Loading...
HomeMy WebLinkAboutC-3708 - Irvine Avenue and Dover Drive 24-inch Water Transmission Main Santiago Drive to Westcliff DriveMiddenway, Noelani Subject: FW: Vadnais Corporation - Current Address Attachments: PP- 14Retention.pdf Per Shauna's email, please use the following address when sending correspondence to Vadnais Corporation — 2130 La Mirada Drive Vista, CA 92081 -8815 Thank you. From: Oyler, Shauna Sent: Monday, March 09, 2009 8:35 AM To: Middenway, Noelani Subject: RE: Vadna!s Corporation - Current Address The attached last progress payment shows a new address. Hope this helps ............... - ........- ._... From: Middenway, Noelani Sent: Monday, March 09, 2009 8:28 AM To: Oyler, Shauna Subject: RE: Vadnais Corporation - Current Address Irvine Avenue 24 -inch Water Main Replacement (C- 3708). We mailed it to 9164 Rehco Road, San Diego, CA 92121. Thanksl .1 ... ..... _— .....__... ........ ........ . ... _............ - - -- �._...... ........... .. ...... From: Oyler, Shauna Sent: Monday, March 09, 2009 8:27 AM To: Middenway, Noelani Subject: RE: Vadnais Corporation - Current Address Give me the name of the project please and I will check the last progress payments. . ... ..... ......._..- - _ ................. .._.....____._ ........... ..... ..... ......... From: Middenway, Noelani Sent: Monday, March 09, 2009 8:16 AM To: Oyler, Shauna Subject: Vadnais Corporation - Current Address HiShauna, Do you have a current address on file for Vadnais Corporation? The labor and material bonds were returned to us as 'undeliverable as addressed' and I was wondering if you had something more recent on file. Let me know please and thank you! O Noelani Middenway Assistant City Clerk 3300 Newport Blvd., Newport Beach, CA 92663 I CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC February 26, 2009 Vadnais Corporatioon 9164 Rehco Road San Diego, CA 92121 Subject: Irvine Avenue 24 -inch Water Main Replacement (C -3708) To Whom It May Concern: On February 26, 2008, 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 April 8, 2008. The Surety for the contract is Arch Insurance Company, and the bond number is SU5020729. Enclosed is the Faithful Performance Bond. Sincere AY, A4V� - yu � Leilani I. Brown, MM 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 i —id No. SU5020729 Premium: $28,270.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 BOND NO. SU5020729 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 28, 270.00 being at the rate of $ 10.00 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Vadnais Corporation, hereinafter designated as the 'Principar, a contract for construction of IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE, Contract No. 3708 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3708 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Arch Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million, Eight Hundred Twenty -Seven Thousand, Forty -Nine and 001100 Dollars ($2,827,049.00) lawful money of the United States of America, said sum being equal to 900% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements In the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. NJ 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 anyway 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 Surety above named, on the 13th day of June Vadnais Corporation Vadnais Corporation (Principal) Arch Insurance Company Name of Surety 135 N. Los Robles Ave., $825 Pasadena, CA 91101 Address of Surety 626 - 639 -5252 Telephone executed by the Principal and dent Agent I Janina Monroe, Attorney -in -Fact Print Name and title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of orange lT JUN 13 2008 before me, Melissa A. Covarrubias, Notary Public Nano and Tine or oftq a.4. -� O .Wwy Pabhc"1 personally appeared Janina Monroe Name* of scae.w ® personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware 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 �.–.W – -- his/her /their signature(s) on the instrument the person(s), MEU5S4 A COVARRUBAS or the entity upon behalf of which the person(s) acted, CoMirrAdon #1562655 executed the instrument. Norary Pubic - CaRomb Cow WITNESS my hand and official seal. MV Comm. 6q�kes Mar 22.2009 'IS4natu,v MNCAmy PWYe OPTIONAL Through the informatfon below is not required by lax, it may prove valuable to persons rerying on the document and could prevent fraudulent removal and reattachment of this fem7 to another document Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capaciiyties) Claimed by Signer(s) Signer's Name: Janina Monroe Signer's Name: ❑ Individual • Corporate Officer • Title(s): ❑ Partner — ❑ Limited ❑ General ® Attomey -in -Fact • Trustee • Guardian or Conservator ❑ other: Signer Is Representing: BD-1133 997 RIGHT THU " /ftRHIRT OP SIGNER Number of Pages: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: mPam�nt.nerc Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego I on 6 -20 -06 beforems, Adrienne C. Strand, Notary Public Dery Nava antlTae a axol(w.. -xe. nog. Nagy Pearl personally appeared Paul J. Vadnais N.(.) a SV,re (.) ADRIENNE C. STRAND V COMM. #1475955 0 • NOTARYPusuc- cAUFORMA SAN DIEGO COUNTY My Commission Expires 1 MARCH 11, 2008 0 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in histherRheir authorized capacity(ies), and that by his/herAheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITIJESS my hand n off' al seal. C_ Adrienne C. -Stralidv, Notary Public OPTIONAL Though the Inbmtafion below is not required by law. M my prove valuable to persons rWng bn the document and could prevent fraudulent removal and reaaadrmanl of mis form to anothwdocumeat. 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: Noffm • Individual Top of flytmb here • Corporate Officer — Title(s): • Partner — ❑ Limited O General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: 0 1999 Ne N$a Aasoa • M N Sao Am.. P.O. Sox 2 • clalaw . CA 9181a�W • www.mftmYCte wg Pma. M. S Rawtler Call Td .18Wdy9e82y POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company°) does hereby appoint Victoria M. Campbell, Thomas G. McCall and Janina Monroe of Irvine, CA (EACH) its true and lawful Attomey(s) -in -Fact, to make, execute. seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make. execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split Into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance 'of these presents shall be as.binding upon the said Company as fully and amply to all intents and purposes, as W ttre same ffadbaeh duly executed and acknowledged by its regularly elected officers at Its principal office in Kansas City, Missouri_ This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Hoard of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect 'VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated In writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agerits and attomeys -in -fact, and to author¢e them to execute on behalf of the Company, and attach the seal of the Company thereto. bonds and undertakings. recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsim� under qgd by authority of the following resolution adopted by the unanimous_ consent of the Board of Directors of the Company on March 3.2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated In writing and Bled with the Secretary, and the signature of the Secretary, the seal of the Company, and cariiticallons by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. o0ML0013 00 03 03 Page 1 of 2 Printed In U.S.A. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless. MMC April 8, 2008 Vadnais Corporation 9164 Rehco Road San Diego, CA 92121 Subject: Irvine Avenue 24 -inch Water Main Replacement (C -3708) To Whom It May Concern: On February 26, 2008, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 4, 2008, Reference No. 2008000099107. The Surety for the contract is Arch Insurance Company, and the bond number is SU5020729. Enclosed is the Labor & Materials Payment Bond. Sincer ly, - VLZ.te . Harkl s, MMC 1 City Clerk cc: Public Works Department 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 ,._.id No. SU5020729 Premium: Included in cost of performance bond. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO, 3708 BOND NO. SU5020729 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Vadnais Corporation, hereinafter designated as the "Principal," a contract for construction of IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCUFF DRIVE, Contract No. 3708 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. 