacated area with sand, and all other items as required to complete the work in place. Item No. C4 Remove SSMH Shaft, Frame, Cover, and Base and backfill with sand: Work under this item shall include removing and disposing of existing SSMH Shaft, Frame, Cover, and Base, backfilling the vacated area with sand„ and all other items as required to complete the work in place. Item No, C5 Construct 8 -inch VCP Gravity Sewer Pipe including trench resurfacing: Work under this item shall include Constructing 8 -inch VCP Sewer including sawcutting, removal, and disposal of existing improvements, exposing utilities in advance of work, shoring, bracing, temporary patching or plating, control of ground and /or surface water, bedding, backfill, compaction, furnishing and installing 8 -inch VCP pipe, trench resurfacing with 4- inches of asphalt concrete (AC) pavement over 8- inches of crushed miscellaneous base (CMB), and all other work items as required to complete the work in place. Item No. C6 Construct 24 -inch VCP Gravity Sewer Pipe including trench resurfacing: Work under this item shall include Constructing 24 -inch VCP Sewer including sawcutting, removal, and disposal of existing improvements, exposing utilities in advance of work, shoring, bracing, temporary patching or plating, control of ground 0 SP 18 OF 26 and /or surface water, bedding, backfill, compaction, furnishing and installing 24 -inch VCP pipe, trench resurfacing with 4- inches of asphalt concrete (AC) pavement over 8- inches of crushed miscellaneous base (CMB), and all other work items as required to complete the work in place. Item No. C7 Construct 48 -inch Sanitary Sewer Manhole per City of Newport Beach Standard Plan STD - 401 -L: Work under this item shall include removal and disposal of existing improvements, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and/or surface water, disposal of excess excavated materials, backfill, compaction, furnishing and installing all materials, all required material testing, post - installation inspection and all other work necessary to install the manhole complete in place. Item No. C8 Construct 60 -inch Sanitary Sewer Manhole per Orange County Sanitation District Standard Plan 5 -050: Work under this item shall include removal and disposal of existing improvements, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and /or surface water, disposal of excess excavated materials, backfill, compaction, furnishing and installing all materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation inspection and all other work necessary to install the manhole complete in place. Item No. C9 Remove Existing Improvements and Construct 8 -Inch Thick P.C.C. Cross Gutter: Work under this item shall include all labor, tools, equipment, and materials costs for the removal and disposal of existing improvements, subgrade compaction, placement and compaction of crushed miscellaneous base, construction of 8 -inch thick P.C.C. cross gutter and 12" wide x 8' deep AC patchback along both sides of the cross gutter, and all other work items as required to complete the work in place. All work shall extend to the nearest full slab. Item No. C10 Cold Mill Asphalt Concrete Pavement: Work under this item shall include all labor, tools, equipment, and materials costs for saw cutting, cold milling AC pavement to a depth of 1.5- inches, disposing of the existing asphalt concrete roadway, and all other work necessary to complete and in place. Item No. C11 Construct 1'/2 -Inch Thick Asphalt Concrete Pavement Overlay: Work under this item shall include all labor, tools, equipment, and materials costs for tack coat, asphalt concrete pavement placement and compaction, the and all other work necessary to complete the work in place. Item No. C12 Install Traffic Striping, Markings and Markers: Work under this item shall include all labor, tools, equipment, and material costs for installing traffic striping and marking, raised pavement markers, fire hydrant raised pavement markers, temporary striping and marking, and all other work items as required to complete the work in place. F 0 SP 19 OF 26 Item No. C13 Dewatering: Work under this item shall include lowering the existing groundwater table to sufficient depth to permit the installation of sanitary sewer systems, complete and in place. Dewatering shall be accomplished by methods which will ensure a dry excavation and preserve the final lines and grades of the bottoms of excavations. Such methods shall be subject to final approval of the Engineer, and may include sump pumps, deep wells, well points, temporary pipelines, etc. Standby pumping equipment shall be provided to the site. A minimum of one standby unit shall be available for immediate installation should any well unit fail. The design and installation of well points or deep wells shall be suitable for accomplishing the work. Drawings or details indicating the proposed dewatering system shall be submitted to the Engineer for review at least two weeks in advance of beginning the dewatering work. Conveyance of groundwater shall be such as to not interfere with traffic flow or sewer treatment facilities operations. No water shall be drained into work built or under construction without prior consent of the Engineer. Groundwater shall be disposed of in such a manner as not to be a menace to the public health, and such disposal shall be performed in accordance with Environmental Protection Agency and State Water Quality Control Board Standards ( NPDES permit). Reports required under the NPDES permit shall be performed by the Contractor and submitted to the appropriate agency for approval at no additional cost to the Engineer. Item No. C14 Trench Excavation Safety Measures: Work under this item shall include but not be limited to submitting a detailed plan to the engineer prior to excavating any trench greater than five feet in depth per the project specifications. Item No. C15 Construction Surveying: Work under this item shall include surveying, construction staking, and all other work items as required to complete the work in place. Item No. C16 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the engineer prior to request for pay. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." SP 20 OF 26 PART 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 -5 CEMENT MORTAR 201 -5.6 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 -2 REINFORCED CONCRETE PIPE (RCP) 207 -2.1 General. All RCP to be installed for the work shall be of the "spun" type and shall be so certified. 207 -2.5 Joints. Add to this section: "All storm drain joints shall be sealed with an external joint sealer. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. All joint sealers shall function identically to Mar Mac "Mac Wrap." The Mar Mac Manufacturing Company may be contacted at (800) 845- 6962." 207 -13 CORRUGATED ALUMINUM PIPE AND PIPE ARCHES 207 -13.1 General. Add to this section: "All corrugated aluminum pipe arches shall be 8 -gauge material." 207 -17 PVC PLASTIC PIPE 207 -17.1 General. Add to this section: "All PVC plastic pipe shall be SDR 35." 0 9 SP 21 OF 26 207 -18 HIGH - DENSITY POLYETHYLENE (H.D.P.E.) SOLID WALL PIPE 207 -18.1 General. Add to this section, "All pipe and couplings for the force main shall have an SDR (Strength /Diameter Ratio) of 17 yielding a pressure rating of at least 100 psi. The pipe shall be Plexco type pipe as manufactured by Chevron Chemical Company. All piping shall be clearly marked with the name of the manufacture, size and type. Pipe shall be continuous lengths by the butt fusion method. Butt fusing shall be done by a certified technician. Certificates shall be provided to the City prior to any fusing activities. Fittings shall be mitered Plexco type fittings made of the same materials as the Plexco pipe. Mitered fittings shall be assembled using angular cut pipe segments fused together into a single fitting." 207 -18.5 Submittals. The Contractor shall provide the following submittals with the bid: Submit the following documentation of the Contractor's qualifications with the bid package: a. Documentation that the Contractor is certified for the butt fusing process. b. Documentation that the Contractor has a minimum of 2 years installation experience and has installed a minimum of 5,000 lineal feet of H.D.P.E. pipe using the Contractors own forces. c. Documentation shall list agency, project name, date installed, agency contact person and phone number. d. Documentation that the onsite foreman who will perform the installation has a minimum of 2 years experience installing the bidders product. e. Documentation of their employee's cognizance and ability to comply with all Federal and State OSHA regulations regarding confined space entry. f. Company history stating years in service. 2. Submit shop drawings in accordance with the Standard Specifications, - including points of insertion and methodologies. 3. Submit manufacturers installation instructions, including recommendation for transportation, storage, temperature, control, handling, inserting, curing, trimming and finishing. 207 -18 -6 Warranty. The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the Engineer and at no cost to the City, any and all defects, breaks, or failures of the work occurring within one year following the date of acceptance of the work due to faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the Contractor performing his duties and obligations under this contract. When such defects or damage 0 0 SP 22 OF 26 occur, within the time period described herein before, in any part of the surface or subsurface work done under the contract, or in any contract, the Contractor shall repair the same and the one year warranty period required shall, within relation to such required repair, be extended one year from the date of completion of such repair. 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." SECTION 215-- -STORM DRAIN FILTERS 215 -1 GENERAL Filters shall be installed across inlets for all new catch basins that drain into new storm drain systems as shown on the plans. Insert widths shall match the curb opening widths of catch basins. All filters shall be Abtech Series C01414 Smart Sponge Plugs as supplied by "Asbury Environmental Services" located at 2100 N. Alameda Street, Compton, CA 90222 or approved equal. They can be reached at (310) 974 -4495. PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction." 300 -1.3.2 Requirements SP 23 OF 26 (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 '/2 inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: 'The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks' /4 -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: 'The Contractor shall not open 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." E SP 24 OF 26 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." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb.. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "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." 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 his 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. • SP 25 OF 26 If the Contractor encounters large tree roots, he 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 -5.6.7 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 0 0 SP 26 OF 26 to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." F:\USERS\PB\MShared \Contracts \FY 03- 04\03-04 SEWER & STORM DRAIN IMPROVEMENTS C- 36455Sew & SD Contract Documents\SPECS C-3645.doc (ssr) rl APPENDIX A 0 CALTRANS ENCROACHMENT PERMIT STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT TR -0120 (REV. 2198) In compliance with (Check one): X Your application of OCTOBER 14, 2003 ❑ 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 9491644 -3342 t 1203 -NUM -0700 12 -ORA- VAR -VAR OCTOBER 14, 2003 EXEMPT TO CITY ,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 $240.00 is required at the time of application. i ne raiowmg attachments are also included as part of this permit (Check applicable): X Yes ❑ No General Provisions X Yes No Utility Maintenance Provisions X Yes ❑ No Special Provisions ❑ Yes ❑ No A Cal -OSHA permit required prior to beginning work; permit. This permit is to be strictly construed and no other work No project work shall be commenced until all other nece File: 03 -0700 HOSSEIN SHAKERI -State Permit Inspector SHAHRYAR DERAVI -State Permit Inspector District Director actual costs for: ❑ Yes X NO Review ❑ Yes X No Inspection X Yes X No Field Work (ff any Caltrans effort expended) Mice (2) f/ Gz" �=,w .� G Prepared by Alfred Anguiano M ohtashatni, District Pertnit Engineer City of Newport Beach 1203 -NUM- 0700 October 14, 2003 0 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 9491724 -2265 the Permit Number, completion date and the signature of Permittee's Representative to close this file. Page 2 of 2 �.. .... PERMIT INSPECTOR'S ASSIGNED ROUTE & POST MILE ROUTE POST MILE KILO POST PERMIT INSPECTOR OFFICE TELEPHONE FROM TO FROM TO 1 Q.000 16.250 0.000 26.000 HOSSEIN SHAKERI 9491756 -7648 16.250 . 33'1719 26.000 53.950 SHAHRYAR DERAVI 9491756 -7677 0.000 23.120 0.000 36.992 HOSSEIN SHAKERI 949/756 -7648 5 23.120 33.997 36.992 54.395 1 SHAHRYAR DERAVI 949/756 -7677 33.997 44.392 54.395 71.027 TOM SHAMSABADI 9491440 -4493 22 0.000 13.164 0.000 21.062 SHAHRYAR DERAVI 9491756-7677 39 0.000 11690 0.000 20.304 SHAHRYAR DERAVI 9491756 -7677 12.690 23.199 20.304 37.118 TOM SHAMSABADI 9491440 -4493 55 0.000 17.830 0.000 28.528 SHAHRYAR DERAVI 949/756 -7677 57 11.300 22.551 18.080 36.082 TOM SHAMSABADI 949/440 -4493 72 11.420 11.918 18.272 19.069 TOM SHAMSABADI 949/440 -4493 73 0.000 28.020 0.000 44.832 HOSSEIN SHAKERI 9491756 -7648 74 0.000 16.599 0.000 26.558 HOSSEIN SHAKERI 9491756 -7648 90 0.000. 12.830 0.000 20.528 TOM SHAMSABADI 9491440 -4493 91 0.000 18.905 0.000 30.248 TOM SHAMSABADI 949/440 -4493 133 0.000 13.664 0.000 21.862 HOSSEIN SHAKERI 949/756 -7648 142 0.753 6.350 1.205 10.160 TOM SHAMSABADI 949/440 -4493 241 17.765 39.079 28.424 62.526 HOSSEIN SHAKERI 9491756 -7648 261 0.000 6:250 0.000 10.000 SHAHRYAR DERAVI 9491756-7677 405 0.000 1.600 0.000 2.880 HOSSEIN SHAKERI 9491756-71648 11800 24.178 2.880 38.685 SHAHRYAR DERAVI 949/756 -7677 605 0.000 1.643 0.000 2.629 SHAHRYAR DERAVI 949/756 -7677 REV. 27- Aug -03 ATTACHMENT CALTRANS DISTRICT 12 ENCROACHMENT PERMIT WATER POLLUTION CONTROL PROVISIONS Any runoff draining into Caltrans Right of Way must fully conform to the current discharge requirements of the Regional Water Quality Control Board (RWQCB) to avoid impacting water quality, Permittee shall fully conform to the requirements of the Caltrans Statewide National Pollutant Discharge EEMination System (NPDES) Storm Water Permit, Order No. 99 -06 -DWQ, NTDES No. CAS000003, a dopted b y t he S tate W ater Resources C ontrol B card (SWRCB) on July 15, 1999, in addition to the BMPs specified in the Caltrans Storm Water Management Plan (SWMP). When applicable, the Permittee will also conform to the requirements of the General NPDES Permit for Construction Activities, Order No. 99 -08 -DWQ, NPDES No. CAS000002, and any subsequent General Permit in effect at the time of issuance of this Encroachment Permit. These permits regulate storm water and non -storm water discharges associated with year -round construction activities. Please note tFat project activities should pay extra attention to storm water pollution control during the "Rainy Season" (October I" — May 1') and follow the Water Pollution Control BMPs to minimize impact to receiving waters. Measures must be incorporated to contain all vehicle loads and avoid any tracking of materials, which may fall or blow onto Caltrans Right of Way. For all projects resulting in 0.4 hectares (1 acre) or more of soil disturbance or otherwise subject to the NPDES program, the Contractor will develop, implement, and maintain a Storm Water Pollution Prevention Plan (SWPPP) conforming to the requirements of the Caltrans Specification Section 7- 1.01 G "Wate.. Pollution Control", the Department's S tatewide lN'PDES Permit, the General NPDES Permit for Construction Activities, and the Storm Water Quality Handbooks "Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual ", and "Construction Site Best Management Practices (BMPs) Manual" effective November 2000, and subsequent envisions. In addition, the SWPPP roust conform to the requirements of the SWRCB Resolution No. 2001 -046, the Sampling and Analytical Procedures (SAP) Plan. For all projects resulting in less than 0.4 hectares (1 acre) of soil disturbance or not otherwise subject to the requirements of the NPDES program, the Contractor shall develop, implement, and maintain a Water Pollution Control Program (WPCP) conforming to the requirements of the Department's Specifications Section 7- 1 -.01G (Water Pollution Control), and the Storm Water Quality Handbooks: "Storm Wate;.- Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual" and "Constriction Site Best Management Practices (BMPs)'M anual" effective November 2000, and subsequent revisions. Copies of they Permits and the Construction Contractor's Guide and Specifications of the Caltrans Storm Water' Quality Handbook may be obtained from the Department of Transportation, Material Operations B_-anch, Publication Distribution Unit, 1900 Loyal Oaks Drive, Sacramento, California 95815, Telephone: (916) 445 -3520. Copies of the Permits and Handbook are also available for review at Caltrans District 12, 3347 Michelson Drive, Suite 100, Irvine, California 92612, Telephone_ (949) 724 -2260. Electronic copies can be round at httnJhvww.d t. ca .eov/hciconstrudstormwater.himi O owns Revise STATE OF CALIFORNIA, DEPARTMENT *ANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR -0045 (REV. 8198) 1. AUTHORITY: The Department's authority to issue encroachment pennits is provided under, Div. 1, Chin. 3, Art. 1, Sect. 660 to 734 of the Streets and Highways Code. 2. REVOCATION: Encroachment permits are revocable on five days notice unless otherwise stated on 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. Permittees' 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 permittee's authorized agent is allowed to work under this permit. 5. 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 permilme shall notify the Department's representative, two (2) days before the intent to start permitted work. Permittee shall notify the Department's Representative if the work is to be interrupted for a period of five (5) days or more, unless otherwise agreed upon. All work shall be performed on weekdays during regular work hours, excluding holidays, unless otherwise specified in this permit. 7. STANDARDS OF CONSTRUCTION: All work performed within 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. When reference is made to "Contractor and Engineer," these am amended to be read as " Permittee and Department representative" S. PLAN CHANGES: Changes to plans, specifications, and permit provisions are not allowed without prior approval from the State representative. Specifications for tr*mrol systems. These General Provisions are not intended to impose upon the penafttee, by third parties, any duty or standard of care, greater than or different from, as required by law. 15. MINIMUM INTERFERENCE WITH TRAFFIC: Permittee 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, permitee shall place properly attired flagger(s) to stop or warn the traveling public in compliance with the Manual of Traffic Controls and Instructions to Flaggem Pamphlet. 16. STORAGE OF EQUIPMENT AND MATERIALS: Equipment and material storage in State right of way shall comply with Standard Specifications, Standard Plans, and Special Provisions. Whenever the pemdtme places an obstacle within 3.63 m (12') feet of the traveled way, the permittee shall place temporary miling (Type K). 17. 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. 18. RESTORATION AND REPAIRS IN RIGHT OF WAY: Permittee is responsible for restoration and repair of State highway right of way resulting from permitted work (State Streets and Highways Code, Sections 670 et. seq.). 19. 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 stared. 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 State 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 the permittee actual costs at the currently set hourly rate for encroachment permits. 22 AS -BUILT PLANS: When required, permittee shall submit one (1) set of as -built plans in compliance with Department's requirements. Plans shall be submitted within thirty (30) days after completion and approval of work. 9. INSPECTION AND APPROVAL: All work is subject to monitoring and inspection. Upon completion of work, permitee shall request a final inspection for acceptance and approval by the Department. The local agency permittee shall not give fatal construction approval to its contractor until final acceptance and approval by the Department is obtained. 23. 10. PERMIT AT WORKSITE: Permittee 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 package is not kept and made available at the work site, the work shall be suspended. 11. CONFLICTING ENCROACHMENTS: Permitme shall yield start of work to ongoing, prior authorized, work adjacent to or within the 24. limits of the project site. When existing encroachments conflict with new work, the permittee shall bear all cost for rearrangements, (e.g., relocation, alteration, removal, etc.). 12. 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 having jurisdiction. 13. PEDESTRIAN AND BICYCLIST SAFETY: A safe mininmrt passageway of 1.21 meter (4') 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 construction and in advance of the limits of construction art the nearest crosswalk or intersection m detour pedestrians m 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 25. public's safety. Day and night time lane closures shall comply with the Manuals of Traffic Controls. Standard Plans, and Standard cs As -Built plans or accompanying correspondence shall not include disclaimer statements of any kind. Such statements shall constitute non - compliance with these provisions. Failure to provide complete and signed As -Built plans shall be cause for bond or deposit retention by the Department. PERMITS FOR RECORD PURPOSES ONLY: W hea 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 Permiime'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 penimuce shall file bond(s), in advance, in the meant set by the Department. Failure to maintain bonds) in full force and effect will result in the Department stepping of all work and revoking permit(s). Bonds are not required of public corporations or privately owned utilities, unless permince 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 permitee 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 the purpose of protecting stop notice claimants and the interests of State relative to successful project completion, the local agency pernitme agrees to require the construction contractor furnish broth a payment and performance bond 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 pemnttee 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 manner and to State's satisfaction, any latent defects occurring as a result of the project construction work. FUTURE MOVING OF INSTALLATIONS: Penmittee understands and agrees to rearrange a permitted installation upon request by the Department, for State construction, reconstruction, or maintenance 26. 27. 28. E work on the highway. The perminee at his sole expense, unless under a prior agreement, JUA, or a CCUA, shall comply with said request. ARCHAEOLOGICAIJHISTORICAL: 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. PREVAILING WAGES: Work performed by or under a permit may tequim permittee'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. 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 My person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee, or for damage to property 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 permittee, persons employed by the pennittee, persons acting in behalf of the permiittee, or for damage to property arising out of work, or other activity permitted and done by the permittee, under a permit, or arising out of the failure on the perouttee'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, employees, 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 on account of injuries to or death of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee and the public, or damage to property resulting from the performance of work or other activity under the permit, or arising out of the failure on the permittee's part to perform his obligations under any permit in respect to maintenanee.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 tithe, work or other activity is being performed under the obligations provided by and contemplated by the permit, except as 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 permittee waives any and all rights to any type of expressed or implied indemnity against the State, its officers, employees, and State contractors. It is the intent of the parties that the parittee will indemnify and hold harmless the State, its officers, employees, and Star's contractors, from any and all 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, on the part of the State, the pemottee, persons employed by the permittee, or acting on behalf of the permitee. 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 REQUIREMENT'S 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 furnishings of services thereon, rat 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 shalt 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 Commerce, Part 8 (15 C.F.R. Part 8) and as said Regulations may be amended. B. 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 reenter 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 HIGHWAYS: 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 permittee's expense, to State facilities resulting from the encroachment. 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 harness the State and the city or county against any and all claims arising out of any activity for which the permit is issued. Permittee understands and agrees that it will comply with the obligations of Titles II and 111 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 i6. 34. FIELD WORE REIMBURSEMENT: Permittee shall reimburse State for field work performed on permittee'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 Traffic Management Center (TMC) at least 7 days before initiating a lane closure or conducting an activity that may cause a traffic impact. A confirmation notification should occur 3 days before closure or other potential traffic impacts. In emergency situations when the corrective work or the emergency itself nary affect traffic, TMC and the Department's representative shall be notified as soon as possible. 36. Underground Service Alert (USA) Notification: Any excavation requires compliance with the previsions of Govemrrtent Code Section 4216 et. seq., including , but not limited to notice to a regional notification center, such as Underground Service Alen (USA). The permittee shall provide notification at least 48 hours before performing any excavation work within the right of way. 0 APPENDIX B CALTRANS WATER POLLUTION CONTROL PLAN REQUIREMENTS 0 9 SECTION 7 LEGAL RELATIONS AND RESPONSIBILITY the Contractor's equipment and the protection of the public from injury and damage from the Contractor's equipment. 7 -1.O1E Trench Safety • Attention is directed to the requirements in Section 6705 of the Labor Code concerning trench excavation safety plans. 7 -1.01F Air Pollution Control • The Contractor shall comply with all air pollution control rules, regulations, ordinances and statutes which apply to any work performed pursuant to the contract, including any air pollution control rules, regulations, ordinances and statutes, specified in Section 11017 of the Government Code. . • Unless otherwise provided in the special provisions, material to be disposed of shall not be burned, either inside or outside the highway right of way. 7 -1.OIG Water Pollution • The Contractor shall exercise every reasonable precaution to protect streams, lakes, reservoirs, bays, and coastal waters from pollution with fuels, oils, bitumens, calcium chloride and other harmful materials and shall conduct and schedule operations so as to avoid or minimize muddying and silting of streams, lakes, reservoirs, bays and coastal waters. Care shall be exercised to preserve roadside vegetation beyond the limits of construction. Water pollution control work is intended to provide prevention, control and abatement of water pollution to streams, waterways and other bodies of water, and shall consist of constructing those facilities which may be shown on the plans, specified herein or in the special provisions, or directed by the Engineer. i In order to provide effective and continuous control of water pollution it may i)e necessary for the Contractor to perform the contract work in small or multiple units, on an out of phase schedule, and with modified construction procedures. The Contractor shall provide temporary water pollution control measures, including but not limited to, dikes, basins, ditches, and applying straw and seed, which become necessary as a result of the Contractor's operations. The Contractor shall coordinate water pollution control work with all other work done on the contract. I • Before starting any work on the project, the Contractor shall submit, for acceptance by the Engineer, a program to control water pollution effectively during construction of the project. The program shall show the schedule for the erosion control work included in the contract and for all water pollution control measures which the Contractor proposes to take in connection with construction of the project to minimize the effects of the operations upon adjacent streams and other bodies of water. The Contractor shall not perform any clearing and grubbing or earthwork on the project, other than that specifically authorized in writing by the Engineer, until the program has been accepted. If the measures being taken by the Contractor are inadequate to control water Pollution effectively, the Engineer may direct the Contractor to revise the operations and the water pollution control program. The directions will be in writing and will specify the items of work for which the Contractor's water Pollution control measures are inadequate. No further work shall be performed on those items until the water pollution control measures are adequate and, if also required, a revised water pollution control program has been accepted. 51 'I SECTION 7� LEGAL RELATIONS AND RESPONSIBILITY1'i • The Engineer will notify the Contractor of the acceptance or rejection of any submitted or revised water pollution control program in not more than 5 working days. The State will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised water pollution control program, nor for any delays to the work due to the Contractor's failure to submit an acceptable water pollution control program. • The Contractor may request the Engineer to waive the requirement for submission of a written program for control of water pollution when the nature of the Contractor's operation is such that erosion is not likely to occur. Waiver of this requirement will not relieve the Contractor from responsibility for compliance with the other provisions of this section. Waiver of the requirement for a written program for control of water pollution will not preclude requiring submittal of a written program at a later time if the Engineer deems it necessary because of the effect of the Contractor's operations. • Unless otherwise approved by the Engineer in writing, the Contractor shall not expose a total area of erosible earth material, which may cause water pollution, exceeding 70 000 m2 {750,000 square feet} for each separate location, operation or spread of equipment before either temporary or permanent erosion control measures are accomplished. • Where erosion which will cause water pollution is probable due to the nature of the material or the season of the year, the Contractor's operations shall.be so scheduled that permanent erosion control features will be installed concurrently with or immediately following grading operations. • Nothing in the terms of the contract nor in the provisions in this Section 7 -1.01G shall relieve the Contractor of the responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable statutes relating to prevention or abatement of water pollution. • When borrow material is obtained from other than commercially operated sources, erosion of the borrow site during and after completion of the work shall not result in water pollution. The material source shall be finished, where practicable, so that water will not collect or stand therein. • The requirements of this section shall apply to all work performed under the contract and to all non - commercially operated borrow or disposal sites used for the project. • The Contractor shall also conform to the following provisions: 1. 2. 3. Where working areas encroach on live streams, barriers adequate to prevent the flow of muddy water into streams shall be constructed and maintained between working areas and streams, and during construction of the barriers, muddying of streams shall be held to a minimum. Removal of material from beneath a flowing stream shall not be commenced until adequate means, such as a bypass channel, are provided to, carry the stream free from mud or silt around the removal operations. Should the Contractor's operations require transportation of materials across live streams, the operations shall be conducted without muddying the stream. Mechanized equipment shall not be operated in the stream channels of the live streams except as may be necessary to construct crossings or barriers and fills at channel changes. 5 SECTION 7 LEGAL RELATIONS At RESPONSIBILITY 4. Water containing mud or silt from aggregate washing or other operations shall be treated by filtration, or retention in a settling pond, or ponds, adequate to prevent muddy water from entering live streams. 5. Oily or greasy substances originating from the Contractor's operations shall not be allowed to enter or be placed where they will later enter a live stream. 6. Portland cement or fresh portland cement concrete shall not be allowed to enter flowing water of streams. 7. When operations are completed, the flow of streams shall be returned as nearly as possible to a meandering thread without creating possible future bank erosion, and settling pond sites shall be graded so they will drain and will blend in with the surrounding terrain. 8. Material derived from roadway work shall not be deposited in a live stream channel where it could be washed away by high stream flows. 9. Where there is possible migration of anadromous fish in streams affected by construction on the project, the Contractor shall conduct work operations so as to allow free passage of the migratory fish. • Compliance with the provisions in this section shall in no way relieve the Contractor from the responsibility to comply with the other provisions of the contract, in particular the responsibility for damage and for preservation of property. • Full compensation for conforming to the provisions in this section shall be considered as included in the prices paid for the various items of work and no additional compensation will be allowed therefor. 7 -1.0111 Use of Pesticides • The Contractor shall comply with all rules and regulations of the Department i of Food and Agriculture, the Department of Health, the Department of Industrial Relations and all other agencies which govern the use of pesticides required in the Performance of the work on the contract. • Pesticides shall include but shall not be limited to herbicides, insecticides, fungicides, rodenticides, germicides, nematocides, bactericides, inhibitors, fumigants, defoliants, desiccants, soil sterilants and repellents. • Any substance or mixture of substances intended for preventing, repelling, mitigating, or destroying weeds, insects, diseases, rodents, or nematodes and any substance or mixture of substances intended for use as a plant regulator, defoliant or desiccant shall be considered a pesticide. 7 -1.01I Sound Control Requirements The Contractor shall comply with all local sound control and noise level rules, regulations and ordinances which apply to any work performed pursuant to the contract. Each internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without the muffler. 