3708 and the terms thereof require the fumishing 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, Arch Insurance Company duty authorized to transact business under the laws of the Stale of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of Two Million, Eight Hundred Twenty-Seven Thousand, FortyNine and 001100 Dollars ($2,827,049.00) 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 tha Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work. or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 27 The Bond shall Inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specification 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 13th day of June . 2006. Vadnais Corporation ^" � Vadnats Corporation (Principal) o . e naturemtie au Japs, President Arch Insurance Company Name of Surety 135 N. Los Robles Ave., 6825 Pasadena, CA 91101 Address of Surety 626- 639 -5252 Telephone Agent Signature Janina Monroe, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 28 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of Orange On JON 13 20 M before me, Melissa A. CovarrubiasI Potarg Public Ne a Title IX Off ro (as..'J. Don Notary htbci personally appeared Janina Monroe NMI* Of ac"Nst ® personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the MELM A COVAMtue� same in his/herAheir authorized capacity(ies), and that by C f t�65g his/her/thair signature(s) on the instrument the person(s), Nckry PM • c oomlo or the entity upon behalf of which the person(s) acted, 'gow OtotlgB county executed the instrument. CorryTt. F� Mor 22.2009 WITNESS my hand and official seal. SWMure d Notary P�bk OPTIONAL Though the i dormabon below is not required by law, it may prove eeluable to persons relying on the document and couMAstrent fraudulent removal and reattachment of this tome to another document. Description of Attached Document T tle or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Janina Monroe Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner — ❑ Limited ❑ General ® Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Top d tlfumb here Signer Is Representing: BD-1133"7 Number of Pages: ❑ Individual • Corporate Officer • Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Too f t,� twit Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } SS. County of San Diego J On 6 -20 -06 before me, Adrienne C. Strand, Notary Public Date flame eM Tee d 0&oo (e9.. *J Dm Notary PuhEn personally appeared Paul J. Vadnais Nema(s) d sgregsl ADRIENNE C. STRAND� COMM. #1475955 CO) �� NOTARYPUBLIC- CALIFORNIA �pN DIEGO COUNtt V My Commission Expiras MARCH 11, 20Da 9 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAhey 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. W ES my hand n( �offial seal. CeW NOMy P10 Adrienne C.Vtrand, Notary Public OPTIONAL Though the Irdormaflon below is not required by law, if may prove valuable to persons reMng on the Document and could prevent Imudutenf removal and reaffadrment of gris 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 — Tdle(s): • Partner — ❑ Limited ❑ General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: 01999 Nalbnal Notary Aaeooetlon • 9350 De S Am, P.O. Be. 2 • Ctwd w , CA 91313.2308 • aaew.nwe MhOtrymg P . No. 69m R ojer. Call Toi.Fm 1-BeeB]6 7 • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in OfficiallpecOrds, Orange County Tom Daly, Clerk- Recorder IIIIIIIIIIIIIIUIIINIIINIIIIIIININNInNNIIIIIIhyINIININUNO FEE 2008000099107 09:41am 03/04/08 112 234 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Vadnais Corporation, of San Diego, California, as Contractor, entered into a Contract on June 26, 2006. Said Contract set forth certain improvements, as follows: Irvine Avenue 24 -inch Water Main Replacement (C -3708) Work on said Contract was completed, and was found to be acceptable on February 26. 2008, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Arch Insurance Company. VERIFICATION Director ,rt Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ��'- // Executed on Fe'i 'cL4 !�4 a7 at Newport Beach, California. City Clerk C �1 c� VERIFICATION Director ,rt Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ��'- // Executed on Fe'i 'cL4 !�4 a7 at Newport Beach, California. City Clerk C �1 w 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC February 27, 2008 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for Sidewalk, Curb and Gutter Replacement (C -3866) Notice of Completion for Santa Ana Heights Fire Station Training Tower (C -3852) Notice of Completion for Irvine Avenue 24 -inch Water Main Replacement (C -3708) Please record the enclosed Notice of Completions and return them to the City Clerk's office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosures 3300 Newport Boulevard - Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 - www.city.newport- beach.ca.us • i 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 17 February 26, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Andy Tran 949 -644 -3315 or atran @city.newport- beach.ca.us SUBJECT: Irvine Avenue and Dover Drive 24" Water Main —Completion and Acceptance of Contract No. 3708 RECOMMENDATIONS: 1. Accept the completed work. 2. Authorize the City Clerk to file a Notice of Completion. • 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 13, 2006, the City Council authorized the award of the Irvine Avenue and Dover Drive 24" Water Main project to Vadnais Corporation. The contract provided for the construction of a new 24" water main on Irvine Avenue from Dover Drive to Santiago Drive and on Dover Drive from Westcliff Drive to Irvine Avenue. As part of the Water Master Plan, the water facilities within Irvine Avenue and Dover Drive were targeted to be replaced due to their age and an increase in the need for capacity. 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: $2,827,049.00 Actual amount of bid items constructed: $2,894,212.52 Total amount of change orders: $259,645.35 Final contract cost: $3,153,857.87 U Irv*enue and Dover Drive 24" Water Main - Completi Co Acceptance of Contract No. 3708 February 26, 2008 Page 2 The increase in the amount of actual bid items constructed over the original bid amount • resulted from the increased square footage of asphalt grind and overlay and three additional 24" butterfly valves. The final overall construction cost including six change orders was 11.5 percent over the original bid amount. The six change orders were as follows: Change Description Amount Order 1 New 6" water valve and exploratory work to determine $10,37021 the ali nment of the existing water main 2 & 3 New sewer, water, and electrical services for the $53,738.06 temporary Mariners Park restrooms. The Mariners Park Library and Restroom Demolition, Contract No. 3864, was awarded by the City Council as a separate contract. Prior to demolition, it was determined that temporary restrooms were needed to accommodate visitors at Mariners Park. These newly installed services will be used for the future permanent restroom, currently in design. After requesting and receiving quotes for the work from other contractors, all of which were higher, a change order was issued to Vadnais. 4 Deletion of three thrust blocks which resulted in a - $3,364.29 reduction. The unit price of the 24" butterfly valves was also reduced to reflect the City's request for an increase in quantity. 5 During construction it was discovered that several $128,146.18 existing utility lines were in conflict with the proposed new alignment. Therefore, the water main alignment was modified to avoid the conflicts. 