53 0 • APPENDIX C ORANGE COUNTY SANITATION DISTRICT SPECIAL PROVISIONS 0 Section 02539 0 SITE SANITARY SEWAGE LINES (LATERALS) PART1- GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. B. House laterals shall be constructed of the type and size shown on the Plans and at the locations indicated by the ENGINEER in conformance with the Contract Documents. The term "house lateral' is used in the Contract Documents to designate a branch sewer laid from a sanitary sewer main to points at a curb or property line, or where shown on the Plans from which sewer service can be obtained through a proper sewer extension by the property owner. 1.2 RELATED WORK ELSEWHERE A. Section 02200 Earthwork B. Section 02622 Vitrified Clay Pipe and Fittings C. Section 02550 Asphalt Concrete Pavement D. Section 02730 Sanitary Sewer System Testing 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Work In this section shall be performed in accordance with the Standard Specifications for Public Works Construction (SSPWC) Section 306 -1.4, unless otherwise specified herein. C. Standard Drawing S -10 D. Standard Drawing 5 -71 E. Standard Drawing S -72 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS, and the requirements of this section. PART 2 - PRODUCTS 2.1 PIPE AND FITTINGS A. All house laterals and fittings shall be constructed of vitrified clay pipe and shall conform to the requirements of Section 02622 Vitrified Clay Pipe and Fittings. 2.2 STOPPERS A. Fittings and stoppers shall be made in accordance with SSPWC Section 207 -8.3. PART 3 - EXECUTION 3.1 CONSTRUCTION A. House laterals and wye branch fittings shall be of the diameter and of the form shown on the Contract Documents. Each wye branch fitting shall have a barrel diameter equal to the diameter of the sanitary sewer main and the spur (or branch) diameter indicated on the Contract Documents. Wye branch fittings shall be set at an angle of 0 0 45 degrees from horizontal and shall be supported by pipe bedding material in accordance with the details shown on the Contract Documents. No wye branch shall be placed closer than 5 feet downstream from the outside of any structure. All Wye branch f ittings that a re t o be left u nconnected s hall be p lugged with a s topper a s specified in Subsection 2.2 A. and marked as specified herein. B. All costs of furnishing, installing and supporting wye branch fittings for house laterals shall be included in the contract price paid per linear foot for the sewer main complete in place; the cost of such fittings shall not be included in the unit price of house laterals. Tee branches shall be installed only where specifically indicated or ordered by the ENGINEER. C. House laterals shall be joined to wye branch fittings at the sanitary sewer main with a combination of straight sections and /or eighth bends. All eighth bends are a part of house lateral sewer line. Quarter bends are not allowed. D. All house laterals shall be plugged with a stopper in the last joint of each tributary house lateral and shall be securely sealed in place as specified in Subsection 2.2 A. The stopper shall withstand the internal pressure generated during the test for leakage and shall be installed in such a manner that it may be removed without damage to the socket. E. Resurfacing of excavations for house laterals shall conform to the provisions of Section 02550 Asphalt Concrete Pavement and other applicable portions of the Contract Documents. 3.2 SPECIAL REQUIREMENTS A. Location of House Laterals: The exact location and stationing of house laterals is not shown on the contract drawings. The CONTRACTOR shall either protect in place or replace appropriate sections of each house lateral. Branch fittings for future house laterals shall be treated similarly. B. Depth of House Laterals: M inimum cover over house laterals at the property line shall be at least 5 feet. Unless otherwise ordered by the ENGINEER, laterals shall not be laid on a slope of less than 1/4 -inch per foot. Depending on the elevation of the property to be served, the CONTRACTOR may be directed to lay the lateral with more than 5 feet of cover at the property line, in order to achieve a 1/4 -inch per foot slope. In cases where property grades, in relation to sewer grades, are critical, the CONTRACTOR may be directed by the ENGINEER to lay the house laterals on a slope of 1/8 -inch per foot or less to the property line. The ENGINEER will be the sole judge regarding the slope and minimum cover necessary at each location. C. Marking Location of Upper End of House Lateral: The CONTRACTOR shall mark the location of each house lateral at its upper end by chiseling a letter "S" 1 -1/2 inches high on the top of the curb. If the terminal point of the house lateral is more than 8 feet beyond the curb line or curb improvements do not exist, the CONTRACTOR shall furnish and install a 2 -inch by 4 -inch marker extending from 1 -inch above the end of the lateral to 1 -inch above the finish grade of the lot to be serviced. The CONTRACTOR shall mark in a similar manner the upper end of all house connections located beyond a terminating manhole or the capped ends of wyes and tees located between manholes. All costs involved in chiseling "S" on curbs or furnishing and installing the 2 -inch by 4 -inch marker shall be included in the contract price paid for house laterals in place. 3.3 PRESERVATION OF PROPERTY A. Any and all damage to improvements, whether in private property or in public right -of- way, which occurs as a result of the CONTRACTOR'S operation in connection with the installation of house laterals, shall be repaired and restored to the original condition to the satisfaction of the ENGINEER at the CONTRACTOR'S sole expense. Improvements shall include but not be limited to curbs, gutters, paving, driveways, lawns, shrubs, fences and retaining walls. This provision shall apply whether such improvements are shown on the Contract Documents or not. 3.4 SITE DRAWINGS A. The CONTRACTOR shall furnish drawings showing the location of branch Fittings and the upper end of all house laterals with dimensions to buildings, curbs, trees or tie points. 3.5 RECORD DRAWINGS TO BE FURNISHED BY CONTRACTOR A. The CONTRACTOR shall keep a set of record drawings of the project available for review at any time during normal business hours, and shall submit the record drawings to the ENGINEER for approval within 30 days of the completion of the project. Section 02622 VITRIFIED CLAY PIPE PART 4 - GENERAL 4.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents. B. The CONTRACTOR shall furnish, install, and test vitrified clay pipe, fittings, and appurtenances of the dimensions and to the lines and grades shown on the Contract Documents. Vitrified clay pipe is identified by the nominal diameter of pipe in inches followed by the abbreviation VCP. Pipe shall have Type "G" (polyurethane) joints. Four -inch through 12 -inch pipe sizes may have Type "D" or Type'2" rubber coupling joints. C. The CONTRACTOR shall not store pipe upon the roadway or parkway of residential streets for more than 5 days or upon commercial streets for more than 3 days. D. Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 02200 Earthwork, of these Standard Specifications. E. This Section covers the furnishing and installation of vitrified clay pipe and fittings for sewers and drains, as specked and shown, complete, in accordance with the requirements of the Contract Documents. 4.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork B. Section 02730 Sanitary Sewer System Testing 4.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specked in the GENERAL REQUIREMENTS. B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: ASTM C 12 Practice for Installing Vitrified Clay Pipe Lines ASTM C 301 Method of Testing Vitrified Clay Pipe ASTM C 425 Specification for Compression Joints for Vitrified Clay Pipe and Fittings ASTM C 700 Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated ASTM C 828 Standard Recommended Practice for Low - Pressure Air Test of Vitrified Clay Pipe Lines (4- to 12 -in) 2. Standard Specifications SSPWC Section 207-8 Vitrified Clay Pipe. 4.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. Certifications: The CONTRACTOR shall furnish a certified affidavit of compliance for all pipe and other products or materials furnished under this Section, as specified in the referenced standards and the following supplemental requirements: 1. Hydrostatic test reports. 2. Three -edge bearing strength test reports. 4.5 QUALITY ASSURANCE A. Quality assurance shall conform with, SSPWC Sections 207 -8.2 and 207 -8.5 requirements. B. Imperfections: Imperfections in pipe and fittings containing blisters, cracks, and chips in excess of the limitations herein will be rejected; however, certain cracks and chips meeting the requirements of SSPWC Section 207 -8.2.4 may be repaired in accordance with SSPWC Section 207 -8.6. C. Clay Pipe Repair: Clay pipe with imperfections meeting the requirements of SSPWC Section 207 -8.2.4 may be repaired in accordance with SSPWC Section 207 -8.6. D. Inspection of Repairs: All pipe to be repaired shall be inspected by the ENGINEER after preparation for repair, and again after repair has been made. Repairs made without prior inspection shall be rejected. The ENGINEER may require retesting of any repaired pipe to demonstrate its soundness. The DISTRICT shall be reimbursed for all costs incurred for inspection and testing of repaired pipe. E. Factory Testing Requirements: All pipe shall meet the testing requirements of SSPWC Section 207 -8.5 PART 5 - PRODUCTS 5.1 GENERAL A. All pipe and fittings shall conform with SSPWC Section 207 -8.1 requirements. B. Except as otherwise indicated, vitrified clay pipe and fittings, including perforated pipe, shall be extra - strength manufactured in accordance with ASTM C 700. C. All pipe and fittings shall be clearly marked with the name or trademark of the manufacturer, the location of the manufacturing plant and extra strength designation. D. Dimensions and Tolerances 1. Limits for dimensional variation shall be according to Table 2 of ASTM C 700. 0 2. The pipe diameter shall not vary from a true circle by more than 2.5 percent of nominal diameter. The maximum bevel of the ends of the pipe to be laid on a curve is 4 degrees. Plain -end pipe shall not be beveled. 3. Except for special purposes, the minimum standard length of straight pipe, exclusive of socket depth, shall be 40 inches. Pipe shall not deviate from straight by more than 1116 -inch per foot of length measured from the concave side of the pipe. 5.2 FITTINGS AND STOPPERS A. All fittings and stoppers shall conform to the requirements of SSPWC Section 207- 8.3. B. All joints for stoppers shall be adequate to withstand the internal pressure of the leakage and infiltration test. 5.3 JOINTS A. Joints shall be in accordance with SSPWC Sections 207 -8.4 and 208.2 requirements. 5.4 BEDDING AND ENCASEMENT MATERIALS A. All bedding and encasement materials shall be as shown on Sheet 2 of the Contract Drawings. PART 6 - EXECUTION 1.1 GENERAL A. Trench excavation, bracing methods, foundation preparation, pipe bedding, trench backfill and related operations shall be in accordance with the requirements of Section 02200 Earthwork. B. The sewer shall be constructed to the alignment and grade shown. The grade line shown on the profile is the invert or interior bottom of the pipe. The excavation shall be made a sufficient distance below the grade line to allow for the placing of the sewer pipe and the supporting bedding if such bedding is shown. Should the trench be excavated to a depth greater than required, the CONTRACTOR shall refill such excess excavation with the same fill material as specked for the overlying fill or bedding and compacted as required for such overlying fill or bedding. C. Sewer pipelines shall never be used as drains for removing water that has infiltrated into the trenches. 6.2 INSTALLATION OF VITRIFIED CLAY PIPE A. Installation of pipe shall be in accordance with SSPWC Section 306 -1.2 as modified by Standard Plan 5 -10. Pipe laying shall proceed upgrade with spigot ends pointing in direction of flow. After a section of pipe has been lowered into the prepared trench and immediately before joining the pipe, the ends of the pipe to be joined shall be cleaned, and the rubber gasket lubricated, all in accordance with the pipe manufacturer's written instructions. Assembly of the pipe length shall be in accordance with the recommendations of the manufacturer of the type of joint used. All special tools and appliances required for joining the pipe shall be provided by the CONTRACTOR. When cutting or machining of the pipe is necessary, only tools and methods recommended in writing by the pipe manufacturer and accepted by the ENGINEER shall be employed. B. Field Jointing of Clay Pipe shall be in accordance with SSPWC Section 306 -1.2.3 C. Laying Vitrified Clay Pipe All pipe shall be laid without break, upgrade from structure to structure, with the socket ends of the pipe upgrade. Pipe shall be laid to the line and grade shown on the Plans and in such a manner as to form a close concentric joint with the adjoining pipe and prevent sudden offsets of the flow line. Mating surfaces shall be cleaned and lubricated prior to jointing as recommended by the manufacturer. The interior of the sewer pipe shall be cleaned of all dirt and superfluous materials as the work progresses. See Section 02200 Earthwork, of these Specifications for additional requirements including dewatering and pipe bedding construction. 2. The CONTRACTOR shall take all necessary precautions to prevent excavated or other foreign material from getting into the pipe during the laying operations. At all times, when laying operations are not in progress and at the close of the day's work, the ends of the pipe in the trench shall be closed with a tight- fitting cap or stopper to prevent entry to animals and foreign materials. 3. Sags, or standing water in the pipe, shall be classified as follows for 6 -inch diameter pipe: Pipe Slope Acceptable Unacceptable: No Pa ment Unacceptable: Replace Pipe <0.4% 1/4" or less '/4 "< and <'/2" %' or greater 0.4% <and <0.7% /2" or less '/2" < and <1" 1" or greater <0.7% 2/4" or less 2/4" < and < 1Y2" 1'/2" or greater Sag may increase by 25% for each pipe size over 6 -inch as follows: 8 -inch 25 %, 10 -inch 50 %, 12 -inch 75 %, greater than 12 -inch 100 %. (a) Unacceptable Pipe a. No payment, amount includes all construction costs including, but not limited to, excavation, pipe installation, backfilling, resurfacing, tunneling, etc., for the length of pipe that the standing water exceeds the sag amounts specified. Replace pipe includes all construction costs including, but not limited to, excavation, pipe installation, backfilling, resurfacing, tunneling, etc., for the length of pipe that the standing water exceeds the sag amounts specified, plus 20 1 inear feet of pipe i n each d irection. Damaged pipe must be removed and disposed of, and new pipe installed and retested. D. Installation of Clay Pipe Branches and Fittings Wyes of the sizes specified on the Contract Documents shall be installed for all sewer house connections and for future sewer house connections as shown on the Contract Documents. Tees shall be installed for chimneys as shown. The main barrel of branch fittings placed in line and grade with the vitrified clay pipe sewer shall be of the same construction as said sewer. Installation, earthwork, and bedding for branches shall conform to the applicable provisions set forth for vitrified clay sewer pipe. Unless otherwise specked, the branch of wye fittings shall be included upward at an angle not greater than 45 degrees from horizontal. No wye or tee for a sewer house connection branch shall be located closer than 5 feet downstream from the outside of any structure. C� CI 2. The CONTRACTOR shall place pipe- bedding material per Section 02200 Earthwork, of these Standard Specifications, at least 8 inches deep under every non - vertical branch when installed. 3. Stoppers and caps shall be installed in such a manner that they may be removed without damage to the pipe or joint sealing component. E. Vitrified Clay Pipe at Manholes or Structures 1. Two 2 -foot vitrified clay pipe sections of the same inside diameter as the adjoining pipe shall be placed at the inlet and outlet to each manhole or structure. Pipe bells shall be cast into manholes or structures as shown on Standard Drawing S -050. F. All necessary precautions shall be taken to prevent uplift or floating of the pipe prior to the completion of the backfilling operation. The CONTRACTOR shall assume full responsibility for any damage due to this cause and shall, at its own expense, restore and replace the pipe to its specified condition and grade if it is displaced due to floating. 6.3 TESTING AND ACCEPTANCE A. General: It is the intent of the Contract Documents that the completed sewer pipe of all types, along with manholes and other appurtenances, shall be watertight. B. Testing of vitrified Gay pipelines shall be performed as specified in Section 02730 Sanitary Sewer System Testing. C. Even though a section of sewer may have previously passed the leakage or infiltration test, each section of pipe shall b e tested s ubsequent to the I ast b ackfill compacting operation thereon. If, in the opinion of the ENGINEER, heavy compaction equipment or any of the operations of the CONTRACTOR may have affected the required watertight integrity of the pipe, structure, or appurtenances, additional leak testing is required. The CONTRACTOR shall furnish all materials required for the tests and bear all associated costs in connection therewith. Tests shall be made in the presence of the ENGINEER. D. If the leakage and /or infiltration rate is greater than the amount specified in Section 02730 Sanitary Sewer System Testing, the sewer shall be repaired, or, if necessary, the pipe shall be removed and re -laid at the CONTRACTOR'S expense. The sewer will not be considered acceptable until the leakage and /or infiltration rate, as determined by the appropriate test, meets the allowable limit. Even when infiltration is less than the specified amount, the CONTRACTOR shall stop any observed individual leaks when ordered to do so by the ENGINEER. The CONTRACTOR shall furnish all labor and materials for making the tests required at his own expense. All tests must be completed before the street or trench is resurfaced, unless otherwise directed by the ENGINEER. E. Tests for Alignment and Grade, and Damaged or Defective Pipe in Place: After the pipe h as been installed, tested f or leakage, backfilled to existing grade, m anholes raised to grade and the street resurfaced, the pipe shall be "balled" from manhole to manhole with a sewer scrubbing ball of type and size to be approved by the ENGINEER. In addition to and after "balling" the pipe, all straight sewers and inlettoutlet ends of curved sewers will be "mirrored" by the ENGINEER, with the assistance of the CONTRACTOR'S forces. All "balling" and "mirroring" shall be done in the presence of the ENGINEER and shall constitute tests for alignment, grade, damaged or defective pipe in place, or any other type of faulty installation. Should "balling" and "mirroring" indicate any faulty installation of the pipe, repairs or replacements shall be made at the CONTRACTOR'S expense as directed by the ENGINEER. 0 Section 02624 Ic/:IFI III I. [till 111114t *1 PART 7 - GENERAL 7.1 THE REQUIREMENT 0 A. Utilities that cross a DISTRICT facility, sewer trench or similar excavations shall be protected in place, removed and reconstructed, or abandoned as indicated in the Contract Documents. B. Procedures 1. The CONTRACTOR shall notify the utility owner 48 hours in advance of the crossing construction and shall coordinate the construction schedule in accordance with the utility service requirements. 2. The CONTRACTOR shall notify "DIGALERT" 48 hours prior to beginning excavation, tunneling or boring operations. 3. The CONTRACTOR shall not interrupt the utility service function, disturb the support base, or modify any facility without authority from the utility owner or the ENGINEER. 4. The utility owner shall have access to the work site as necessary. 5. The CONTRACTOR shall immediately notify the ENGINEER and utility owner if any utility is disturbed or damaged during the course of the work. The CONTRACTOR shall bear the costs of repair or replacement of any marked utility where damage was caused by the CONTRACTOR'S activities. 6. Notify the ENGINEER immediately of the discovery of any utility that was omitted from the Plans, incorrectly shown or not properly marked. If a utility does not provide location information or marking services in the field, the CONTRACTOR shall immediately notify the ENGINEER. Follow the procedures as specified in Section 76 of the GENERAL REQUIREMENTS. 7.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork 7.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with applicable sections of SSPWC Section 5 Utilities. PART 8 - PRODUCTS — NOT USED PART 9 - EXECUTION A. Protect in place 1. As indicated on the Plans or directed by the ENGINEER, the CONTRACTOR shall protect the utility in place and maintain the utility in service. A utility may only be removed with written permission from the ENGINEER. 2. All existing pipelines and other utilities shall be supported across the excavation as shown on the Contract Documents. Supporting structures shall end at a pipe joint to ensure flexibility at the end of the support. The primary purpose of the support is to prevent settlement of the utility after construction. A typical • s reinforced concrete beam support is shown on Standard Drawing S -20. A typical concrete wall support is shown on Standard Drawing S -21. 3. Compaction: The CONTRACTOR shall take special precautions to compact under and around the utility to ensure that no voids exist. B. Remove and Reconstruct 1. Where indicated on the Plans or as directed by the ENGINEER, the CONTRACTOR shall remove the utility and reconstruct it with new materials. The CONTRACTOR shall take appropriate measures to provide temporary service for the disconnected utility. All reconstruction work shall be with new materials of the same size, type, and quality as those removed. 2. For sewer pipe 4 to 12 inches in diameter, replacement shall consist of at least two lengths of vitrified clay plain -end pipe conforming to Section 02622 Vitrified Clay Pipe, of these Standard Specifications. Unless otherwise approved by the ENGINEER, only Type Z (Synthetic Rubber Coupling) and Type G (Bell and Spigot Compression Joint) joints shall be allowed. 3. Compaction: Prior to replacement of the utility, the trench shall be backfilled and compacted a s s pecked i n t he C ontract D ocuments by approved m eans t o an elevation one foot above the top of the utility. A cross trench of the proper width shall be excavated for the utility and it shall be laid, backfilled, and compacted as specified in Section 02200 Earthwork, of these Standard Specifications or as directed by the ENGINEER. C. Abandoned Utilities Interfering portions of abandoned utilities shall be removed and disposed of as unsuitable material. The cut ends shall be plugged with brick and mortar or concrete. D. Alternative Construction - Sand Slurry 1. Sand slurry consisting of one sack (94 pounds) of portland cement per cubic yard of sand and sufficient moisture for workability may be substituted for other backfill materials to aid in reducing compaction difficulties. Specific methods and procedures must be submitted to the ENGINEER for approval prior to construction. Section 02726 MANHOLE AND PRECAST VAULT CONSTRUCTION PART 10 - GENERAL 10.1 THE REQUIREMENT A. This section covers the work necessary for the construction of manholes and precast vaults. Manhole and vault details are as shown on the Drawings. B. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. C. Manhole locations are fixed and cannot be moved or relocated from locations shown on the Drawings to accommodate pipe manufacturing or laying. If necessary, special lengths of pipe shall be provided to meet manhole location requirements. • 0 D. Precast concrete manholes and vaults shall be constructed at the locations shown for precast eccentric or concentric manhole or vault units in accordance with Standard Drawing S -050 (PVC lined manholes) unless otherwise indicated on the Contract Documents. E. Manholes and precast vaults/shafts shall be built without steps or ladders. Flattop manholes shall only be used in locations specifically shown on the Plans. F. Manhole and precast vault covers located in areas subject to vehicular traffic shall be designed f or AASHTO H -20 1 oading. M anholes a nd vaults located in all four -way street intersections shall have bolt -down covers. Manholes and vaults located along gutters or surface run -off areas shall also have bolt -down covers. G. All manholes connected to sewers 12 inches or larger shall have PVC liner. New manholes shall be lined with ribbed PVC sheet, cast -in -place during manufacturing on precast shaft, cone or grade ring sections. The inside portion of concrete manhole bases which includes the manhole invert, trough and shelf shall be PVC lined in accordance with the Contract Documents. Existing unlined manholes that are being repaired shall be lined in accordance with the Contract Documents. H. Precast Manholes: Precast manholes, shall conform to the size, shape, form and details shown on the Contract Documents and shall be installed in accordance with Standard Drawing S -050 unless otherwise indicated on the Contract Documents. The precast cylinder or shaft units, precast concrete taper or cone sections, and precast eccentric flat -top sections shall be designed and manufactured for AASHTO H -20 loading. The CONTRACTOR shall submit shop drawings of all precast manholes. The minimum allowable steel shall be hoops of No. 4 wire cast into each unit sufficient for handling. The tongue and groove joint for all manhole shaft sections between precast concrete shaft units, including the joint with the cast -in -place concrete base, shall be filled with plastic sealing compound conforming to Federal Specification SS- S -210A, to make a watertight joint. Once the shafting has settled and been subjected to a negative air pressure or vacuum, the outside of all joints shall then be grouted and wrapped per Standard Drawing 5 -050. Sections of various heights shall be set perfectly plumb and used to bring the top of the manhole ring and cover to the required elevation. Concrete manhole bases shall be cast in place. I. Drop Manholes: Drop manholes, if allowed, shall conform with the requirements of Standard Drawing S -051. The drop inlet pipe shall be the same diameter as the intercepted sewer. 10.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork B. Section 02550 Asphalt Concrete Pavement C. Section 02730 Sanitary Sewer System Testing D. Section 03310 Cast -in -Place Concrete E. Section 06620 Plastic Liner 10.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: ASTM A 48 Specification for Gray Iron Castings ASTM C 33 Specification for Concrete Aggregates i • ASTM C 150 Specification for Portland Cement 2. Standard Specifications: SSPWC Section 206 -3 Gray Iron Casting 3. Federal Specification SS- S -210A — Plastic Sealing Compound 10.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. Shoo Drawings: The CONTRACTOR shall furnish complete shop drawings for all precast manhole sections, cast iron frames and covers, and appurtenances for review by the ENGINEER in accordance with SUBMITTALS of the GENERAL REQUIREMENTS. 10.5 QUALITY ASSURANCE A. Inspection: After installation, the CONTRACTOR shall demonstrate that all manhole sections have been properly installed and tested, level, with tight joints, at the correct elevations and orientations, and that the backfilling has been carried out in accordance with the Contract Documents. PART11- PRODUCTS 11.1 GRANULAR SUBBASE A. Granular subbase shall conform to Section 02200 Earthwork. The thickness of the subbase material used to support concrete manhole bases shall be the same as the adjacent pipline bedding. 11.2 CONCRETE A. Ready- mixed, conforming to ASTM C 94, Alternate B. The concrete class for manhole bases shall be 650 -C -4000. The concrete class for manhole shaft and precast vault walls and top shall be 650 -C -4000 and contain at least 6 sacks of cement per cubic yard. Maximum size of aggregate shall be 1.5 inches. Slump shall be between 2 and 5 inches. B. All concrete, mortar, and grout used in the construction of manholes shall conform to SSPWC Section 201. Mortar shall be Class C. 11.3 FORMS A. Exterior exposed surfaces of forms shall be made of plywood. Others shall be matched boards, plywood, or other approved material. Provide forms on all vertical surfaces. Trench walls, large rock, or earth will not be approved as form material. 11.4 REINFORCING STEEL A. Conform to ASTM A 615, Grade 60, deformed bars. B. Reinforcement for poured -in -place concrete bases is required for 72-inch diameter and larger manholes unless otherwise shown on the Drawings. 11.5 POURED -IN -PLACE MANHOLES A. Poured -in -place type manholes may be used provided all details of construction are accepted by the ENGINEER. i 0 11.6 PRECAST MANHOLE SECTIONS A. Precast manhole sections shall be minimum 60 inches inside diameter, conforming to Standard Plan S -050 and to ASTM C 478. Minimum wall thickness shall be 6 inches for reinforced sections and 8 inches for unreinforoed sections. Provide eccentric cones for all manholes. Cones shall have same wall thickness and reinforcement as manhole shaft section. Top and bottom of all sections shall be parallel. Joints shall be tongue- and - groove with rubber gasket -type material such as RAM NECK or approved equal conforming to ASTM C 443. The CONTRACTOR'S attention is directed to specification for mortar /mastic sealing compound hereinafter. B. Prior to the delivery of any size of precast manhole section on the jobsite, yard tests will be conducted at the point of manufacture. The precast sections to be tested will be selected at random from the stockpiled material, which is to be supplied for the job. All test specimens will be mat tested, and shall meet the permeability test requirements of ASTM C 14. 11.7 PRECAST BASE SECTIONS AND BASES A. At the option of the CONTRACTOR, precast base sections or manhole bases may be used provided all details of construction are approved by the ENGINEER. Base sections shall have the base slab integral with sidewalls. Base slab shall be constructed per Standard Plan S -050. Tie reinforcing steel to wall steel. 11.8 MANHOLE SHAFT /RISER EXTENSIONS A. Concrete grade rings for extensions shall be P VC I ined by using Tee -lock cast -in- place at the manufacturer, be a maximum of 6 inches high each and shall be approved by The INSPECTOR before installation. The total height of grade rings shall not be less than 12 inches nor be more than 24 inches above the cone section. B. In general, manhole extensions will be used on all manholes in roads or streets or in other locations where a subsequent change in existing grade may be likely. Extensions will be limited to a height of from 12 to 24 inches. Finish grade for manhole covers shall conform to finished ground or street surface level, unless otherwise directed by the ENGINEER. 11.9 MORTAR A. Standard premixed mortar conforming to ASTM C 387 or proportion 1 part portland cement to 2 parts clean, well - graded sand which will pass a 1/8 -inch screen. Admixtures may be used not exceeding the following percentages of weight of cement: Hydrated lime, 10 percent; diatomaceous earth or other inert materials, 5 percent. Consistency of mortar shall be such that it will readily adhere to the pipe when using the standard tongue- and - groove type joint. If the Keylock type joint is used, t he consistency s hall b e s uch that a xcess mortar s hall b e f orced o ut of the groove and support is not provided for the next precast manhole section to be placed. Mortar mixed for longer than 30 minutes shall not be used. 11.10 MASTIC SEALING COMPOUND A. Preformed plastic sealing compound used shall be QUIKSEAL or LTM by Associated Concrete Products or equal, meeting requirements of Fed. Specification SS-S- 00210. 11.11 PIPE STUBOUTS FOR FUTURE SEWER CONNECTIONS A. Pipe stubouts shall be 8 -inch VCP unless otherwise specified on the Drawings. Strength classifications shall be the same class as in adjacent trenches. Where there are two different classes of pipe at a manhole, the higher strength pipe will govern strength classification. Rubber gasketed watertight plugs shall be furnished with each stubout adequately braced against all hydrostatic or air test pressures. Stubouts 0 0 shall be installed as shown on Standard Plan S -050; or 5 -051, unless otherwise shown on the Drawings. 11.12 PRECAST CONCRETE VAULT A. The precast concrete vault shall be precast with a 28 -day, 4000 -psi minimum compressive strength concrete and designed for AASHTO H -20 loading. Minimum dimensions are shown on the Drawings. Provide openings for pipes and grating as shown on the Drawings. 11.13 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be fabricated of cast iron in the size and shape detailed on the Drawings. Castings shall be tough, close- grained gray iron, sound, smooth, clean, free from blisters, blowholes, shrinkage, cold shuts, and all defects, and shall conform to ASTM A 48, Class 30B. Plane or grind bearing surfaces to ensure flat, true surfaces. Covers shall be true and seat within ring at all points. B. Frames shall have a minimum opening diameter of 36 inches. C. Manhole frame and cover sets of the type, size and quantity indicated on the Contract Documents, shall be installed at the locations shown on the plans in accordance with Standard Drawings S -053 and 5 -054. In general, manhole frames and covers shall be for covers 36- inches in diameter. D. Frames and covers shall be designed for H -20 loading. Before leaving the foundry, all castings shall be thoroughly cleaned and subjected to a hammer inspection. The interior surfaces of the manhole frame and cover shall be coated in the field with not less than 60 mils of coal -tar epoxy as specified in Section 09800 Protective Coating of these Standard Specifications. E. Each cover shall be ground or otherwise finished so that it will fit in its frame without rocking. Frames and covers shall be shipped to the site in match - marked sets. Covers shall have the word "SEWER" and "O.C.S.D." cast thereon in 3" high letters as shown on the Standard Drawings S-053 and S -054. No other lettering shall appear on the top of the covers. F. Standard manhole frame and cover shall be Model A -1251 as manufactured by Alhambra Foundry Co., Ltd., Model R- 1739 -A as manufactured by Neenah Foundry Co., or equal. Bolted manhole frame and cover shall be Model A-125113-6 as manufactured by Alhambra Foundry Co., Ltd., or equal. G. Certification: When required by the ENGINEER, covers shall be tested by use of the Transverse Test and be able to sustain a minimum breaking load of 2200 pounds using a test bar measuring 1.2 inches in diameter and 21 inches long, with a distance between supports of 18 inches. A laboratory certification containing transverse test results for each lot of castings shall be furnished by the foundry. PART 12 - EXECUTION 12.1 EXCAVATION AND BACKFILL A. Conform to applicable portions of Section 02200 Earthwork. Backfill around manholes shall be 2 -sack cement -sand slurry up to an elevation in the pipe trench where compaction equipment can be utilized. 12.2 PAVING A. Pavement removal and replacement for all excavations necessary for the construction or repair of manhole shall conform to the provisions of Section 02550 Asphalt Concrete Pavement, of these Standard Specifications. 