6 Provided for the installation of rubberized asphalt on $70,755.19 Irvine Avenue in lieu of conventional asphalt. Also included, landscape and irrigation repair work at the intersection of Dover Drive and Mariners Drive and at the Dover Drive cul -de -sac by Irvine Avenue,. Total Project Change Orders 1 $259,645.35 Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementation 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. U U • • • Imsenue and Dover Drive 24" Water Main - CompletiAa Acceptance of Contrad No. 3708 February 26, 2008 Page 3 Fundina Availability. Funds for the construction contract were expended from the following accounts: Account Description Mariners Park. Improvement Water Enterprise Water Enterprise Other Project Costs: Account Number 7015- C5100817 7501- C5500386 7501- C5500578 Total: ►O,,t:171; I $53,738.06 $2,011,049.00 $1,089,070.81 $3,153,857.87 In addition to the primary design /construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction Civil Engineering Boyle Civil Engineering Tettemer Civil Engineering Stantec Materials Testing Construction Inspection Soils. and Materials Testing Geogtechnical Utilities and Fees Incidentals ' Total Project Cost $3,153,857.87 121,825.38 144,119.43 38,388.57 79,476.00 23,484.45 19,710.00 13,949.73 9,517.96 2,043.00 $3,606,372.39 The original completion date was August 15, 2007. The contractor was allowed 83 additional working days to complete the change order work. In addition, there were 12 non - working days due to rain. The revised completion date was January 8, 2008. All work was substantially completed by this date. Prepared by: Andy T an Senior Civil Engineer Submitte t h dum ubli orks Director 0 0 0 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 35'/ l00-d - ,D 0L-) hi'l 13 204 h riAUVLU •'J' d� Agenda Item No. 13 June 13, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael Sinacori 949 -644 -3342 or msinacori @city.newport- beach.ca.us SUBJECT: IRVINE AVENUE AND DOVER DRIVE 24" WATER MAIN - AWARD OF CONTRACT NO. 3708 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3708 to Vadnais Corporation for the Total Bid Price of $2,827,049 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $300,000 to cover the cost of unforeseen work and $50,000 for materials testing and geotechnical services. DISCUSSION: At 11:00 a.m. on June 1st, 2006 the City Clerk opened and read the following bids for this project: BIDDER Low Vadnais Corporation 2 Engineered Plumbing, Inc. 3 J. Fletcher Creamer & Sons, Inc. 4 W. A Rasic Construction, Inc. 5 E.J. Meyer Company 6 Majich Brothers, Inc. 7 Vido Artukavich & Sons/Vidmar, Inc. J.V. 8 GCI Construction Inc. 9 BRH- Garver West, Inc. TOTAL BID AMOUNT $2,827,049 3,231,728 3,252,161 3,587,260 3,777,777 3,978,410 4,043,728 4,180,815 4,543,805 " Corrected Bid Amount The low total bid amount is 6 percent below the Engineer's Estimate of $3,000,000. The low bidder, Vadnais Corporation, possesses a California State Contractors License Classification A as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. 0 ­ A Irvine Avenue and Dover Drive 24' Water Main —Award of conact No. 3708 June 13, 2006 Page: 2 PROJECT DESCRIPTION: As part of the Water Master Plan, the water facilities within Irvine Avenue and Dover Drive were targeted to be replaced due to their age and an increase in the need for capacity. The existing system was built in 1956 and has outlived its useful life. Due to funding constraints, the update of the water system within Irvine Avenue and Dover Drive was split into five smaller projects. Three segments have been completed. Two segments are proposed as part of this project. The work segments are as follows: Phase Proposed Work Limits Status of Project 1 24 -inch Irvine Avenue - University Dr. to Construction Complete. NOC Filed 4125106 South Bristol St. 2 24 -inch Irvine Avenue - Santiago Drive to Construction Complete. NOC Filed 10114!2003 University Drive 3 24 -inch Irvine Avenue -Dover Drive to project Considered Under this Contract Santia o Drive 4 24 -inch Dover Drive — Irvine Avenue to Project Considered Under this Contract West Cliff Drive 5 12 -inch Irvine Avenue — Dover Drive to Sherin ton Place Construction Complete. NOC Filed 3/2312004 Due to recent failures on Dover Drive, Phases 3 and 4 are recommended to be expedited and designed and constructed as one project. The project limits are within Irvine Avenue between Santiago Drive and Dover Drive and within Dover Drive between Irvine Avenue and Westcliff Drive. On September 28, 2004 the City Council approved a design contract with Tettemer & Associates, which has since been acquired by Stantec Consulting Group. The work to be done under this contract includes installation of approximately 7,500 linear feet of 24 -inch transmission main pipes and 3,500 linear feet of 8 -inch distribution water mains including all appurtenances, valves, fittings and connections within Irvine Avenue between Private Road (near Santiago Drive) to Dover Drive and in Dover Drive from Irvine Avenue to Westcliff Drive. Pursuant to the Contract Specifications, the Contractor will have 250 consecutive working days to complete the work. This includes 12 to16 weeks manufacturing time for the 24- inch cement lined and coasted steel pipe. Environmental Review: City staff has reviewed the project and has determined the project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines when the project is 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. • `J • • Irvine Avenue and Dover Drive 24" Wafer Main — Award of Contract No. 3708 June 13, 2006 Page: 3 Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be noticed by the contractor /City ten days and two days prior to starting work in their area. Geotechnical. Material Testing. and Survey Services: In addition to the contract costs, approximately $50,000 in consulting materials testing and geotechnical services are estimated for this project. Survey costs are included within the construction contract. Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Water Transmission Main Master Plan Improvements Program Pipeline Master Plan Improvements Prepared by: M ael J. Sinacori, P.E. Principal Civil Engineer Attachments: Project Location Map Bid Summary Account Number Amount 7501- C5500386 $2,061,049 7501- C5500578 $1,116,000 Total: $3,177,049 Submitted by: -- __Steph l 68um Publi orks Director W Z 0 REACH 2 LLJ J Pll 11 1AVE vi ¢ EXISTING 12 -INCH WATER MAIN UPPER NEWPORT BAY j LEGEND PROPOSED TRANSMISSION MAIN — EXISTING WATER MAIN RFACH 4 REACH I o Q EXISTING 16 -INCH WATER MAIN J ^� CITY OF DOG-�A MEG REACH 3 ACACIA DRIVE �Y1 f�jl 0 0 CITY' OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 LOCATION MAP WATER TRANSMISSION MAIN MASTER PLAN IMP VE�IENT 9 � PROGRA O g3 IRVINE AVENUE 0 w UPPER NEWPORT BAY j LEGEND PROPOSED TRANSMISSION MAIN — EXISTING WATER MAIN RFACH 4 REACH I o Q EXISTING 16 -INCH WATER MAIN J ^� CITY OF DOG-�A MEG REACH 3 ACACIA DRIVE �Y1 f�jl 0 0 CITY' OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 LOCATION MAP WATER TRANSMISSION MAIN MASTER PLAN IMP VE�IENT 9 � PROGRA • ! f CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Irvine Avenue and Dover Drive 244nch Water Transmission Main - Santiago Dr. to Westcliff I BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: C3708 DATE: 01- Jun -06 TIME: 11:00 a.m. ENGINEER'S ESTIMATE: $2,999,440.00 BY: AKT CHECKED: MJS DATE: 01- Jun-06 PROJECT MANAGER: Michael J. Sinacorl, P.E. As-bid Amount F:IUserslPBWlShared%ContractslFY 05- 06MRVINE AVE 24-IN WATER C- 37081BID SUMMARY .xis Page 1 Engineer's Estimate Vadnais Cor oration Engineered Plumbing J. Fletcher Creamer & Son, Inc. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization/Demobilization 1 LS $125,000.00 $125,000.00 $100,000.00 $100,000.00 $120,000.00 $120,000.00 $150,000.00 $150,000.00 2 Traffic Control and Appurtenant Work 1 LS $50,000.00 $50,000.00 $80,000.00 $80,000.00 $100,000.00 $100,000.00 $25,000.00 $25,000 3 24" CML &C Stl Pipe w/ Weld Joints 7,524 LF $180.00 $1,354,320.00 $195.00 $1,467,180.00 $208.00 $1,564,992.00 $237.00 $1,763,1 4 12" PVC Pipe C900 CL 200 w/ Conc Thrust Blocks 142 LF $90.00 $12,780.00 $130.00 $18,460.00 $138.00 $19,596.00 $200.00 $28,400.00 5 8" PVC Pipe 0900 CL 200 w/ Conc Thrust Blocks 3,343 LF $80.00 $267,440.00 $63.00 $210,609.00 $80.00 $267,440.00 $111.00 $371,073.00 6 6" PVC Pipe C900 CL 200 w/ Cone Thrust Blocks 160 LF $75.00 $12,000.00 $80.00 $12,800.00 $110.00 $17,600.00 $110.00 $17,600.00 7 36" Sti. Casing by Boring & Jacking 42 LF $2,500.00 $105,000.00 $1,600.00 $67,200.001 $2,200.00 $92,400.00 $1,700.001 $71,400.00 CML &C Stl Pi Tie -in to Exist Pipe 2 EA $10,000.00 $20,000.00 $1,400.00 $2,800.00 $18,000.00 $36,000.00 $8,500.00 $17,000.00 12" PVC Pipe Tie -in to Exlst.Pi e 4 EA $2,500.00 $10,000.00 $2,300.00 $9,200.00 $3,500.00 $14,000.00 $4,000.00 $16,000.00 8" PVC Pipe Tie -in to Exist. Pie 14 EA $2,000.00 $28,000.00 $2,000.00 $28,000.00 $3,000.00 $42,000.00 $4,000.00 $56,000.00 k1424" 24" Butterfly Valve, CL 150 5 EA $10,000.00 $50,000.00 $9,400.00 $47,000.00 $14,000.00 $70,000.00 $9,000.00 $45,000.00 12" R.W. Gate Valve, CL 150 3 EA $1,800.00 $5,400.00 $4,300.00 $12,900.00 $3,600.00 $10,800.00 $3,500.00 $10500.00 8" R.W. Gate Valve, CL 150 21 EA $1,000.00 $21,000.00 $2,300.00 $48,300.00 $2,400.00 $50,400.00 $1,500.00 $31,500.00 6" R.W. Gate Valve, CL 150 1 EA $1,000.00 $1,000.00 $2,800.00 $2,800.00 $1,91)0.001 $1,900.00 $1,300.00 $1,300.00 15 2" Comination Air & Vac. Valve Assembly 6 EA $3,500.00 $21,000.00 $3,600.00 $21,600.00 $5,900.00 $35,400.00 $4,600.00 $27,600.00 16 6" Fire Hydrant w/ Valve & Piping 9 EA $5,000.00 $45,000.00 $6,000.00 $54,000.00 $5,600.00 $50,400.00 $7,400.00 $66,600. 