12.3 12.4 12.5 12.6 0 0 CONCRETE BASE A. Manhole bases shall be constructed of Class 650- C4000 concrete to the form and dimensions shown on the Contract Documents. B. All concrete manhole bases shall be formed and poured on a granular subbase (6- inches minimum) having the same thickness as the bedding under the sewer on which the manhole base is being built. Place and thoroughly compact with a mechanical or power vibrating tamper. C. That portion of the base above the invert elevation of the sewer pipe shall be formed and lined with PVC plastic Tee -lock to provide a smooth channel section as shown on the Drawings. The forms shall be checked and approved by the ENGINEER for accuracy of dimensions and relative smoothness prior to pouring of the base. If approved by the ENGINEER, free forming of bases may be allowed on pipelines 10 inches or smaller. The concrete shall be vibrated while it is being poured into the form. Channels shall vary uniformly in size and shape from inlet to outlet, if required. The manhole base shall be poured as one monolithic pour. D. Construct concrete base in conformance with the details shown on the Drawings. Vibrate to densify the concrete, screed and provide a tongue- and - groove circular recess in the top of the base so that the first precast manhole shaft section to be placed has a level, uniform bearing surface throughout the full circumference. E. Install mastic sealing compound on base to assure watertight seal between base and manhole shaft wall. First section shall be properly located, set and plumbed. F. If material in bottom of trench is unsuitable for installation of the manhole, excavate below, t he flow line as d irected by ENGINEER, and backfill to required grade with gravel. PLACING PRECAST MANHOLE SHAFT SECTIONS A. Clean ends of sections of foreign materials. Place two wraps of mastic sealing compound completely around the groove of lower section. Set next section in place. Fill remaining interior and exterior joint cavity completelywith mortar of the proper consistency. Trowel interior and exterior surfaces smooth on standard tongue -and- groove joints. Wipe or otherwise clean the excess mortar from the inside of the Keylock joint. Prior to completion, apply negative pressure or vacuum to manhole. B. Prevent mortar from drying out and cure by applying an approved curing compound or comparable approved method. Chip out and replace all cracked or defective mortar. Completed manhole shall be rigid and watertight. MANHOLE INVERT A. Construct manhole inverts in conformance with details shown on the Drawings, and with smooth transitions to ensure an unobstructed flow through manhole hole. Remove all sharp edges or rough sections, which tend to obstruct flow. Where a full section of pipe is laid through a manhole, saw cut and break out the top section as indicated and cover exposed edge of pipe completely with mortar. Trowel all mortar surfaces smooth. B. All manhole channels shall not be less than inlet diameter. Channels shall be formed smooth and round to allow cleaning to be pulled through the entire manhole. FLEXIBLE JOINTS A. Furnish and install 2 each — 2 -foot long pipe joints from all manhole walls per Standard Drawings S -050. Lay pipes entering manhole holes on firmly compacted granular base rock to undisturbed earth. Gravel base materials shall be as previously specified. 0 12.7 PIPE STUBOUTS FOR FUTURE SEWER CONNECTIONS A. Install vitrified clay pipe stubouts in manholes for future sewer connections as shown on the drawings or as required by the ENGINEER. Maximum length to first joint shall be 1.5 feet outside the manhole shaft wall. Grout pipes in precast walls or form manhole base around pipe sections to provide watertight seal around pipes. Construct invert channels in accordance with details shown on the Drawings. Provide compacted granular rock as specked hereinbefore to undisturbed earth under all stubouts. B. Install semi - permanent plugs at the end of stubouts with gasket joints similar to sewer pipe being used. Plugs shall be capable of withstanding all internal or external pressures without leakage. All plugs to be braced to prevent blowoffs. C. All stubs shall be plugged with a factory stopper in the socket end, and a brick and mortar plug in the spigot end. Brick and mortar plugs may be used on both ends of stubs greater than 21 inches in diameter. 12.8 PERMANENT PLUGS A. Clean interior contact surfaces of all pipes to be cut off or abandoned as shown. Construct concrete plugs or factory-made stoppers at the end at of all pipes 18 inches or less in diameter. Minimum length of concrete plugs shall be 8 inches. For pipe 21 inches and larger, the plugs may be constructed of common brick or concrete block. Plaster the exposed face of block or brick plugs with mortar. All plugs shall be watertight and capable of withstanding all internal and external pressures without leakage. 12.9 MANHOLE EXTENSIONS A. Install extensions in conformance with the details shown on the Drawings, and to height determined by the ENGINEER. Lay grade rings In mortar with sides, plumb and tops level. Seal remaining interior and exterior joints with mortar as specified for manhole sections. Extensions shall be watertight. B. Repair lining per Subsection 3:17 12.10 MANHOLE FRAMES AND COVERS A. Install frames and covers on top of manhole to positively prevent all infiltration of surface or groundwater into manholes. Frames shall be set in mortar on top of grade rings as shown on Standard Drawing S -055. Set frames so that tops of covers are flush with surface of adjoining pavement or ground surface, unless otherwise shown or directed. B. The elevation at which manhole frames and covers are to be set shall be as directed by the ENGINEER in the field. Covers shall be installed flush with traveled pavement and shoulders, 1/10 -foot above the surface between the traveled way and the roadside ditch, and 18- inches above the surface in the roadside ditch, where applicable. For flush installations the tolerance is +1/8-inch with installation as shown on Standard Drawing 5 -055. C. The frames and covers shall be cleaned of all foreign materials and to a fine appearance and fit. All costs for installing manhole frame and cover sets in place as described herein, including all necessary concrete work, shall be included in the applicable contract unit price. 12.11 MANHOLE COLLARS A. Construct a 12 -inch wide Class B concrete collar around the exterior perimeter of the manhole frame and grade rings as shown on Standard Drawing S -055. 0 0 B. The concrete collar shall extend down to the eccentric cone or flat -top as shown on Standard Drawing S -055. 12.12 MANHOLE OVER EXISTING SEWERS A. Construct manhole over existing operating sewer lines at locations shown. Perform necessary excavation as specified above, break into existing line, and construct manhole hole. B. Maintain flow through existing sewer lines at all times, and protect new concrete and mortar work for a period of 7 days after concrete has been placed. Advise ENGINEER of plans for diverting sewage flow and obtain ENGINEER'S approval before starting. ENGINEER'S approval will not relieve CONTRACTOR of responsibility for maintaining adequate capacity for flow at all times and adequately protecting new and existing work. C. Construct the new base under the existing sewer and the precast sections as specified herein. D. Break out the existing pipe within the new manhole shaft or base section, cover the edges with mortar, and trowel smooth. Make sure that PVC lining protects base. 12.13 SPECIAL MANHOLES A. Construct special manhole in conformance with applicable parts of these Specifications and as shown on the Drawings. 12.14 PRECAST CONCRETE VAULT A. Install precast concrete vault at the locations shown on the Drawings. Provide necessary excavation and backfill as specified herein. 12.15 HYDROSTATIC TESTING A. Hydrostatic testing shall be performed as specified in Section 02730 Sanitary Sewer System Testing. 12.16 MANHOLE REPAIR (NOT APPLICABLE FOR NEW MANHOLES, UNLESS DAMAGED) A. General 1. The CONTRACTOR shall perform all concrete, mortar, gunite, grout and lining repair, installation of new liner, frame and cover; adjustment to grade; and paving as necessary for a complete repair of manholes as indicated on the Contract Documents. All work shall be performed without restriction or interruption of sewer flows. Detailed plans shall be submitted by the CONTRACTOR prior to the beginning of construction, showing the type of any proposed or required bypass systems to be used. 2. It is the responsibility of the CONTRACTOR to take adequate measures to ensure that no debris is allowed to enter the sewer. If at any time debris does enter the sewer, the CONTRACTOR shall clean the sewer to a point downstream as determined by and to the satisfaction of the ENGINEER. All costs for cleaning the sewer to remove the debris that was allowed to enter the sewer shall be borne by the CONTRACTOR. Existing rings and covers shown to be replaced shall be broken and disposed of by the CONTRACTOR in the presence of the ENGINEER. B. Surface Preparation 1. All interior surfaces shall be water blasted to remove all deteriorated brick, concrete, or any existing coating until a solid structure of brick or concrete is exposed. All grease and attached residue shall be removed during the surface preparation. Water blasting shall be performed with a high - pressure water • i blaster with an adjustable pressure range of 5000 to 8000 psi. Debris from water blasting shall not be allowed to enter the sewer. C. Leak Stoppage 1. Prior to the application of the mortar- leveling course for any liner, the CONTRACTOR shall stop all leaks in the structure. The method for stopping the leaks shall be the CONTRACTOR'S option as approved by the ENGINEER. The DISTRICT shall not be responsible for any method or procedure that fails to stop leaks. D. Mortar Application 1. Preparation of the existing surfaces shall be approved by the ENGINEER before application o f t he m ortar- leveling c ourse. Mortar or g unite s hall be applied to remove all surface irregularities and to provide a smooth surface on which to apply the liner. All surfaces shall be as dry as possible prior to the installation of the liner. 2. A mortar - leveling course shall be required on all brick manholes. A mortar- leveling course is not required on precast concrete manholes unless indicated otherwise. 12.17 MANHOLE LINING (NOT APPLICABLE TO 48 -INCH DIAMETER MANHOLES) A. PVC Liner 1. PVC liner for new manholes shall be furnished and installed according to Section 06620 Plastic Liner, of these Standard Specifications, Standard Drawing S -050 and as described herein. 2. All T -lock ribs shall be oriented vertically. Field joints in liner between precast concrete sections shall not be made until the joint mortar has been allowed to cure at least 48 hours. 3. Plastic liner (other than Tee -lock which is cast -in -place) for existing manholes and repairs shall be plain sheet and shall be attached to the structure by RAM - NEK by Henry Company, Kent Seal by Hamilton Kent or approved equal. All areas of repair shall be spark tested by the CONTRACTOR in the presence of the ENGINEER. All areas of repair shall be patched by the CONTRACTOR to the satisfaction of the ENGINEER. 4. The liner must be continuous, seamless, free from any holes or defects, and completely bonded to the existing structure, and have returns at joints with unlined surfaces. 5. Liner shall comply with all requirements of Section 210 -2 of SSPWC. B. Polyurethane Lining (Not Used) Section 02730 SANITARY SEWER SYSTEM TESTING • PART 13- GENERAL 13.1 THE REQUIREMENT 0 A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This section covers the performance of all pipeline flushing and testing, complete, for sanitary sewer system piping as specified herein and in accordance with the requirements of the Contract Documents. C. This section includes the requirements for television inspection of the installed pipe after flushing and testing, but prior to final acceptance and introduction of sewage flow. 13.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork B. Section 02622 Vitrified Clay Pipe C. Section 02726 Manhole and Precast Vault Construction 13.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with the current provisions of the following Codes and Standards. 1. Standard Specifications SSPWC Section 306 -1.4, Testing Pipelines. 2. Standard Specifications SSPWC Section 500- 1.1.5, Television Inspection. 13.4 CONTRACT SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS, B. The CONTRACTOR shall submit in writing all proposed plans for testing, and for water conveyance, control and disposal. The CONTRACTOR shall also submit written notice 48 hours in advance of the proposed testing schedule for review and concurrence of the ENGINEER. PART 14 - PRODUCTS 14.1 GENERAL A. Temporary valves, plugs, bulkheads, and other air pressure testing and water control equipment and materials shall be provided by the CONTRACTOR subject to the ENGINEER'S review. No materials shall be used which will be injurious to pipeline structure and future function. Air test gages shall be laboratory- calibrated annually test gages and shall be recalibrated by a certified laboratory at the CONTRACTOR'S expense prior to the leakage test, only if required by the ENGINEER. PART 15 - EXECUTION 15.1 GENERAL A. All pipeline trenches shall be backfilled and compacted per Section 02200 Earthwork, prior to testing of pipe. B. Release of water from pipelines, after testing has been completed, shall be performed as reviewed by the ENGINEER. C. All testing operations shall be performed in the presence of the ENGINEER. • 15.2 TESTING OF PIPELINE 15.3 3.4 0 A. General: All gravity sewer pipes and service laterals shall be tested for exfiltration and /or infiltration and deflection, as specified. All manholes shall be tested for leakage, as specified. Manholes shall be tested prior to backfill placement, whereas all pipe shall be backfilled and compacted prior to testing. All leakage tests of sanitary sewer systems shall be in conformance with SSPWC Section 306 - 1.4.1. For pressure sewers (force main) tests, the water pressure shall be measured at the lowest point of the pipeline section being tested. B. Water Exfiltration Test shall be in conformance with SSPWC Section 306 - 1.4.2. C. Air Pressure Test shall be in conformance with SSPWC Section 306 - 1.4.4. D. At the CONTRACTOR'S option, joints may b e a it tested individually, joint by joint, with the use of specialized equipment. The CONTRACTOR shall submit its joint testing procedure for the ENGINEER'S review and approval prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. The minimum allowable pressure drop shall be 1.0 psi over a 30- second test period. TESTING OF MANHOLES A. If required by the ENGINEER, all sewer manholes shall be hydrostatically tested for leakage after installation, but prior to being backfilled. Prior to hydrostatic testing, all manholes shall be visually inspected for leaks. All leaks or cracks shall be repaired by the CONTRACTOR, prior to hydrostatic testing, to the satisfaction of the ENGINEER and the INSPECTOR. All pipes entering the manhole shall be sealed at a point outside the manhole walls so as to include testing of the pipe /manhole joints. The manhole shall be filled with water to a level 2 inches below the top of the frame. Safety lines shall be secured to all plugs utilized. A manhole may be filled 24 hours prior to time of testing, if desired, to permit normal absorption into the pipe walls to take place. After a period of at least one hour to allow the water level to stabilize, the water level shall be checked. The water level shall again be checked after a period of 4 hours. Leakage in each manhole shall not exceed 0.1 gallon per hour per foot of head above the invert. If the water level is reduced by this amount or greater, the leakage shall be considered excessive. The CONTRACTOR shall then be required to make all necessary repairs and retest the manhole. The exterior of the manhole shall be inspected during this period for visible evidence of leakage. Visible moisture, sweating, or beads of water on the exterior of the manhole shall not be considered leakage, but any water running across the surface will be considered leakage and shall be repaired to the satisfaction of the ENGINEER and the INSPECTOR regardless of the volume of water lost. B. Manholes and appurtenances shall be as watertight and free from infiltration as possible. Any evidence of leakage shall be repaired to the satisfaction of the ENGINEER at the expense of the CONTRACTOR. C. When, in the ENGINEER'S opinion, the groundwater table is too low to permit visual detection of leaks, project manholes shall be hydrostatically tested. D. All costs of testing manholes for water tightness shall be included in the appropriate contract unit price. CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION A. Television inspection for VCP alignment and grade and damaged or defective pipe in place; after the pipe has been installed, backfilled and compacted to grade, tested for leakage, manholes raised to grade, but prior to final resurfacing, the pipe shall be videotaped from manhole -to- manhole. Videotaping procedures shall conform to requirements of SSPWC Section 500 -1.1.5 Television Inspection. In addition, the a� 0 0 system shall continuously display the following on- screen data; contract number, date, time, distance (in feet) from the insertion manhole and manhole identification codes. Should videotaping indicate any faulty installation of the pipe, repairs or replacements shall be made at the CONTRACTOR's expense by a method acceptable to the ENGINEER. Repaired pipe and/or segments shall be retested and revideotaped, at no additional cost to the DISTRICT, until final acceptance is achieved. Section 02999 TEMPORARY HANDLING OF SEWAGE FLOW PART 16 - GENERAL 16.1 WORK DESCRIPTION This section provides the specification for the CONTRACTOR'S responsibilities for the temporary handling of sewage, monitoring of odors and the implementation of best management practices (BMPs) for mitigating odors. This includes the inspection, construction, modifications, and relocations of District sewers and facilities. 16.2 CONTRACTOR SUBMITTALS Unless otherwise indicated, the following shall be submitted to the ENGINEER within 15 days after receiving the Notice to Proceed, in compliance with the GENERAL REQUIREMENTS, and as specified herein. For each phase or operation: A. Sewage bypass pipe material and fittings. B. Plans showing details of proposed method of temporary handling of sewage flow, routing and protection of bypass lines, containment areas, equipment location, schematic of pump set -up and discharge, and proposed sequencing. C. Pump characteristic curves, electrical, controls, and instrumentation. D. Spill Prevention, Control, and Countermeasure plan as described in Part 3.2 of this specification. E. Monitoring reports, readings, schedules and information as required in Paragraph 3.3, Odor Monitoring including materials, methods and equipment to be used to monitor odors. 16.3 PAYMENT Unless otherwise provided in these specifications, full compensation for temporary handling of sewage, the spill prevention, control and counter measure plan, and odor monitoring shall be included in the contract unit price for which such work is appurtenant thereto, and no additional allowance shall be made therefore. Said various contract unit prices shall include all labor, materials, tools, and equipment necessary or incidental to the temporary sewer service operations. DISTRICT forces will not assist the CONTRACTOR with flow handling, or installation of diversions during the work. PART17- PRODUCTS 17.1 PUMPING EQUIPMENT In the event the CONTRACTOR elects to use engine driven pumps, the engines shall be muffled in such a manner that the maximum noise level will not exceed 80 dBA at a r • • distance of five feet from the engine. Lower noise levels may be specified in the permit by g overning agencies. Regardless of the noise level, soundproofing shields not less than eight feet high shall be provided around each engine to absorb noise. Standby pumping equipment shall be onsite continuously during pumping to provide 100 percent standby pumping capacity. The CONTRACTOR shall provide manpower to continuously monitor the pumping equipment on a 24 -hour basis while in operation and activate standby equipment, if necessary. Standby pumping shall be directly connected or capable of being installed within one half the time estimated the line will surcharge. Pumping equipment and piping shall be pressure tested and leak free prior to operation. The pumping system and /or odor control system shall be completely operational to the satisfaction of the ENGINEER, prior to the existing system being taken out of service. 17.2 TEMPORARY PLUGGING OF SEWER Plugs shall be a heavy -duty inflatable type with a steel rod through plug centerline, a retaining plate and an eye -lift on both ends. Plugs shall be new, made of natural rubber and shall show no cracks or signs of damage. The plugs shall have a flexible sealing design to compensate for any irregular interior surface of the corroded pipe. The plug length shall be suitable for the specific application and shall be equipped with continuous pressure monitoring and an audible alarm when pressure drops below the minimum pressure, a s recommended b y the m anufacturer. E ye -lifts s hall b a s ecured b y a 5/8" diameter stainless steel pulling cable and accessible without requiring entry for plug removal. To expedite removal, plugs shall be installed on the upstream side of manholes, unless otherwise approved by the ENGINEER. A double block and bleed may be required to protect workers per O.S.H.A. PART 18 - EXECUTION 3.1 TEMPORARY HANDLING OF SEWAGE The CONTRACTOR shall construct, operate, maintain, and remove, without damage to existing structures, all temporary sewage handling facilities. The CONTRACTOR shall investigate and monitor the flow depth and odor conditions in the existing sewer during low and high flow periods. Additional consideration shall be given for inflow and infiltration during wet weather. Flow and odor data on the existing DISTRICT facilities may be available from the DISTRICT. However, the DISTRICT does not guarantee the depth of flow or odor concentration during the construction. Temporary means may require the construction of bypass lines and bulkheads, pumping, scrubbers, chemical treatment, or a combination thereof. Under no circumstances shall sewage or solids be deposited onto the ground surface, streets, or into ditches, catch basins or storm drains or natural drainage ways. Sewage shall be handled in a manner so as not to create a public nuisance, health hazard, or odor complaint. The CONTRACTOR shall be responsible for continuity of sanitary sewer service to each facility connected to the trunks sewers during the execution of the work to be performed under this Contract. In the event that sewage backup or odors occur and enters dwellings, other structures, or affect the public, the CONTRACTOR shall be responsible for cleanup, repair, property damage costs, fines imposed by jurisdictional authorities, and all claims arising therefrom. All spills shall be contained and returned to the sewer system and odors mitigated. 3.2 SPILL PREVENTION, CONTROL AND COUNTERMEASURE PLAN The CONTRACTOR shall prepare, submit and carry out a spill prevention, control and countermeasure plan that incorporates the following, for each phase of the work: A. The CONTRACTOR shall include or reference in the plan, materials provided as submittals per 1.2 above. • s B. The CONTRACTOR shall provide in the plan a description of all emergency equipment for bypassing flow, containment, cleanup, and repair of any damage. Specifics shall include as applicable, but are not limited to: (a) 1) Pipe patch kits (b) 2) Sand bags (c) 3) Rubber matting (d) 4) Bypass pipes, pumps, and other relevant equipment (e) 5) Extra pumps (f) 6) Secondary containment in trench or other surrounding land relief C. The CONTRACTOR shall maintain equipment on site. D. The CONTRACTOR shall provide the DISTRICT with at least three (3) people who can be contacted and are available 24 hours per day by phone to address on site emergencies. The CONTRACTOR shall provide the daily schedule with names, phone numbers, and hourly working schedules of three persons that may be brought on site any time. CONTRACTOR shall provide notification of any substitution in writing at least two days in advance. When bypassing flows, CONTRACTOR shall have at least two people on site 24 hours per day to monitor and maintain the bypass and implement the emergency procedures in case of an emergency. E. The CONTRACTOR shall describe the method used to protect storm drains during construction on the plan. The description shall include where the storm drains are located (simple map of sewer pipe, storm drains, waterways, and any relief features) that could assist in containing the spill. The plan shall describe how storm drains will be blocked in the event of a spill. Describe any other response - related plans (bypass pumping set ups, etc.). (2) The CONTRACTOR shall coordinate the plan with the construction storm water management Best Management Practices (BMP) (see Section 02270) to protect water quality and respond to spills of sewage, groundwater, or fuels, ensuring there are no conflicts with implementing each of the respective programs. The CONTRACTOR shall describe all spill prevention measures (e.g. monitoring of upstream manholes, monitoring in the trench). F. The following spill procedures shall be incorporated into the CONTRACTOR'S plan 1) If a spill is detected or a catastrophic pipe failure occurs, the immediate priority of the CONTRACTOR shall be to prevent any sewage from reaching surface waters and storm drains. The CONTRACTOR shall immediately protect all drains using rubber mats or sand bags. 2) The CONTRACTOR shall anticipate the following failure mode in his plan and be prepared to act accordingly. As the CONTRACTOR is excavating for a new trench and comes across moderate leaks in the existing pipe, the CONTRACTOR shall make coupling/clamp repairs as soon as possible to minimize sewage flow into the trench. If the leak is too large to make fast coupling repair, the CONTRACTOR shall start bypassing (see bypassing sequence below), then make repair. 3) In case of catastrophic leak, the CONTRACTOR shall immediately start the bypassing sequence: r ! s a) Plug downstream side of the upstream manhole. b) Insert bypass pump. The pump shall be sized to handle peak flow of the sewer. c) Connect hose from pump to discharge point. NOTE: Hose shall already be in place and connected to a downstream discharge point at all times when working near or with live sewers. 4) In event of any spill, the CONTRACTOR shall immediately and in parallel with above activities, notify the DISTRICT'S Control Center at 714 - 593 -7025 and request the DISTRICT'S Collections staff to be dispatched. The CONTRACTOR should attempt to give the best indication of the approximate size of the spill ( <1,000 gallons is small; 1,000 gallons to 10,000 gallons is medium; and >10,000 gallons is large) along with the approximate amount, if any, of sewage reached a storm drain or channel to the Control Center staff so they can dispatch the appropriate response. Collections staff will respond to monitor the CONTRACTOR'S clean -up related activities to ensure the spill is cleaned in accordance with DISTRICT'S standards and permit. It is the CONTRACTOR'S responsibility to provide the primary means for pipe repair and spill recovery and clean -up including mobilizing any necessary equipment to be onsite within an hour of a spill. Clean up may require a sweeper truck, vector truck, and/or other equipment. All DISTRICT time and material and special equipment for spill cleaning will be deducted from the CONTRACTOR'S progress payment 5) The CONTRACTOR shall attempt to pond the water in an area away from storm drains that can be easily a nd fully recovered for discharge to the DISTRICT'S collection system. This ponding activity should not impact any environmentally sensitive areas. 6) The CONTRACTOR and ENGINEER with the assistance of District's Collections staff shall coordinate the most efficient and appropriate response, repair, and cleanup as soon as possible. The CONTRACTOR will cooperate with the DISTRICT staff to the fullest extent possible in order to minimize the impacts and volume of the spill in the most efficient manner possible. 7) NO form of disinfection is allowed (especially if the water is reaching State waters). All wash water and sewage - contaminated wash water must be contained and recovered in the same manner as the sewage. 8) In the event of a spill, the CONTACTOR shall be prepared to document the spill, its likely cause, and the coordinated response with a video camera and photographs. The CONTRACTOR is required to attend a debriefing immediately after the spill is contained and cleaned up. G. The CONTRACTOR shall comply with the Regional Water Quality Control Board, Health Department, and the DISTRICT Standards, permits, and regulations. The CONTRACTOR shall cooperate with DISTRICT staff and other regulators and environmental agencies. In the event the Regional Water Quality Control Board levies a fine on the District because of a sewage spill caused by the Contractor (directly or indirectly) due to his lack of attention to procedures or other negligence, the CONTRACTOR shall be held responsible and liable for reimbursing the DISTRICT for the entire amount of any fine imposed by the Regional Water Quality 0 0 Control Board. The California Water Code gives the Regional Water Quality Control Board to fine up to $10 per gallon and $10,000 per day for an illicit discharge. 3.3 ODOR MONITORING The CONTRACTOR shall comply with the Odor Monitoring requirements as specified below: A. The CONTRACTOR shall prepare a listing of all potential construction activities that might produce odors. For each of these construction activities, the CONTRACTOR shall include the scheduled construction date(s), expected construction duration(s), a listing of the potential receptors, and the distance to these receptors. Potential nuisance odor areas shall include open manholes, and open sewers where sewage gases can be present or can be released. Potential nuisance odor areas do not include covered manholes that are sealed or plugged (closed) sewer pipes. All potential construction activities that might produce odors shall be identified on the construction schedule as required in the General Requirements. If multiple construction activities of this type are required simultaneously due to schedule constraints, multiple sets of gas analyzers shall be obtained and provided for monitoring. B. For each site where potential odors may be produced, the CONTRACTOR shall prepare a plan for monitoring with the use of four gas analyzers. The high range gas analyzers shall be located in the manhole and the three low range gas analyzers shall be located in a circular pattern approximately 120 degrees separation and at a distance and height (between 6 and 12 feet above the ground) as approved by the DISTRICT. The CONTRACTOR shall submit each monitoring plan in the form of a Shop Submittal for review and acceptance. C. The CONTRACTOR shall obtain fully functioning and calibrated hydrogen sulfide gas analyzers to measure hydrogen sulfide emission concentrations from potential odor areas during construction. The CONTRACTOR shall obtain three low range hydrogen sulfide gas analyzers, and one high range hydrogen sulfide gas analyzer. The hydrogen sulfide gas analyzers shall be Odalog as manufactured by App -Tek International Pty Ltd or approved equal. The low range hydrogen sulfide gas analyzers shall be capable of measuring and logging hydrogen sulfide gas concentrations between 0.01 and 2 ppmv. The high range hydrogen sulfide gas analyzer shall be capable of measuring and logging hydrogen sulfide gas concentrations between 0 to 200 ppmv. The CONTRACTOR shall also obtain one software kit for downloading data from the gas analyzer, and one calibration kit for calibrating the gas analyzer per the manufacturer requirements. All gas analyzers and accessories that are purchased by the CONTRACTOR shall become the property of the DISTRICT at the end of the project. The analyzers shall be in good working 0 0 order when turned over to the District. The software and calibration kits shall also be provided at the same time. Prior to purchase, the CONTRACTOR shall submit a shop submittal for review and acceptance. The CONTRACTOR shall ensure that the gas analyzers are calibrated by the manufacturer. D. After acceptance of the monitoring plan for the specific construction site where odors are anticipated, the CONTRACTOR shall notify the ENGINEER and the INSPECTOR at least forty -eight (48) hours in advance of the proposed work. E. The CONTRACTOR shall, prior to the commencement of any work, place all gas analyzers as identified on the reviewed shop submittal. F. The CONTRACTOR shall determine the means of achieving less than 10 ppbv at the receptors, as required in the General Requirements, prior to the commencement of all work. Where mitigative measures are planned, they shall be in place during the construction period. G. The CONTRACTOR shall download and record the readings of the hydrogen sulfide gas concentrations daily and present these results in a tabular format to the DISTRICT. Readings shall be logged at an interval to be determined by the DISTRICT. Readings shall be organized in a way that specifies which gas analyzer was used and the location of the analyzer. The CONTRACTOR shall provide these organized readings to the INSPECTOR at a frequency to be determined by the DISTRICT (which may be daily or less frequently). H. The DISTRICT may choose to download the data directly from the hydrogen sulfide gas analyzers that the CONTRACTOR has set up on -site. The DISTRICT may also set up independent hydrogen sulfide gas analyzers at the construction site for additional monitoring. If the CONTRACTOR's hydrogen sulfide gas analyzer readings do not reasonably correlate with the DISTRICT's hydrogen sulfide gas analyzer readings, the DISTRICT may require calibration of all gas analyzers, and reevaluation of the monitoring set UP. I. The CONTRACTOR shall record the wind speed and prevailing wind direction where the high range gas monitor has been installed. Depending on wind speed and direction, the CONTRACTOR may be required by the DISTRICT during the course of construction to adjust the locations of the three low range gas analyzers so that at least one of the three low range gas analyzers remains directly downwind of the high range gas monitor and the remaining two monitors also relocated to maintain the 120 degree separation. i 0 0 If hydrogen sulfide concentrations exceed 10 ppbv at any of the low range gas monitors (DISTRICT or CONTRACTOR) during the course of construction work or tie -ins, the CONTRACTOR shall invoke Best Management Practices (BMPs) for mitigation, and notify the DISTRICT immediately. If the CONTRACTOR fails to mitigate ambient hydrogen sulfide concentrations below 10 ppbv at the receptors using BMPs, the CONTRACTOR shall stop work immediately and coordinate with the DISTRICT on further odor mitigation and control prior to commencement of work at the site where odors are released. K. The CONTRACTOR shall abide by the following Best Management Practices (BMPs), at a minimum, to prevent emissions of nuisance odors when hydrogen sulfide concentrations exceed 10 ppbv during the course of construction work: Cover manholes and openings where bypass pumps are used with plywood or other approved material, including sealing cracks and edges with sealing putty or caulking. Ensure that all covers are secure, safe from vandalism and safe from potential life and safety hazards (i.e. falling or tripping hazards). ii. Seal open sewer pipes during tie -ins iii. Keep the duration of open manholes to a minimum iv. Plug sewers as necessary to reduce odor emissions V. Provide in -line bypasses in closed conduits when working in manholes vi. Reasonably prevent sewer gases from escaping the construction work area If the DISTRICT staff determines that odor control is required during construction, the CONTRACTOR shall coordinate with the DISTRICT staff for odor control and mitigation requirements. All chemical, liquid or vapor treatment measures will be provided by the DISTRICT. MAY i i 2004 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 8 May 11, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Sean Crumby, P.E. 949 - 644 -3311 scrumby@city.newport-beach.ca.us SUBJECT: STORM DRAIN AND SEWER REPLACEMENT - AWARD OF CONTRACT NO. 3645 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3645 to GCI Construction, Inc. for the total bid price of $730,255.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $72,000 to cover the cost of unforeseen work. 4. Approve a reimbursement agreement with the Orange County Sanitation District. 