17 Cathodic Protection Systems 1 LS $41,000.00 $41,000.00 $60,000.00 $60,000.00 $40,000.00 $40,000.00 $10,000.00 $10,000.00 18 1" Service Connection to Exist. Meter 29 EA $2,500.00 $72,500.00 $800.00 $23,200.00 $1,600.00 $46,400.00 $2,200.00 $83, 19 2" Service Connection to Exist. Meter 2 EA $3,500.00 $7,0D0.00 $1,500.00 $3,000.00 $1,200.00 $2,400.00 $7,500.00 $15, 20 Temp. 2" Service Piping to Exist. Meter 400 LF $15.00 $6,000.00 $40.00 $16,000.00 $50.00 $20,000.00 $10.00 $4,000.00 21 Pressure Testing & Disinfection In Phases 1 LS $25,000.00 $25,000.00 $55,000.00 $55,000.00 $40,000.00 $40,000.00 $24,000.00 $24,0130.00 22 1 Dewatering TLS $30,000.00 $30,000.00 $30,000.00 $30,000.00 $60,000.001 $60,000.00 $15,000.00 $15,0130.00 23 Traffic Signal Loop Reparin , Temp. & Perm. 11 LS $30,000.00 $30,000.00 $26,000.00 $28,0110.00 $35,000.00 $35,000.00 $9,200.00 $9,200.00 24 Survey Staking 1 LS $50,000.00 $50,000.00 $19,000.00 $19,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 25 Grinding A.C. Pavm't, 7' Min. & Cap Replacement 200,000 SF $3.00 $600,000.00 $2.00 $400,000.00 $230 $460,000.00 $1.79 $358,000.00 26 Prepare As -built Plans 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 $113,000.00 $10,000.00 $10,000.00 $10,000.00 EE $2,999,440.00 LOW $2,827,049.00 2ND $3,231,728.00 3RD $3,252,161.00 As-bid Amount F:IUserslPBWlShared%ContractslFY 05- 06MRVINE AVE 24-IN WATER C- 37081BID SUMMARY .xis Page 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Irvine Avenue and Dover Drive 24 -inch Water Transmission Main - Santiago Dr. to Westcliff 1 BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: C3708 DATE: 01- Jun -06 TIME: 11:00 a.m. ENGINEER'S ESTIMATE: $2,999,440.00 BY: AKT CHECKED: MJS DATE: 01 -Jun -06 PROJECT MANAGER: Michael J. Sinacori, P.E. As-bid Amount FAUserslPBWtSharedlContractslFY 05.06MRVINE AVE 24-IN WATER C370MBID SUMMARY .x1s Page 2 � 0 • Engineer's Estimate W.A. Rasic Construction Company, Inc. E.J. Meyer Company Match Bros., Inc. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT I AMOUNT UNIT AMOUNT UNIT I AMOUNT 1 Mobilization/Demobilization 11 LS $125,000.00 $125,000.00 $170,000.00 $170,000.00 $232,500.00 $232,500.00 $150,000.00 $150,000.00 2 Traffic Control and Appurtenant Work 1 LS $50,000.00 $50,000.00 $95,000.00 $95,000.00 $25,000.00 $25,000.00 $60,000.00 $60,000.00 3 24" CML &C S8 Pipe w/ Weld Joints 7,524 LF $180.00 $1,354,320.00 $257.00 $1,933,668.00 $319.00 $2,400,156.00 $330.00 $2,482, 4 12" PVC Pipe C900 CL 200 wl Conc Thrust Blocks 142 LF $90.00 $12,780.00 $161.00 $22,862.00 $200.00 $28,400.00 $150.00 $21.3M 5 8" PVC Pipe C900 CL 200 w/ Cone Thrust Blocks 3,343 LF $80.00 $267,440.00 $110.00 $367,730.00 $100.00 $334,300.00 $130.00 $434,590.00 6 T PVC Pipe C900 CL 200 w/ Conc Thrust Blocks 160 LF $75.00 $12,000.00 $220.00 $35,200.00 $150.00 $24,000.00 $100.00 $16,000.00 7 36" Stl. Casing by Boring & Jacking 42 LF $2.500.001 $105,000.00 $2,150.001 $90,300.00 $1,500.00 $63,000.00 $500.00 $21,000.00 8 24" CML &C Sit Pipe Tie-in to Exist Pipe 2 EA $10,000.00 $20,000.00 $10,000.00 $20,000.00 $6,000.00 $10,000.00 $5,000.00 $10,000.00 9 12" PVC Pipe Tie-in to Exist. Pipe 41 EA $2,500.00 $10,000.00 $4,000.00 $16,000.00 $4,000.00 $16,000.00 $3,000.00 $12,000.00 10 T PVC Pipe Tie -in to Exist. Pie 141 EA $2,000.00 $28,000.00 $2,750.00 $38,500.00 $2,500.00 $35,000.00 $2,500.00 $35,000.00 11 24" Butterfly Valve, CL 150 51 EA $10,000.00 $50,000.00 $15,000.00 $75,000.00 $10,000.00 $50,000.00 $9,000.00 $45,ODO.00 12 12" R.W. Gate Valve, CL 150 3 EA $1,800.00 $5,400.00 $3,400.00 $10,200.00 $3,000.00 $9,000.00 $3,000.00 $9,000.00 13 8" R.W. Gate Valve, CL 150 21 EA $1,000.00 $21,000.00 $2,200.00 $46,200.00 $1,501.00 $31,521.00 $1,500.00 $31,500.00 14 ITR.W. Gate Valve, CL 150 1 EA $1,000.00 $1,000.00 $1,900.00 $1,900.00 $1,400.00 $1,400.00 $900.00 $900.00 15 2" Comination Air & Vac. Valve Assembly 6 EA $3,500.00 $21,000.00 $8,400.00 $50,400.00 $5,000.00 $30,000.00 $4,000.00 $24,000.00 16 6" Fire Hydrant w/ Valve & Piping 9 EA $5,000.00 $45,000.00 $5,500.00 $49,500.00 $8,500.00 $76,500.00 $4,000.00 $36,000.00 17 Cathodic Protections ems 1 LS $41,000.00 $41,000.00 $40,000.00 $40,000.00 $15,000.00 $15,000.00 $30,000.00 $30,000.00 18 1" Service Connection to Exist. Meter 29 EA $2,500.00 $72,500.00 $2,600.00 $75,400.00 $1,000.00 $29,000.00 $800.00 $23,200.00 19 2" Service Connection to Exist. Meter 2 EA $3,500.00 $7,000.00 $4,200.00 $8,400.00 $3,000.00 $6,000.00 $2,000.00 $4, 20 Temp. 2" Service Piping to Exist. Meter 400 LF $15.00 $6,000.00 $10.00 $4,000.00 $15.00 $6,000.00 $30.00 $12,000. 21 Pressure Testing & Disinfection in Phases 1 LS $25,000.00 $25,000.00 $30,000.00 $30,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 22 IDevratering 1 LS $30,000.00 $30,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $30,000.00 $30,000.00 23 Traffic Signal Loop Reparing, Temp. & Perm. 1 LS $30,000.00 $30,000.00 $12,000.00 $12,000.00 $5,000.00 $5,000.00 $20,000.00 $20,000.00 24 Survey Staking 1 LS $50,000.00 $50,000.00 $25,000.00 $25,000.00 $30,000.00 $30,000.00 $40,000.00 $40,000.00 25 Grinding A.C. Pavm't, 2" Min. & Cap Replacement 200,000 SF $3.00 $600,000.00 $1.70 $340,000.00 $1.35 $270,000.00 $2.001 $400,000.00 26 Prepare As -built Plans 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 EE $2,999,440.00 4TH $3,587,260.00 5TH $3,777,777.00 6TH 1 $3,978,410.00 As-bid Amount FAUserslPBWtSharedlContractslFY 05.06MRVINE AVE 24-IN WATER C370MBID SUMMARY .x1s Page 2 � 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Irvine Avenue and Dover Drive 244nch Water Transmission Main - Santiago Dr, to Westcliff i BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: C-3708 DATE: 01- Jun -06 TIME: 11:00 a.m. ENGINEER'S ESTIMATE: $2,999,440.00 BY: AKT CHECKED: MJS DATE: 01- Jun-06 PROJECT MANAGER: Michael J. Sinacori, P.E. As-bid Amount $4,043,728.00 $4,174,615.00 F:\ Users \PBW \Shared \Contracts\FY 05- 06MRVINE AVE 24-IN WATER C -3708 \13ID SUMMARY As Page 3 Engineer's Estimate Vido Artukovich & Son, Inc.Nidmar, Inc. a JV GCI Construction, Inc. BRH -Garver West, Inc. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT I AMOUNT 1 Mobilization /Demobilization 11 LS $125,000.00 $125,000.00 $150,000.00 $150,000.00 $380,000.00 $380,000.00 $150,000.00 $150,000.00 2 Traffic Control and Appurtenant Work 1 I LS $50,000.00 $50,000.00 $100,000.00 $100,000.00 $48,000.00 $48,000.00 $200,000.00 $200,00 3 24" CML &C Stl Pipe w/ Weld Joints 7,524 LF $180.00 $1,354,320.00 $297.00 $2,234,628.00 $315.00 $2,370,060.00 $310.00 $2,332, 4 12" PVC Pipe C900 CL 200 w/ Cone Thrust Blocks 142 LF $90.00 $12,780.00 $145.00 $20,590.00 $155.00 $22,010.00 $250.00 $35,500.00 5 8" PVC Pie C900 CL 200 w/ Cone Thrust Blocks 3,343 LF $80.00 $267,440.00 1 $170.00 $568,310.00 $155.00 $518,165.00 $215.00 $718,745.00 6 6" PVC Pipe C900 CL 200 w/ Cone Thrust Blocks 160 LF $75.00 $12,000.00 $130.00 $20,800.00 $155.00 $24,800.00 $230.00 $36,800.00 7 36" Stl. Casing by Boring & Jacking 42 LF $2,500.00 $105,000.00 $1,800.00 $75,600.00 $1,240.00 $52,080.00 $1,850.00 $77,700.00 8 24" CML &C St! Pipe Tie -in to Exist Pipe 2 EA $10,000.00 $20,000.00 $6,500.00 $13,000.00 $8,300.00 $16,600.00 $15,870.001 $31,740.00 9 12" PVC Pipe Tie-in to Exist.Pipe 4 EA $2,500.00 $10,000.00 $8,000.00 $32,000.00 $2,500.00 $10,000.00 $7,500.00 $30,000.00 10 8" PVC Pipe Tie-in to Exist. Pie 14 EA $2,000.00 $28,000.00 $7,000.00 $98,000.00 $2,500.00 $35,000.00 $5,520.00 $77,280.00 11 24" Butterfly Valve, CL 150 51 EA $10,000.00 $50,000.00 $7,800.00 $39,000.00 $11,0D0.00 $55,000.00 $14,500.00 $72,500.00 12 12" R.W. Gate Valve, CL 150 3 EA $1,800.00 $5,400.00 $4,300.00 $12,900.00 $2,900.00 $8,700.00 $3,100.00 $9,300.00 13 8" R.W. Gate Valve, CL 150 21 EA $1,000.00 $21,000.00 $1,500.00 $31,5W.001 $2,000.00 $42,000.00 $2,000.00 $42,000.00 14 6" R.W. Gate Valve, CL 150 1 EA $1,000.00 $1,000.00 $900.00 $900.00 $1,700.00 $1,700.00 $1,400.00 $1,400.00 15 2 "Comination Air& Vac. Valve Assembly 6 EA $3,500.00 $21,000.00 $8,500.00 $51,000.00 $6,700.00 $40,200.00 $6,900.00 $41,400.00 16 6" Fire Hydrant w/ Valve & Piping 9 EA $5,000.00 $45,000.00 $7,700.00 $69,300.00 $6,000.00 $54,000.00 $6,500.00 $58,500.00 17 Cathodic Protection Systems 1 LS $41,000.00 $41,000.00 $26,000.00 $26,000.00 $50,000.00 $50,000.00 $25,000.00 $25,000.00 18 1" Service Connection to Exist. Meter 29 EA $2,500.00 $72,500.00 $1,800.00 $52,200.00 $2,700.00 $78,300.00 $1,500.00 $43, 19 2" Service Connection to Exist. Meter 21 EA $3,500.001 $7,000.00 $3,500.00 $7,000.00 $4,000.00 $8,000.00 $3,500.00 $7, 20 Temp. 2" Service Piping to Exist. Meter 400 LF $15.00 $6,000.00 $25.00 $10,000.00 $25.001 $10,000.00 $20.00 $6,000.00 21 Pressure Testing & Disinfection in Phases 1 LS $25,000.00 $25,000.00 $10,000.00 $10,000.00 $9,200.00 $9,200.00 $60,000.00 $60,000.00 22 Dewatering 1 LS $30,000.00 $30,000.00 $75,000.00 $75,000.00 $81,000.00 $81,000.00 $15,000.00 $15,000.00 23 Traffic Signal Loop Reparing, Temp. & Perm. 1 LS $30,000.00 $30,000.00 $6,000.00 $6,000.00 $5,000.00 $5,000.00 $25,000.00 $25,000.00 24 Survey Staking 1 LS $50,000.00 $50,000.00 $30,000.00 $30,000.00 $11,000.00 $11,000.00 $35,000.00 $35,000.00 25 Grinding A.C. Pavm't, 2" Min. & Cap Replacement 200,000 SF $3.00 $600,000.00 $1.50 $300,000.00 $1.20 $240,000.00 $2.00 $400,000.00 26 Prepare As-built Plans 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,ODO.00 EE $2,999,440.00 7TH $4,043,728.00 8TH $4,180,815.00 9TH $4,543,805.00 As-bid Amount $4,043,728.00 $4,174,615.00 F:\ Users \PBW \Shared \Contracts\FY 05- 06MRVINE AVE 24-IN WATER C -3708 \13ID SUMMARY As Page 3 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 AM on the 1st day of June, 2006, at which time such bids shall be opened and read for IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE Title of Project Contract No. 3708 $3,000,000 Engineer's Estimate PLAN HOLDER LIST AVAILABLE ON CITY W EBSITE http://www.city.newport- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding Prospective bidders may obtain one set of bid documents for $30.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project. "A" For further Information, call Michael J. Sinacori. Project Manager at (949) 6443342 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE CONTRACT NO. 3708 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 3 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: hfp: / /www.gpo.gov /davisbacon /Ca.html 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. 255709 A Contractor's License No. & Classification Vadnais Corporation Bidder J Authorized Signaturefritle Jeff Anderson, Vice President 6 -1 -06 Date Ell Bond No. SU5001297 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 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 Bid Dollars ($ 10Z of Amt Bid), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of IRVINE AVENUE AND DOVER DRIVE 24-4NCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE, Contract No. 3708 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 25th day of May . 2006. Vadnais Corporation ( D --�� Name of Contractor (Principal) o ed S' turemtle e Anderson j Vice President Arch Insurance Company Name of Surety 135 N. Los Robles Ave., 1825 Pasadena, CA 91101 Janina Monroe, Attorney -in -Fact Address of Surety Print Name and Title (626) 639 -5959 Telephone (Notary acknowledgment of Principal & Surety must be attached) 5 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of orange On MAY 2 5 20" before me, Melissa A. Covarrubias, Notary_ Public Name mvJ Title at Ofi c (e.g.. 'A . p . NW Pubk ) personally appeared Janina Monroe Names) m Signers) ® personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware 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), MarSM jO, `� or the entity upon behalf of which the person(s) acted, CgrxrYHlon r r3626SE executed the instrument. Ni P ubo - �o2 v Mn WITNESS my hand and official seal. gigWury A N." Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons retyi g on the document and could prevent fraudulent removal and reattachment of tMS form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacityr(ies) Claimed by Signer(s) Signer's Name: Janina Monroe Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner — ❑ Limited ❑ General IN Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of mmb here Signer Is Representing: Bat 133 9197 Number of Pages: ❑ Individual • Corporate Officer • Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUPABPHINT OF SIGNER. POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Victoria M. Campbell, Thomas G. McCall and Janina Monroe of Irvine, CA (EACH) Christine Marotta of Chicago, IL its true and lawful Attomey(s )-in -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behaff as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seat and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit This authority does not permit the some obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at Its principal office in Kansas Ci }.. 1k$9 9 This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect- NOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process.." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice Presidenk or their appointees designated In writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed In U.S.A. In Testimony Whereof, the C„ ^ ^mpany has cc wA this i =+M -men.t to be signed and its corporate seal to be affixed by their authorized officers, this 4th day of _April 2006 Arch Insurance Company Attested and Certified Martin J. Nilser0ecretary Edward M�Tq ic e President STATE OF NEW YORK SS COUNTY OF NEW YORK SS 1 Peter J. Callao, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing Instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free apkvoluntary act said corporation and as their own free and voluntary acts for the uses and purposes therein set forth . PEFER J. GALLED, EGO. Notary Public. State of New York N O. 02CA6109MO 01•.9fled In New York County Pethr J. " Nota ublic Commission Expires May 3, 2oo8 My commiss expires 5-03 -2008 CERTIFICATION I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duty elected Vice President of the Arch Insurance Company. IN TESTIMONY :M! EREOF, I have hereunto subscribed my name and E the corpora s I of the a Arch Insurance Company on this day of Martin J. NIK Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Contractors & Developers Group 135 N. Robles Ave., Ste. 825 Pasadena, CA 91101 OOML0013 00 03 ¢3 Page 2 of 2 o :e'rce m� tiaeul Printed in U.S.A. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego I ss. On 6 -1 -06 beforeme, Adrienne C. Strand. Notary Public , Cate Name aM We & 00'Nm (e.g., -Jam Doe, Notary Pudk'3 personalty appeared Jeff Anderson Mme(a) M S9an(s) M personalty known to me 0 proved to me on the basis of satisfactory evidence i ADRIENNE C. STRAND ti COMM. #1475555 [f NOTARY PUBLIC-CALIFORNIA fA C1 SAN DIEGO COUNTY 0 My Commission Expires MARCH 11, 2008 to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/herttheir authorized capacity(ies), and that by his/herttheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITN SS y handrnd fficial s al. sgnedxeo PuNfc Adrienne C. Strand, Notary Public OPTIONAL Though the inlormation below is not required bylaw, R may prove valuable to persons retying on the document and could Prevent fraudulent removal and reattachment of thls 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 — Title(s): • Partner — O Limited 0 General • Attorney -in -Fact 0 Trustee 0 Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 Naeonal NmaN AamcWw -8350 De Soto Ave., P.O. Box 2102 • ChMwva9i, CA 91313 -2/02 • e mtlonahaary.oT Prof. No. 590] Remtle,: Cal W-Fee 1- e0Pa)5da21 Company Profile Company Profile ARCH INSURANCE COMPANY ONE LIBERTY PLAZA, 53RD FLOOR NEW YORK, NY 10006 800 - 821 -5546 Former Names for Company Old Name: FIRST AMERICAN INSURANCE COMPANY DBA AMERICAN FIRST INSURANCE COMPANY Old Name: FIRST AMERICAN INSURANCE COMPANY Page 1 of 3 Effective Date: 11 -06 -2002 Effective Date: 01 -05 -1987 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 11150 1279 3005 -6 July 19, 1985 UNLIMITED- NORMAL Property & Casualty MISSOURI Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the http: // cdinswww.insurance.ca.gov /pis /wu co prof/idb co prof utl.get co proflp EID =6740 06/02/2006 Company Profile loss AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data. Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Page 2 of 3 http: / /cdinswww.insurance.ca.gov /pls/wu co prof/idb co prof utl.get co prof9.p EID= 6740 06/02/2006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 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 °/0 of Number Total Bid NameA 1h'Iw(6" /s�Pho H7 Address: �_Q j36y4 22Z "I Gar�aw , L� 12019 2S �h�l� I a °Ip Phone: X151 7fo� State License Number. 201 S -A Name: (,,u1b, SdfJL�, x00? 