5. Approve a budget amendment increasing revenue estimates by $93,430 in account 250 -5901, Affordable Housing Contributions, and $93,430 in account 250 -4839, Orange County Sanitation District Contributions, transferring $63,313 from City -Wide Slurry Account 7181- C5100462 to Storm Drain Improvement Program 7181- C6100008, and increasing expenditure appropriations by $186,860 in 7251- C5100755. DISCUSSION: At 10:00 A.M. on April 27, 2004 the City Clerk opened and read the following bids for this project: BIDDER Low GCI Construction, Inc. 2 Southern Ca. Underground Contracting 3 Majich Brothers 4 Clarke Contracting 5 W.A. Rasic 6 SRD Engineering TOTAL BID AMOUNT $730,255.00 " $782,905.00 $826,100.00 $1,056,026.00 $1,074,446.71 $1,075,735.00 " "Corrected Bid Amount Subject: Storm Drain Replant - Award of Contract No. 3440 May 11, 2004 Page: 2 The low total bid amount is eight percent above the engineer's estimate of $675,000. The low bidder, GCI Construction Inc., possesses a California General W' Contractors License as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities and the City of Newport Beach in the past. The project consists of removing and replacing selected portions of failed sewer main and storm drains at various locations throughout the City. Various methods are being utilitized to rehabilitate these facilities as some of the facilities have challenging locations and conditions. In addition, the City is relocating the Orange County Sanitation District's (OCSD) Coast Trunk Sewer through the proposed Bayview Landing Senior Housing site. OCSD has an existing 24 -inch trunk sewer main in an easement through the wetlands restoration area proposed as part of the senior housing. Because their easement will become inaccessible once the wetlands are restored, the trunk sewer must be relocated into the adjacent City streets. Attached for Council consideration is the reimbursement agreement with OCSD. City staff has prepared the plans and specifications for the relocation project and OCSD has agreed to pay fifty percent of the construction cost, which amounts to $93,430. Because the Coast Trunk was constructed in the 1950's, and is nearing the end of its useful design life, OCSD agreed to contribute their replacement funds for a portion of the work. The sewer main showed signs of wear and the manholes near and through the Bayview site were deteriorated. The relocation of the trunk sewer will take place in concert with the rough grading of the Bayview Landing site planned for late May and June. Per the Contract Specifications the Contractor will have 100 consecutive working days to complete the work. Environmental Review: The City's portion of the project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The OCSD trunk sewer relocation was included in the mitigated negative declaration for the Bayview Landings Senior Housing and Park project dated February 25, 2003. Funding Availability: In addition to existing funds in the Sewer Main Master Plan account, the following funding sources will contribute to the project: • $177,502 is currently available in the Storm Drain Improvement Program. The proposed budget amendment will transfer $63,313 to use the surplus from the Citywide Slurry Account Gas Tax CIP (7181- C5100462). Subject: Storm Drain Repl *nt — Award of Contract No. 3440 May 11, 2004 Page: 3 0 The proposed reimbursement agreement with the Orange County Sanitation District will provide for $93,430 in funding. This reimbursement will occur at the conclusion of the project, and funds will be received in fiscal year 2004 -05. The budget amendment from Affordable Housing Contributions, 250 -4901 for $93,430.00 to Bayview Landing OCSD Trunk Sewer Relocation Account 7251 - 05100755 will make up the remainder of the funds required for the project. Upon approval of the recommended budget amendments, sufficient funds will be available in the following accounts for the project: Account Description Sewer Main Master Plan Storm Drain Improvement Program (General Fund) Storm Drain Improvement Program (Gas Tax) Bayview Landing OCSD Trunk Sewer Relocation Prepared by: Sean Crumby Associate Civil Engineer Submitted by: m :s Director Account Number 7531- C5600292 7012- C5100008 7181- C5100008 7251- C5100755 Total: Amount $374,580.00 $177,502.00 $63,313.00 $186,860.00 $802,255.00 and J-4& 1,4 Stephen ej y Associate Civil Engineer Project Location Map Bid Summary Reimbursement Agreement Budget Amendment CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: 2003 -2004 Sewer and Storm Drain Improvements. BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: C3645 DATE: 27- Apr -04 TIME ENGINEER'S. ESTIMATE: $673,940.00 BY: SC CHECKED: MS PROJECT MANAGER: Sean Crumby h .1userslpbw%h2reNcontrac600 -016BIU SUMMARY C- 3645.xis Page 1. 11 Engineers Estimate LOW - GCI Construction 2ND - Southern California Underground Contracting ITEM I DESCRIPTION IQUANTITY I UNIT I AMOUNT UNIT AMOUNT UNIT .AMOUNT Storm Drain Improvements D- 5257 -S Al Mobilization 1 LS 13,965.00 13,965.00 52,000.00 52,000.00 45,000.00 45,000.00 A2 Traffic Control 1 LS 7,000.00 7,000,00 4,000.00 4,000.00 15;000.00 15,000.00 A3 Remove Ex. &Install 8 ga. 27' X 43• CAPA W7Trench Resud 80 LF 125.00 10,000.00 170.00 13,600.00 300:00 24,000.00 A4 Remove Ex. & m uul a ga. 27' X 43' CAPA W/ andsape Resto . 65 LF 195.00 7,475.00 165.00 10,725.06 300.00 19,500.00 A5 Remove Ex.& Instill 8 ga. 31'X$1" CAPA`N&andswpe Resler, 25 LF 155,00 3,875.00 17&00 4,450.00 350.00 8,750.00 A6 Remove Ex. & Install8 ga. 13" X 22' CAPA Wrrrench Resud 125 LF 00.00 11,250.00 115.00. 14,375.00 260.00 32,500.00 A7 Remove Ex. & Install 12" RCP, D -2500 WRrench Resurf. 125 LF 85.00 10,625.00 135:00 16,875.00 250.00 31,250.00 A8 Remove Ex. & Install 18" RCP,D -2500 65 LF 80.00 5,200.00 165.00 10,725:00 250.001 16,250.00 A9 Remove Ex. & Install 18" RCP,D -2500 Wrl-rench Resud. 185 LF 100ml 18,500.00 125.00 23,125.00 165.00 30,525.00 A10 Remove Ex. &.Install 18" PVC, SO R-35. 170 LF 60.00 10,200.00 90.00 15,300.00 165.00 28,050.00 All Remove Ex. & InsW11 1W PVC, SOR -35 W/Landsape Restore. 20 LF 70.00 1,400.00 140.00 2,800.00 225.00 4,500.00 Al2 Provide and Install Bollard 1 EA 300.00 300.00 1,500.00 1,500.00 1,000.00 1,00000 A13 PCC Pipe Collars 3 EA 300.00 900.00 620.00 1;860.00. 1.000.00 3,000.00 A14 Remove and Construct PCC Junction Structure #1 2 EA 3,500.00 7,000.00 3,300.00 6,600.00 3,000.00 6,000.00 A15 Remove and Construct Side Inlet 1 EA 2,000.00 2,000.00 4,500,00 4,500.00 4,000.00 4,000.00 A16 Remove and Construct Loral Depression 2 EA 300.00 600.00 1,400.00 2,800.00 1,500.00 3,000.00 A17 Remove and Construct 6" Thick AC Roadway 6 TONS 60.00 360.00 220.00 1,320.00 125.00 750.00 A18 Remove and Construct 8" Thick PCC Street Panels 1,200. SF 7.00 8.400.00 15.00 18,00000 12.001 14,400.00 A19 Remove and Construct 4" Thick PCC Channel Lining 200 SF 10.00 2.000.00 30.00 6,000.00 25.001 5,000.00 A20 Remove and Construct PCC Sidewalk 430 SF 5.00 2,150.00 8,00 3,440.00 6.00 2,580.00 A21 Remove and Construct PCC Curb Access Ramp 250 SF 6.00 1,500.00 14.00 3,500.00 10.00 2,500.00 A22 Remove and Construct Type "A" PCC Curb and Gutter 100 LF 30.00 3,000.00 45.00 4,500.00 45.00 4,500.00 A23 Install Storm Drain Filter 13 EA 200.00 2.600.00 500.00 6,500.00 750.00 9,750.00 A24 Abandon Existing Storm Drain 1 LS 3,500.00 3,500.00 1,200.00 1,200.00 3,000.00 3,000.00 A25 Remove and Reinstall. Chain Link Fence 40 LF 25.00 1,000.00 28.00 1,120.00 20.00 800.00 A26 Survey 1 LS 5,500.00 5.500.00 4,000.00 4,000.00 4,500.00 4,500.00 Subtotal $740,300 $234,815 $320,105 h .1userslpbw%h2reNcontrac600 -016BIU SUMMARY C- 3645.xis Page 1. 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: 2003 -2004 Sewer and Storm Drain Improvements BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: C -3645 DATE: 27 -Apr -04 TIME ENGINEER'S ESTIMATE: .$673,940.00 BY: SC CHECKED: MS PROJECT MANAGER: Sean Crumby f1usems pbw)sharedccntrachOD- 01\\810 SUMMARY C- 3645.xis Page 2 E Engineers Estimate LOW -GCI Construction 2ND - Southern California Underground Contracting ITEM DESCRIPTION IQUANTITY I UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT Sewer Main Improvements IS - 5202 -5 B7 Mobilizalion 1 LS 1 15,000:00 15,000.00 29,000.00 29,000.00 35,000.00 35,000.00 B2 Traffic Control 1 LS. 10,000.00 10,000.00 11,000.00 11,000.00 5,000.00 5,000.00 B3 Prepare WPCP 1 LS 2,000.00 2,000.00 2,20000 2,200.00 3,000.00 3,000.00 B4 Remove and Reconstruct 8" VCP Sewer 930 LF 250.00 232,50000 136.00 126,480.00 115.00 106,950.00 B5 Pipeburst 8" Sewer 195 LF 100.00 19:500.00 170.00 33,150.00 218.00 42,510.00 66 Remove and Reconstruct 8" PCC Pavement 2,500 SF 12.00 30,000.00 11.00 27,500.00 8.00 20,000.00 B7 Remove and Reconstruct. AC Pavement 4,500 SF 4.00 1$000.00 4.30 19,350.00 6.00 27,000.00 B8 Conslruct Alley Approach 3 EA 2,500,00. 7,500.00 2,200.00 6,,600.00 1,500.00 4,500.00 B9 Remove and Replace Landscaping Improvements 1 LS 4,000.00 4,000.00 9,000.00 '9,000.00 5,000.00 5,000.00 B10 Reeon8lruc15ewer Lateral 6 EA .50000 3,000.00 4,500.00 27;000.00 500.00 3,000.00 811 Construct 48" SSMH per CNB STD -001 -L 7 EA 3,000.00 21,000.00 3,300.00 23,100.00 4;000.00 28,000:00 B12' Remodel Existing 48" SSMH 3 EA 1;500,00 4,500.00 1,000.00 3,000.00 1,500.00 4,500.00 816 Trench Excavation Safety Measures 1 LS 3;000.00 3,000.00 3,000.00 3,000.00 '10,000.00 10,000.00 B17 Construction Surveying 1 LS 1,000.00 1,000.00 4,900.00 4;900.00. 3,000.00 3,000.00 B18 Provide As -Built Drawings 1 LS 1,000.00. 1,000.00 300.00 300:00 500.00 500.00 Subtotal $372,000 $325;580 $297,960 OCSD -Sewer Main Im rovements 5.13.1 C1 110clailization 1 1 LS 1 15,000.00 15,000.00 40,000.00 40000.00 5,000.00 5,000.00 C2 Traffic . Control 1 LS 5,000.00 5,000.00 2,500.00 2,500.00 3,000.00 3,000.00 C3 Abandon SSMH per Detail on sheet 3 2 EA 2.000.00. 4,000.00 2,200.00 4,400.00 1,000.00 2,000.00 C4 Remove SSMH Shafi, Cover, and Base 1 EA 4,000.00 4,000.00 4,000.00 4,000.00 1,000.00 1,000.00 C5 Construct 8" VCP Sewer w/ Trench Resurfacing 6 LF 250.00. 1,500.00 325.00 1,950.00 300.00 1,800.00 C6 Construct 24" VCP Sewer wl Trench Resurfacing 300 LF 220.00 66,000.00 167.00 50,100.00 275.00. 82,500.00 C7 Construct 60" SSMH per OCSD S -050 4 EA 8;000.00 32,000.00 9,500.00 38,000.00 6,000.00 24,000.00 C8 Construct 48" SSMH per CNB STD 401 -L 1 EA 6.000.00 6.000.00 3,100.00 3,100.00 4,000.00 4,000.00 C9 Construct 8" PCC Cross Gutter 410 SF 12.00 4,920.00 13.00 5,330.00 12.00 4,920.00 C10 Cold Mill AC Pavement 6,800 SF 0.40 2;720.00 0.60 4,080.00 0.90 6,120.00 Cl l Construct 1.5' AC Overlay 70 TONS 1 50.00 3,500.00 40.00 '2,800.00 100.00 7,000.00 C12 Install Traffic .Stnpin g, Markings and Markers 1 LS 2,000.00 2,000.00 2;200.00 2;200.00 2.000.00 2.000.00 C13 Dewalering 1 10,000.00. 6,600.00 6,600.00 2,000.00 2.000.00 C14 Trench Excavation Safe Measures 1 3,000.00. 1,300.00 1,300.00 15,000.00 15.000.00 C15 Construction Surve ing 1 1;000.00 3,200.00 3,200.00 4,000.00 4,000.00 C16 Provide As -Built Drawings 1 =LS3.000.00 1,000.00 300.00 300.00 500.00 50000 $161,640 $169 860 $164,840$673,940.00. LOW $730,255.00 2ND $782,905.00 f1usems pbw)sharedccntrachOD- 01\\810 SUMMARY C- 3645.xis Page 2 E TITLE: 2003 -2004 Sewer and Storm Drain Improvements CONTRACT NO.: C -3645 10:00 a.m. ENGINEER'S ESTIMATE: $673,940.00 DATE: PROJECT MANAGER: Sean Crumby f. \usemlpbw\shareMmnlrac600 -01X1010 SUMMARY C- 3645.xis Page 3 3RD - Majich'Brolhers 4TH - Clarke Contracting 5TH - W.A. Rasic 6TH - BIRD Engineering ITEM DESCRIPTION IQUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT Storm Drain Improvements 0.5257 -5 Al Mobilization 1 LS 30,000.00 30.000.00 33,500.00 33,500.00 51,770.00 51,770.00 8;500.00 8;500.00 A2 Traffic Control 1 LS 7,500.00 7,500.00 6,000.00 6,000.00 14,513.00 14,513.00 14,400.00 14,400.00 A3 Remove Ex. & Install a ga. 27' %43" CAPA WlTrench Resud 80 LF 250.00 20,000.00 288.00 23,040.00 273.65 21,892.00 284.00. 22,720.00 A4 Remove Ex. &install aga. 27' X 43' CAPA W&andsrape Reslor . 65 LF 250.00. 16,250.00 275.00 17,875.00 280.18 18,211.70 246.00 15.990.0 A5 Remove Ex.. &WSW 8 ga. 31- X 50' CAPA W,Landscape Reston 25 LF 275.00 6,875.00 313.00 7,825.00 327,76 8,194.00 360.00 9,000.00 A6 Remove Ex. & Install 6 ga. 13" X 22' CAPA WlTrench Resurl 125 LF 230.00 28,750.00 213.00 26;625.00 152.09 19,011.25 240.00 30,000.00 A7 Remove Ex. & Install 12' RCP, 0.2500 WlTrench Resud. 125 LF 200.00 25.000.00 160.00 20,000.00 183.13 22,891.25 176.00 22,000.00 A8 Remove Ex. & Install 18" RCP,0-2500 '65 LF 225.00. 14,625.00 229.00 14,885.00 188.89 12,277.85 210.00. 13,650.00 A9 Remove Ex. & Install 18' RCP,D-2500 WlTrench Resud: 185 LF 225.00 41.625.00 172.00 31.620.00 258.56 47,833.60 166.00 30,710.00 A10 Remove Ex. &.Install 18" PVC, SDR -35: 170 LF 200.00 34,000.00 168.00 28,560.00 209.33 35;586.10 250.00 42,500.00 All lRemove Ex. & Install 16-PVC, SDR -35 W&andscape Restore. 20 LF 210.00 4,200.00 190.00 3,800.00 233.55 4,671.00 374.00 7,480.00 Al2 Provide. and Install Ballard. 1 EA 250.00 250.00 700.00 700.00 149.00 149.00 800.00 800.00 A13 PCC Pipe Collars 3 EA 1,000.00 3,000.00 600.00 1,800.00 693.00 2,079.00 850,00 2,550.00 A14 Remove and Construct PCC Junction Structure R1 2 EA 4,500.00 9,000.00 4,900.00. 9,800.00 5;508.00 11,016.00 .2,900.00 5;800.00 A15 Remove and Construct Side Inlet 1 EA 5;000.00. 5.000.00 5,200.00 5,200.00 4,039.00 4.039.001 5,700.00 5,700.00 A16 Remove and Construct Local Depression 2 EA 1,500.00 3,000.00 1,700.00 3,40000 1,134.00 2,268.00 1,460.00 2,920.00 A17 Remove and Construct 6" Thick AC Roadway 6 TONS - 60.001 360.00 200.001 1,200.00 121.67 730.02 1;140.00 6,840.00 A18 Remove and Construct W Thick PCC Street Panels 1,200 SF 10.00 12.000.00 23.00 27;600.00 10.17 12,204.00 15.40 18.480.00 A19 Remove and Construct 4' Thick PCC Channel Lining 200 SF 40.00 8,000,00 11.00 .2,200.00 20.66 4,132.00. 45.00 9,000.00 A20 Remove and Construct PCC Sidewalk 430 SF 4.50 1,935.00 8.00 3,440.00 9.86 4,239.80 9.80 4,214.00 A21 Remove and Construct PCC Curb Access Ramp 250 SF 12.00 3,000,00 15.00 3,750.00 33.64 8,410.00 11.70 2,925.00 A22 Remove and Construct Type "A" PCC Curb and Gutter 900 LF 32.00 3;200.00 65.00 6,500.00 41.11 4,111.00 56.00 5;600.00 A23 Install Storm Drain Filter 13 EA 750.00 9,750.00 2,500.00 32,500.00 4,697,00 61,061.00 1,570.00 20,410.00 A24 Abandon Existing Storm Drain 1 LS 5,000.00 5.000.00 '3;500.00 3.500.00 1,661.00 1,661.00 3,000.00 3,000.00 A25 Remove and Reinstall Chain Link Fence 40 LF 10.00 400.00 40.00 1,600.00 67.18. 2.687.20. 104.00 4,160,00 A26 Survey 1 LS 4,000.00 4,000.00 4,500.00 4,500.00 3,375.06 3,375.00 4,400.00 4,400.00. $296,720 $321,620 $379,014 1 $313,749 f. \usemlpbw\shareMmnlrac600 -01X1010 SUMMARY C- 3645.xis Page 3 Sewer and Storm Drain ENGINEER'S ESTIMATE: $673,940.00 PROJECT MANAGER: Sean Crumby f. Wse rslpbwlsharedlcontactt00 -0111BID SUMMARY C- 3645.xis Page 4 J 3RD - Mailch Brothers. 4TH - Clarke Contracting 5TH - W.A. Rasia 8TH - SRO Engineering ITEM DESCRIPTION IQUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT Sewer Main Improvements S- 5202 -5 B1 Mobilization 1 LS 35,000.00 35,000.00 26,500.00 26,500.00 59,636.00. 59,636.00. 37,000.00 37,000.00 B2 Traffic Control 1 LS 7,500.00 7;500.00 7,000.00 7,000.00 6,750.00 6,750.00 46,000.00 46,000.00 B3 Prepare WPCP 1 LS 3,000.00 3,000.00 6,000.00 6,000.00 4;793.00 4,793.00 4,140.00 4,140.00 B4 Remove and Reconstruct 8 "VCP Sewer .930 LF 19000 176,700.00 216.00 200,880.00 222.87 207,269,10 232.00 215,760.00 B5 Pipeburst8" Sewer 195 LF 230.00 44,850.00 350.00. 68,250.00 460.76 89,848.20 344.00 67,080.00 B6 Remove and Reconstruct e" PCC Pavement 2,500 SF 10.00 25,000.00 78.00 45,000.00 11.86 29,650.00 26.00 65,000.00 B7 Remove and Reconstruct AC Pavement 4,500 SF 5.00 22,500.00 6.00 27.000.00 6.18 27,810.00 9.60 43;200.00 38 Construct Alley .Approach 3 EA 1,500.00 4,500.00 2,200.00. 6;600.00 3,757.67 11,273.01 2,960.00 8,880.00 B9 Remove and .Replace Landscaping Improvements 1 LS 10,000.00 10,000.00 8,000.00 8,00000 .2,214,00 2,214.00 24,000.00 24,000.00 B10 Reconstruct Sewer Lateral 6 EA 500.00 3,000.00 6,000.00 36,000.00 2,001.33 12,007.98 2.900.00 17,400.00 B11 Construct 48" SSMH per CNB STD -001 -L 7 EA 2;000.00 14,00000 3,400.00 23,800.00 3,661.86 25,633.02 4,540.00 31,780.00 B12 Remodel Existing 48" SSMH 3 EA 1,000.00 3,000.00 1.500.00 4,500.00 1,075.67 3,227.01 1,470.00 4,410.00 B16 Trench Excavation Safety Measures 1 LS 10;000.00 10,000.00 30,000.00 30,000.80 7;088.00 7,088.00 6,200,00 6,200.00 B17 Construction Surveying 1 LS 5,000.00 5,000.00 5,500.00 5,500.00 5,400.00 5;400.00 3,840.00 3,840.00 B18 Provide AS -Built Drawings 1 LS 3,000.00 3,000.00 600.00 600.00 1,080.00 1,080.00 1,500.00 1,500.00 $367,050 $495,630 $493,679 $576,190 OCSD - Sewer Main Im rovemenIs 5 -13 -1 C1 Mobilization 1 LS 15;000.00 15,000.00 34,500.00 34;500.00 32,906.00 32.906.00 6,300.00 6,300.00 C2 Traffic Control 1 LS 4,000.00 4,000.00 7,000.00 7,000.00 4,050.00 .4,050.00 7,800.00 7,80000 C3 Abandon SSMH per Detail 4 on sheet 2 EA 1,500.00 3.000.00 2.500.00 5,000.00 2,325.50 4.651.00 2,700.00 5,400.00 C4 Remove SSMH Shaft, Cover, and Base 1 EA 1,000.00 1,000.00 3.500.00 3;500.00 3;328.00 3,328.00 4,600.00 4,600.00 C5 Construct 8" VCP Sewer wl Trench Resurfacing 6 LF 190.00 1,140.00 216.00 1,296.00 1,276.17 7,657.02 520.00 3,120.00 C6 Construct 24" VCP Sewer wl Trench Resurfacing 300 LF 230000 69,000.00 330.00 99,000.00 247.09 74,127.00 198.00 59,400.00 C7 Construct 60" SSMH per OCSD 5 -050 4 EA 6,000.00 24,000.00 7,600.00 30,400.00 5,214.50 20,858.00 8,800,00 35,200.0 Ce. Construct 48" SSMH per CNB STD-401 -L 1 EA 2.000.00 2,000.00 3.400.00 3,400.00 5,299.00 5,299.00 5,800,00 5,800.00 C9 Construct 8" PCC Cross Gutter 410 SF 9.00 3,690.00 18.00 7.380.00 16.17 .6,629.70 14.00 5,740;00 010. Cold Mill AC Pavement 6,800 SF 0.20 1,360.00 1.00 6,800.00 1.60 10,880.00 0.97 6,596.00 Ct t Construct 1.5" AC Overlay 70 TONS 52.00 3.640.00 175.00 12,250.00 138.67 9,706.90 167.00 11,690.00 C12 Install Traffic Striping, Markings and Markers 1 LS 5,000.00 5,000.00 4,000.00 4,000.00 .2,025.00 2,025.00 3,000.00 3,000.00 C73 Dewatering 1 LS 15,000.00 15,000.00 10;000.00. 10.000.00 8,768.00 8,768.00 24,800.00 24,800.00 C14 Trench Excavation Safety Measures 1 LS 10,000.00 10.000.00 10,000.00 10,000.00 6,413.00 6,413:00 2,570.00 2,570.00 C15. Construction Surveying 1 LS: 3,000.00 3,000.00 3,500.00 3,500.00 3,375.00 3,375.00 3,180.00 3,180.00 C16 Provide As -Built Drawings 1 LS 1,500.00 1,500.00 750.00 750.00 1.080.001 1,080.00 600.00 600.00 $162,330 $238,776 1 $201,754 $185,796 ,3RD $826,100.00 4TH $1,056,026.00 5TH 1 $1,074,446.71 6TH $1,075,735.00. f. Wse rslpbwlsharedlcontactt00 -0111BID SUMMARY C- 3645.xis Page 4 J C-I Li INsllu1HIJ_.7.y aim Dia11C11. 