1 Address: 3 Se+tn� � rJ r ru (/A 47JO16 V4 S% Phone: q+1 - I ?1 - 2 0, 1 State License Number: Name: 1 �tyc5 C(j't f&J E l91 41 J Address:ZIW •Ln . T411 b(9011-, 6A 124m 3 t�ei� IZ% Phone: 7UO _724 -92A Z State License Number: U I tzgej Z Vadnais Corporation Bidder J (::i � Authorized Signature/Title 6 Jeff Anderson, Vice President CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name Vadnais Corporation 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 Sempra Generation Pipeline Project Description Install 6,200 LF of 16" DIP Waterline Approximate Construction Dates: From 1/05 To: 10/05 Agency Name City of Escondido Contact Person Steve Purto Telephone ( ) 760- 705 -3158 Original Contract Amount $1.9 00.000nal Contract Amount $ 2.650,000 If final amount is different from original, please explain (change orders, extra work, etc.) Extra work for rock excavation. Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 7 No. 2 Project Name /Number Petco Park - Package 8 Project Description Install sewer, water and storm drain around Petco Park. Approximate Construction Dates: From 10/02 TO:' 4/04 Agency Name City of San Diego Contact Person Bill Zondorak Telephone ( ) 619- 234 -2333 Original Contract Amount $ 3,820,000 " Final Contract Amount $ 3,711 ,728 If final amount is different from original, please explain (change orders, extra work, etc.) Installed less Dioeline,.reduced the contract. Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? if yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number Vulcan Drain Project Description Install PVC drain and misc. grading. Approximate Construction Dates: From 4/04 To: 5/04 Agency Name, City of Encinitas Contact Person Kip Hepburn Telephone ( ) 760 - 633 -2775 Original Contract Amount $ 58,780 Final Contract Amount $ 58,780 If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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. 4 Project Name /Number Santa Clara Drain Unit Project Description Installed 356OLF of 12x10 RCB. Approximate Construction Dates: From 11/03 To: 7/04 Agency Name Ventura County Watershed Contact Person Peter Sheydayi Telephone ( 805 -654 -2903 1,634, 1Vgg 1,634,198 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number La Costa Greens Trunk' Sewer Project Description Install 4800 LF of 12" PVC on the La Costa Golf-Course. Approximate Construction Dates: From 2/03 To: 5/03 Agency Name___Leucadia County Water District Contact Person Dennis Pollak Telephone( ) 760- 942 -5147 Original Contract Amount $-235 .00017inal Contract Amount $ 235,000 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 6 Project Name /Number Pump Station 36 Project Description Install a new pump station Approximate Construction Dates: From 1/04 To: 11/04 Agency Name City of San Diego Contact Person Hossein Ruhi Telephone ( )858- 627 -3201 Original Contract Amount $ 750.000 Final Contract Amount $ 739,000 If final amount is different from original, please explain (change orders, extra work, etc.) Reduced contract quantities. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Vadnais Corporation Bidder 10 Jeff Anderson, Vice President Phil Palomino SUPERINTENDENT 1976 — Present VADNAIS CORPORATION — Project Superintendent Project Listing Present Elizabeth Lake Road Trunk Sewer $2,696,609 2004 Santa Clara Drain - Unit IID & Los Angeles Drain — Unit 1 $1,634,198 2003 La Costa Greens Trucn Sewer Main & Appurtenances $2,351,980 2003 Leucadia Drainage and Sewer Force Main Improvements $3,931,607 2002 EDVP Chilled Water Lines $1,191,724 2002 Crystal Cove $1,614,045 2000 American River Crossing 48" Water Transmission Main $7,115,000 1999 Southern Industrial Trunk Sewer Improvement Project $580,880 1998 Peter's Canyon Trunk Sewer 3,122,245 vaonas CORPOMBON CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 NON - COLLUSION AFFIDAVIT State of California ) ) ss. Countyof San Diego) Jeff Anderson , being first duly sworn, deposes and says that he or she is Vice President & Secretary of Vadnais Corporation , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the o ifomia that the foregoing is true and correct. Vadnais Corporation \ `- Bidder Authorized Signature/Title Jeff Anderson, Vice President Subscribed and sworn to (or affirmed) before me on this 1st day of June 2006 by Jeff Anderson , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. ADRIENNE C. STRAND u COMM. #1475955 n Notary ublic ^^ NDTARYPUBU - CAUFCRMA 6D SA DIEGOCp{1NTy a Adrienne C. Strand, Notary Public My Commission Expires �' ^AMA ^CH 11, 2008 [SEAL] My Commission Expires: 3/11108 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE CONTRACT NO. 3708 DESIGNATION OF SURETIES Bidders name Vadnais Corporation 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): The Wooditch Company - Insurance Broker _Qne Park Plaza, Suite 400 Irvine, CA 92614 Phone: 949 - 553 -9800 Lockton Insurance Brokers Inc. - SuretY Broker 19800 MacArthur Blvd. , Suite 550 Irvine, CA 92612 Phone: 949 - 252 -4400 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Vadnais Corporation 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. 14 Current Record Record Record Record Record Year of for for for for for Record 2005 2004 2003 2002 2001 Total 2006 No. of contracts 5 20 21 16 21 27 110 Total dollar Amount of Contracts (in Thousands of $) 8,535 21,964 12,585 19,391 34,900 40,513 1137,887 No. of fatalities 0 0 0 0 0 0 D No. of lost Workday Cases 0 0 3 1 2 8 14 No. of lost workday cases involving permanent transfer to another job or termination of employ ment 0 0 0 5 2 0 7 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. 14 Legal Business Name of Bidder Vadnais Corporation Business Address: 9164 Rehco Road, San Diego, CA 92121 Business Tel. No.: 858- 550 -1460 State Contractor's License No. and Classification: 255709 A Title General Engineering Contractor The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Vice President & Secretary If bidder is an individual, name and signature of individual must be provided, and, K 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 partnershipfjoint 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. 15 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of San Diego as. On 6/1/06 beforeme, Adrienne C. Strand, Notary Public , Date Name e� TNe of Officer (e.g.. 'Jana Doe. Notary PaNkj personally appeared Jeff Anderson ADRIENNE STRAND COMM. 1475955 y NOTARY PUBUC-CAUFORNIA Cl SANDIE�COUt•ITY n MY Comm on Expires MARCH 11, 2008 M personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT SS Iny hand and qfficial se I. C Sgnetureoi C Adrienne C. Strand, Notary Public OPTIONAL Though the Information below Is not required by law, it may prove valuable to persons relying on the documenr and could prevent baudulent removat and reattachment of this fomr to another dcaumem. 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 — Title(s): • Partner — ❑ Limited ❑ General • Attorney -in -Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 Natanal Notary Assogadon • 9350 De Soto Ave. P.O. Box 2402 • ChatswoM, CA 91313- 2602 • wvlw.nedonehohry « g Prod. No 507 Reorder: DO To9.P. 1.� California Business Search NOW fkor�illia : usluless Portal N ea et qTp ,ti�WB,R_UCI:- \tcP;IMRSON DISCLAIMER: The information displayed here is current as of MAY 26; 2006 and is updated weekly. It is not a complete or certified record of the Corporation. Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service orprocess is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page I of 1 http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNumber= C0468393 &printer =yes 06/02/2006 Corporation VADNAIS CORPORATION Number: C0468393 Date Filed: 4/3/1964 Status: active Jurisdiction: California Address 9164 REHCO RD SAN DIEGO, CA 92121 Agent for Service of Process PAUL CADNAIS 17111 LEWARD ST CARLSBAD. CA 92009 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service orprocess is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page I of 1 http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNumber= C0468393 &printer =yes 06/02/2006 License Detail Page 1 of 3 License Detail CALIFORNIA CONTRACTORS STATE_LICEN E BOARD Contractor License # 255709 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 06/02/2006 * * * Business Information * * * VADNAIS CORPORATION 9164 REHCO ROAD SAN DIEGO, CA 92121 Business Phone Number: (858) 550 -1460 Entity: Corporation Issue Date: 12/04/1968 Expire Date: 04/30/2008 * * * License Status * * * This license is current and active. All information below should be reviewed. http: / /ww-w2.cslb.ca.gov /CSLB LIBRARY /License+Detail. asp 06/02/2006 License Detail * * * Classifications * * * Class Description 0 GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * Page 2 of 3 CONTRACTOR'S BOND: This license filed Contractor's Bond number SU5002354 in the amount of $10,000 with the bonding company .ARCH INSURANCE COMPANY. Effective Date: 01/0112004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): This license filed Bond of Qualifying Individual number SB0015171 for PAUL JOSEPH VADNAIS in the amount of $7,500 with the bonding company ONEBEACON INSURANCE COMPANY. Effective Date: 05127/1995 BQI's, Bonding History * * * Workers Compensation Information * * * This license has workers compensation insurance with the SEA BRIGHT INSURANCE COMPANY Policy Number: BB1060831 Effective Date: 0210112006 Expire Date: 02/0112007 Workers Compensation History Personnel List http: / /www2.cslb.ca.gov /CSLB LIBRARY/License+Detail.asp 06/02/2006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 ACKNOWLEDGEMENT OF ADDENDA Bidders name Vadnais Corporation The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Received 16 s CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN • SANTIAGO DRIVE TO WESTCLIFF DRIVE CONTRACT Date: May 18, 2006 To: ALL PLAN HOLDERS The bidder is directed to make the following corrections, deletions, and /or additions to the contract documents heretofore dispensed to bidder for the above project, and to sign and submit this addendum with the Proposal. A. PLANS 1. Sheet 2 of 39 — 11' line under ABBREVIATIONS, words for definition for abbreviation "CML & TW": Delete: "CEMENT MORTAR LINED AND TAPE WRAPPED" Replace with: "CEMENT MORTAR LINED, TAPE WRAPPED AND CEMENT COATED" 2. Sheet 18 of 39 — Words on the dimension line in the profile: Delete: ".... 24" AWWA C -200 CML &C STEEL PIPE...." F :IUSERS\PBW\.Shared\Contractz\FY 05- OMIRVINE AVE 24-IN WATER G37081Addendum No 1.DOC 1OF4 Replace with: .... 24" AWWA C -200 CML & TW STEEL PIPE...." 3. Sheet 27 of 39 — Words on the top of Detail 3 — STEEL PIPE LAP- WELDED SLIP JOINT: Delete: "GROUT IN FIELD" Replace with: "FIELD APPLIED PRIMER AND LAP WRAP TAPE COAT (W/ 3" MIN. TAPE OVER LAP) ON STEEL CYLINDER EXTERIOR PER SPECS AND GROUT OVER WITH CEMENT MORTAR." 4. Sheet 27 of 39 — Words for the butt-strap exterior in the middle of Detail 4 — STEEL PIPE BUTT -STRAP JOINT TYPICAL SECTION: Delete: "FIELD APPLIED CEMENT MORTAR" Replace with: "FIELD APPLY PRIMER AND LAP WRAP TAPE COAT (W/ 3" MIN. TAPE OVER LAP) ON THE EXTERIOR OF STEEL CYLINDER, BUTT -STRAP AND HANDHOLE COUPLING PER SPECS AND APPLY CEMENT MORTAR COATING OVER WRAPPED TAPE. NO VOID ALLOWED BETWEEN STEEL PARTS AND TAPE." B. SPECIFICATIONS 1. Title of the INDEX FOR SPECIAL PROVISIONS: Delete: "IRVINE AVENUE FROM UNVERSITY TO BRISTOL STREET WATER AND SEWER MAIN REPLACEMENT CONTRACT NO. C- 3411" Replace with: "IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN - SANTIAGO DRIVE TO WESTCLIFF DRIVE CONTRACT NO. C- 3708" 2. Special Provisions Section 6 -7.1 — Time of Completion - General: Replace 200 consecutive working days with 250 consecutive working days. 3. Special Provisions Section 207 -9.5.2 Air and Vacuum Valves: F:IUSERSTBWSShared\Contract9\FY 05 -06VRVINE AVE 241N WATER C- 37081Addendum No 1.D0C 20F4 Replace entire text of this section with the following: "The air - vacuum valve assemblies shall be furnished and installed in accordance with the Revised City Standard Plan STD -515 -L attached to this Addendum No. 1. The Air - vacuum valves shall be 2 -inch combination air release /vacuum valves with iron body, screw ends and all type 316 stainless steel internal parts. The valve body shall be coated inside and outside with NSF 61 listed fusion epoxy, and holiday tested. The valve shall be Crispin UL Series, or approved equal. The enclosure for the air - vacuum valve shall be 18" diameter 30" height with two -half shell of schedule 40 steel equipped with padlock hasps, stainless steel hinges and hinge bar so that the enclosure can be open for full access for serving the air - vacuum valve as shown on the attached Revised City Standard Plan STD - 515 -L. 4. Special Provisions Section 207 - 10.4.7.1 Tape Coat System — General: DELETE entire second paragraph and replace with the following: "The pipe type 'CML & TW STEEL PIPE' noted on the plans and/or the contract documents technically denotes 'Cement Mortar Lined, Tape Wrapped and Cement Coated Steel Pipe' as specified above and in these Special Provisions." C. CLARIFICATION 1. Regarding cement mortar lined and tape wrapped steel pipe (CIVIL & TW Steel Pipe) Coating system: Please refer to contract documents Special Provisions Section 207 - 10.4.7 — Tape Coating System. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bids may not be considered unless this Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my proposal V�na,i S Company Name Name Bidd J Namee (Please print) dice- Authorized Signature & Title (Q/ I 'oy Date F :\USERS\PBw\Shared \Contracts\FY 05.06MRVINE AVE 24-IN WATER C 3708\Addendum No 7.Doc 301`4 - ALTERNATE ORIENTATION' Construction Notes: O1 Full open of valve can cpaxy white. Chrtatyia C -1,18-1830 or egad. O UL20. All Internal parts to be t. 316 stainless steel, Including nuts/bdtN NSF61 fusion banded epoxy, 12 m9 min. holiday free. O3 Valve box, cover and riser per SM -511{ O4 2' Copper tubing type 'K.' O5 Y 90' wrought copper elbow. © 2- Bronze ball valve. Jonas J -1955 w /,-2816 nut. O7 Bronze double strap service saddle. Jones J -979 or Ford F202Bwith I.P. thread. O2' Corp. stop, I.P. threat Inlet x FlP outlet, Jones J -1943. O9 Wrought female odapter. Copper x female NPT. BEACH PUBLIC 10 X! Diumater stainless steel anchor baits set In concrete alab it Y Threaded brass nipple. NIP, meter flange we end. 12 Y Schedule 80 P.V.C. threaded nipple. NIP, 1Jater flange one and. 13 Screened outlet General Notes: 1. NI copper fitting shall be silver soldered 2. Reinforce concrete slab with W1.2 x W1.2 weld wire mash. 3. Assembly shall be locoted so as to have the minimum Impact an pedestrian NoNla. Use 'Alternate Orientation' in sNewalk areas. Whys space permits, not In beck of sidowalk. Prior to Installation, all ah 1ec locations shall be approved by UU1lUe9 Dept. Representative or Public Works Inspector. 4. Vow can finish shall be epoxy coated white, 5. Install downward facing screened vent. 2" COMBINATION AIlZ RCe NO. M106 RELEASE VALVE ASSEMBLY DRAWING NO. F :IUsers\PBWISharedVContracts\FY 05.06VRVINE AVE 244N WATER C- 370Mddendurn No 1.DOC 40F 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE CONTRACT NO. 3708 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Vadnais Corporation Business Address: 9164 Rehco Road, San Diego, CA 92121 Telephone and Fax Number: 858 - 550 -1460 Fax: 858 - 550 -1470 California State Contractor's License No. and Class: 255709 A (REQUIRED AT TIME OF AWARD) Original Date Issued: 12/4/68 Expiration Date: 4/30/08 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: Alex McClymont, Estimator / Project Manager The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Paul J. Vadnais President & Treasurer 9164 Rehco Rd, San Diego, CA 92121 858 - 550 -1460 Jeff Anderson Vice President & Secretary 9164 Rehco Rd. San Diego,.,CA 92121 858 -550 -146 Corporation organized under the laws of the State of California 17 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A 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; City of San Diego / MWWD Larry Sherry - 858 - 292 -6300 9192 Topaz Way San Diego, CA 92123 Briefly summarize the parties' claims and defenses; Golden State Boring, our tunnel subcontractor, had a differing site condition claim for the Dro.fect. Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab ompliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes o Are any claims or actions unresolved or outstanding? Yes No t8 If yes to any of the above, explain. (Attach additional sheets, if necessary) NIA Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. Paul J. Vadnais (Print n Owner or President of C poratl n mpany) Vadnais Corporation j Bidder Authorized Signature/Title Jeff Anderson Vice President Title 6/1/06 Date Subscribed and swom to (or affirmed) before me on this 1st day of June _'2006 by Jeff Anderson personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. DRIE(M�NE C. STRAND OMM. #1475955 A NOTARYPUBUC- CALFCRNIA SAN DIEGO COQ pi ' My Commfasinn Expires MARCH 11, 2008 [SEAL] 19 I rPublic c'�IA Adrienne C. Strand, Notary Public My Commission Expires: 3/11/08 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE CONTRACT NO. 3708 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 20 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE CONTRACT NO. 3708 CONTRACT THIS AGREEMENT, entered into this Q6 day ofSJrfe, 2006, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Vadnais Corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE Project Description as described in the Contract Documents. Contract No. 3708 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, Bidders 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. 