3JAZ1&IIA THIS REIMBURSEMENT AGREEMENT ( "Agreement "), is made and entered into on this day of 2004, by and between: LIN01 ORANGE COUNTY SANITATION DISTRICT, a County Sanitation District, hereinafter referred to as "District"; CITY OF NEWPORT BEACH, California, a Municipal Corporation, hereinafter referred to as "City ". District and City are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as "Parties ". RECITALS WHEREAS, District is a duly organized County Sanitation District existing pursuant to the County Sanitation District Act, California Health and Safety Code section 4700, et seq., providing for the ownership, operation, and maintenance of wastewater collection, treatment, and disposal facilities within Orange County, California; and WHEREAS, City is a duly organized Municipal Corporation existing pursuant to the laws of the State of California; and WHEREAS, City is planning to develop a low- income senior housing project in the City, near the intersection of Jamboree Road and Backbay Drive ( "City Project "); and WHEREAS, City Project will require realignment of District's Coast Highway Trunk Sewer Line ( "Coast Highway Trunk "), including abandoning a portion of the Coast Highway Trunk ( "Trunk Realignment"), located near the intersection of Jamboree Road and Backbay Drive in the City; and WHEREAS, City has agreed to provide design services for the construction of the Trunk Realignment at its sole cost and expense; and WHEREAS, City is willing to let, administer, and manage a construction contract for the construction of the Trunk Realignment; and WHEREAS, City has agreed to construct the new portion of the Coast Highway Trunk and abandon in place an unneeded portion of the Coast Highway Trunk to accommodate the City Project; and 179905.3 Page 1 of 7 0 9 WHEREAS, City has agreed to obtain, at its own cost and expense, any easements necessary for the Trunk Realignment, and District has agreed to quitclaim to The Irvine Company ( "TIC ") the existing easement for that portion of the Coast Highway Trunk to be abandoned, and the easement for an unconstructed alignment for Project 5 -46 Backbay Sewer; and WHEREAS, District has agreed to reimburse City for one -half (1/2) of the actual construction costs of the Trunk Realignment upon completion; and WHEREAS, District has agreed to generate, at its own cost and expense, all legal descriptions associated with the Trunk Realignment. AGREEMENT NOW THEREFORE, in consideration of the mutual promises set forth herein, the Parties hereto agree as follows: Section 1: Recitals. The Recitals above are deemed true and correct, are hereby incorporated in this Section as though fully set forth herein, and each Party to this Agreement acknowledges and agrees that such Party is bound by the same. Section 2: Elements of Agreement. City and District shall work cooperatively together so that Trunk Realignment can be constructed in a manner which minimizes costs and impacts to the public. The specific terms and conditions governing the elements of this Agreement are set forth hereinafter. Section 3: City's Specific Obligations. City shall: A. Provide design services necessary for the Trunk Realignment at its sole cost and expense. B. Prepare and issue a public works bid package and let, administer, and manage a construction contract for the construction of the Trunk Realignment. C. Obtain all necessary permits for construction of the Trunk Realignment. D. Submit prepared plans and specifications for the design and construction of the Trunk Realignment to the District for review and approval by District's Director of Engineering. The plans and specifications shall meet District's standards and technical requirements for the Trunk Realignment. Such approval shall not be unreasonably withheld. E. In accordance with District standards and technical requirements, construct the realigned portion of the Coast Highway Trunk necessary to accommodate the City Project and abandon in place that portion of the District Coast Highway Trunk which will not be needed following completion of the Trunk Realignment. 179805.3 Page 2 of 7 0 F. Obtain the written approval of the Districts' Director of Engineering of the Trunk Realignment prior to accepting the improvements. Such approval shall not be unreasonably withheld. G. Furnish and deliver to District "as built" drawings of the Trunk Realignment and any additional project - related documents requested by District, all at no cost to District. H. Require a one -year warranty on the project from its contractor which warranty shall be assigned by City to District upon transfer of the Trunk Realignment to District, and which shall read as follows: "Contractor guarantees for a period of one (1) year from the date of final acceptance of the work by City that the Contractor shall repair or remove and replace any work, together with any other work which may be displaced in so doing, that is found to be defective in workmanship and/or materials without any expense to City or its assigns, ordinary wear and tear excepted. If Contractor fails to comply with this warranty within one (1) week after being notified in writing, City or its assigns are authorized to proceed to have the defects remedied at Contractor's expense who shall pay the cost and charges thereof immediately on demand. If, in the opinion of City or its assigns, defective work detected during the guarantee period creates a dangerous condition or requires immediate correction or modification to prevent further loss to City or its assigns or to prevent interruption of City or its assigns operations, City or its assigns shall be authorized to repair the condition without prior notice to the Contractor and Contractor shall pay the cost and charges thereof immediately upon demand. Contractor's obligations under this section are in addition to Contractor's other express or implied assurances under this Contract and State law and in no way diminish any other rights that City or its assigns may have against Contractor for faulty materials, equipment, or work. The Faithful Performance Bond and Labor and Materials Bond shall continue in full force and effect for the guarantee period." I. Upon completion of the Trunk Realignment, transfer ownership of the Trunk Realignment to District free of any cost to the District (except as otherwise set forth in Sections 4.A. and 6), along with any easements necessary for the project. J. This Agreement is contingent upon the City obtaining any easements necessary for the Trunk Realignment from TIC and/or other persons /entities. City shall obtain, at its own cost and expense, all easements necessary for the Trunk Realignment, in a form approved by the District. District shall have no responsibility for obtaining or paying the cost of obtaining the easements necessary for the project. If City fails to obtain all necessary easements for the project, District may, in its sole discretion, terminate this Agreement at no cost to District. 179805.3 Page 3 of 7 11 9 Section 4: District's Specific Obligations. District shall: A. Generate, at its own cost and expense, all legal descriptions associated with the Trunk Sewer Realignment B. Upon completion of the Trunk Realignment, and upon receipt of an invoice and supporting documentation from City detailing the actual project construction costs, reimburse City for one -half (1/2) of the actual cost of the construction of the Trunk Realignment. As used in this Agreement, Construction Costs shall not include costs for preparation of legal descriptions, costs of acquiring easements, project design costs and City administrative costs for the Project. C. At all times during the progress of construction of any work, District shall have access to the work thereof for the purpose of inspection of Project progress. D. Retain final authority to accept or reject the contractor's work on the Trunk Realignment. District shall act reasonably in the exercise of such authority. E. Upon transfer of the Trunk Realignment to District, District shall quitclaim to TIC the following two (2) easements: (1) the existing easement for that portion of the Coast Highway Trunk to be abandoned, and (2) the easement for the unconstructed alignment for Project 5 -46 Backbay Sewer. Section 5: Change Orders and Design Addenda. District shall be provided the opportunity to review and approve all design addenda and construction change orders that pertain to the Trunk Realignment. Such approval shall not be unreasonably withheld. Section 6: Timing of Reimbursement. When the Trunk Realignment is completed, City shall submit an invoice and supporting documentation to District showing the actual cost of the construction of the Trunk Realignment. District shall pay City one -half (1/2) of the actual cost of the construction of the Trunk Realignment within sixty (60) days of District's receipt of the invoice and supporting documentation. Construction costs are currently estimated at $160,000.00. Section 7: Environmental Documentati on. City shall be responsible for compliance with the California Environmental Quality Act ( "CEQA ") (Pub. Resources Code, Section 21000 et seq.) for all activities associated with the Trunk Realignment. Section 8: Hold Harmless. A. City shall defend and hold District, its officers, employees, agents, and consultants free and harmless from any and all claims, damages, or demands arising out of City's performance of its obligations under this Agreement. B. District shall defend and hold City, its elected and appointed officials, employees, agents, and consultants free and harmless from any and all claims, damages, or demands arising out of District's performance of its obligations under this Agreement. Section 9: Insurance. City shall require the construction contractor to maintain the insurance policies in the amounts stated herein during all times of the construction project. City 179805.3 Page 4 of 7 0 0 shall not allow contractor or subcontractor(s) to commence work on the project until insurance is obtained in accordance with the requirements of this section. City shall require that insurers be admitted carriers and authorized to transact business in the State of California and that insurers have an "A - ", or better, Policyholder's Rating, and a Financial Rating of at least Class VII, or better, in accordance with the most current A.M. Best Rating Guide. City shall include a provision in its contract with contractor that District may require contractor to substitute any insurer whose rating drops below the levels herein specified and that the substitution shall occur within twenty (20) days of written notice to contractor by District or its agent. City shall require contractor to famish District with original certificates and amendatory endorsements effecting coverage. Said policies and endorsements shall conform to the requirements herein stated. All certificates and endorsements are to be received and approved by District before work commences. District reserves the right to require complete, certified copies of all required insurance policies, including endorsements, affecting the coverage required by these specifications, at any time. City shall require that such policies shall name District, its officers, employees, agents, and consultants as additional insureds thereon by endorsement to such policies. City shall require that each insurance policy required by this section shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days' written notice. City shall require coverage in at least the following amounts: A. General Liability. $1,000,000.00 per occurrence for bodily injury, personal injury, and property damage and $2,000,000.00 aggregate for bodily injury, personal injury, and property damage. B. Automobile Liability. $1,000,000.00 combined single limit per accident for bodily injury and property damage, including non -owned and hired vehicles. C. Workers' Compensation. Workers' Compensation, in accordance with the Workers' Compensation Act of the State of California for a minimum of $1,000,000.00. Such Workers' Compensation Insurance shall be endorsed to provide for a waiver of subrogation against District. Section 10: Term. The term of this Agreement shall be in full force and effect until the specified obligations of both Parties have been fulfilled or rescinded by both Parties. Section 11: Agents. Any contractor, subcontractor, or consultant performing work in connection with the Trunk Realignment shall be conclusively deemed to be an agent of City. Section 12: Notices. All notices or other communications required or permitted hereunder shall be in writing and shall be personally delivered or sent by registered or certified mail, postage prepaid, return receipt requested, delivered or sent by electronic transmission, and shall be deemed received upon the earlier of: (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) three (3) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by electronic transmission. Any notice, request, demand, direction, or other 179605.3 Page 5 of 7 9 • communication sent by electronic transmission must be confirmed within forty -eight (48) hours by letter mailed or delivered. Notices or other communications shall be addressed as follows: To District: Orange County Sanitation District Post Office Box 8127 Fountain Valley, CA 92728 -8127 Attention: Penny Kyle, Board Secretary Facsimile: (714) 962 -0356 To City: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Public Works Director Facsimile: (949) 644 -3020 Section 13: Jurisdiction. In the event of a dispute regarding performance or interpretation of this Agreement, the venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of California for Orange County. In the event that suit is brought by either Party to enforce the terms and provisions of this Agreement or to secure the performance hereof, the prevailing Party shall be entitled to reasonable attorneys' fees, costs, and necessary disbursements in addition to any other relief to which it may be entitled. Section 14: Force Majeure. Except for the payment of money, neither Party shall be liable for any delays or other non - performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Act of God, strike or labor dispute, war or other violence, acts of third parties, or any law, order, or requirement of any governmental agency or authority. Section 15: Governing Law. This Agreement shall be governed by the laws of the State of California. Section 16: Entire Agreement. This Agreement constitutes the entire understanding and agreement between the Parties and supersedes all previous negotiations between them pertaining to the subject matter thereof. Section 17: Waiver. A waiver of a breach of the covenants, conditions, or obligations under this Agreement by either Party shall not be construed as a waiver of any succeeding breach of the same or other covenants, conditions, or obligations of this Agreement. Section 18: Modification. Alteration, change, or modification of this Agreement shall be in the form of a written amendment, which shall be signed by each Party. Section 19. Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be invalid under the applicable law, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement. 179N05.3 Page 6 of 7 11 Section 20. Agreement Execution Authorization. Each of the undersigned represents and warrants that he or she is duly authorized to execute and deliver this Agreement and that such execution is binding upon the entity for which he or she is executing this document. IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed as of the day and year first above written. APPROVED AS TO FORM: GENERAL COUNSEL APPROVED AS TO FORM M City Attorney ORANGE COUNTY SANITATION DISTRICT Blake P. Anderson, General Manager Secretary, Board of Directors CITY OF NEWPORT BEACH By Mayor ATTEST: City Clerk FAUSERSV' "Shared\ AGREEMENTS - Outside \OCSD Reimbursement Agreement 4- 26- 04.DOC 179895.3 Page 7 of 7 y of Newport Beac� BUDGET AMENDMENT 2003 -04 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates X Account Increase Expenditure Appropriations AND X Transfer Budget Appropriations SOURCE: Affordable Housing Contribution $93,430.00 FY 04 -05 from existing budget appropriations X OC Sanitation District Contribution from additional estimated revenues EXPENDITURE APPROPRIATIONS (3603) from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO. BA- 04BA -057 AMOUNT: $250,173.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance To increase revenue estimates and expenditure appropriations and to transfer expenditure appropriations related to Storm Drain and Sewer Replacement, C -3645. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description Amount Debit Credit REVENUE ESTIMATES (3601) Fund /Division Account Description 250 5901 Affordable Housing Contribution $93,430.00 FY 04 -05 250 4839 OC Sanitation District Contribution $93,430.00 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7181 Gas Tax Account Number C5100462 Citywide Slurry Program $63,616.00 Division Number 7181 Gas Tax Account Number C5100008 Storm Drain Improvement Program $63,616.00 Division Number 7251 Contributions. Account Number C5100755 Bayview Landing OCSD Trunk Sewer Relocation $186,860.00 Division Number Account Number Signed: Signed: Signed: 1 financial Approval: Administrative SServices Director Administrative Approval: City Manager City Council Approval: City Clerk Date S e° Date ijty of Newport Beaco NO. BA- 04BA -057 BUDGET AMENDMENT 2003 -04 AMOUNT: $250,173.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND � Decrease in Budgetary Fund Balance X Transfer Budget Appropriations X No effect on Budgetary Fund Balance SOURCE: X from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase revenue estimates and expenditure appropriations and to transfer expenditure appropriations related to Storm Drain and Sewer Replacement, C -3645. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit . Credit REVENUE ESTIMATES (3601) Signed: Signed: Approval: Administrative Services Director City Manager Signed: (/We JwLe— J10 . W4 City Council Approval: City Clerk - Q3- O Date ' 514119411 e A/0 . Date Fund /Division Account Description 250 5901 Affordable Housing Contribution $93,430.00 FY 04-05 250 4839 OC Sanitation District Contribution $93,430.00 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7181 Gas Tax Account Number C5100462 Citywide Slurry Program $63,616.00 Division Number 7181 Gas Tax. Account Number C5100008 Storm Drain Improvement Program $63,616.00 Division Number 7251 Contributions Account Number C5100755 Bayview Landing OCSD Trunk Sewer Relocation $186,860.00 Division Number Account Number Signed: Signed: Approval: Administrative Services Director City Manager Signed: (/We JwLe— J10 . W4 City Council Approval: City Clerk - Q3- O Date ' 514119411 e A/0 . Date