3708, 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. 21 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Million, Eight Hundred Twenty- Seven Thousand, Forty-Nine and 001100 Dollars ($2,827,049.00). 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 Vadnais Corporation Public Works Department 9164 Recho Road 3300 Newport Boulevard San Diego, CA 92121 Newport Beach, CA 92663 858- 550 -1460 Attention: Michael J. Sinacori, Project Manager 858 - 550 -1470 Fax (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: 1 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 22 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 11185) or Insurance Services Office form number GL 0002 (Edition 1173) 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. 23 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. 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 24 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. 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. 25 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: AARON C. HARP Assistant City Attorney 26 CITY OF NEWPORT A Municipal Corporatl 0 VADNAIS aC' , RAT] N By: ! � (Corpo Officer) Title: President Print Name: Paul J. Vadnais By: (Fi cjal Officer) Title: Treasurer Print Name: Paul J. Vadnais Bond No. SU5020729 Premium: Included in cost of performance bond. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO, 3708 BOND NO. SU5020729 .LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Vadnais Corporation, hereinafter designated as the "Principal; a contract for construction of IRVINE AVENUE AND DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE, Contract No. 3708 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. 3708 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Arch Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Two Million, Eight Hundred Twenty -Seven Thousand, Forty-Nine and 001100 Dollars ($2,827,049.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work, or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 27 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 13th day of June -1 ,20 6. Vadnais Corporation Vadnais Corporation (Principal) Arch Insurance Company Name of Surety 135 N. Los Robles Ave., #825 Pasadena, CA 91101 Address of Surety 626- 639 -5252 Telephone s, President Agent Signature Janina Monroe, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 28 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of On JUN 13 ZWB before me, Melissa A. Covarrubiass Rotary Public Name and The of Oft a (e4. •Ja,w Dae nary Pu l personally appeared Janes Monroe Nenwel of ftow 1 ® personalty known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the K ELMA A COVARRLIBL43 same in his/her /their authorized capacity(les), and that by C«r jwon # f 662656 his/her/their signature(s) on the instrument the person(s), S Nok„y I'VIDW • CpHa rdO or the entity upon behalf of which the person(s) acted, z Orange County executed the instrument. 2009 My Came. E1�1Mes filar 22. WITNESS my hand and official seal. so u. of Notary P(tft —� [l1i- 11el.Tl T!� Though the intamatlon below Is not required by taw, R may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of ttus 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(s) Signer's Name: Janina Monroe ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner — ❑ Limited ❑ General ® Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of th—b here Signer Is Representing: BD-1 133 W97 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attomey -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top pt thumb here Signer Is Representing: CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of San Diego on 6 -20 -06 beforeme, Adrienne C. Strand, Notary Public Date rhrr9 and Tl9ed Oficer (e.p.,'Je.. DM W" P W3 personally appeared Paul J. Vadnai5 Nw.(.) W Sgrerls) & personally known to me ❑ proved to me on the basis of satisfactory evidence ADRIENNE C. STRAND COMM. #1475955 n sue. NOTARYPUBLI"AUFORNIA W SAN DIEGO COUNTY h V My Commission Expires MARCH 11, 2008 t to be the person(s) whose names) is /are subscribed to the within instrument and acknowledged to me that he /she/hey 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. WVITES my hand offi al seal. C S' name ofNdary PUb Adrienne C. strand, Notary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons reyft 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: ffiffiffim O Individual Top of thumb here ❑ Corporate Officer — Title(s): 0 Partner — O Limited O General • Attorney -in -Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: 9 1999 Nalic Notary A,s LOw - 9350 DO SM Ave., P.O. 00.2 • Chei~h. CA 91313M -..fti. trgt"M P . N0. 5907 Rm : Call TWA I-GoD $lw Bond No. SU5020729 Premium: $28,270.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3708 BOND NO. SU5020729 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 28, 270.00 being at the rate of $ 10.00 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Vadnais Corporation, hereinafter designated as the "Principal ", a contract for construction of IRVINE AVENUE AND DOVER DRIVE 24-INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE, Contract No. 3708 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3708 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Arch Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million, Fight Hundred Twenty -Seven Thousand, Forty -Nine and 001100 Dollars ($2,827,049.00) 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, ft successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or falls 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. 29 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 Surety above named, on the 13th day of June Vadnais Corporation Vadnais Corporation (Principal) Arch Insurance Company Name of Surety 135 N. Los Robles Ave., $825 Pasadena, CA 91101 Address of Surety 626 - 639 -5252 Telephone executed by the Principal and dent Agent Janina Monroe, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of On JUN 1 3 2006 before me, Melissa A. Covarrubias, Notary Public Nam, n TIES a( 011ker (e9., -Jars W,. N M Publk') personally appeared Janina Monroe ® personally known to me – OR – 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within Instrument and acknowledged to me that he /she/they executed the same in his/her/their authorized capacity(tes), and that by – – his /har/their signature(s) on the instrument the person(s), /i MELMA A• C,OVARRUM or the entity upon behalf of which the person(s) acted, i;;;Yttlttt # 18626M executed the instrument. Nolay PU lic • COVOM10 Oranps Canty jTV.MVCorTM SOW Ma22, 2009 WITNESS my hand and official seal. i nafyr, a1 Nmary PWRe Though fire infomraWn below is mt required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of Ws form to another document. Description of Attiached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: CapacitAes) Claimed by Signer(s) Signer's Name: Janina Monroe Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner — ❑ Limited ❑ General IN Attomey -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Top o aunts han> Signer Is Representing: BD- 1133 9/97 Number of Pages: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other rop o1:n�n nor , Signer Is Representing: CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California as. County of San Diego On 6 -20 -06 rn beforeme, Adrienne C. Strand, Notary Public Name a TNe of Oe r (ee..'Jam Doe. Nnm Pubkj personally appeared Paul J. Vadnais NW901 of slgrleq.) ADRIENNE C. STRAND COMM. #1475955 p +' w NOTpARRYpP�UBLICC- CALtI�FORNIA N V My Dommisaion P.was MARCH 11,2000 XI personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in hisiherAheir authorized capacity(les), 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. WITf ESS my, hand offi al seal. C- S' re btNyPWk Adrienne C. strand, Notary Public OPTIONAL Though the information below is not required bylaw, if may prove mWabfe to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: • Individual Top of tlwmb here • Corporate Officer — Title(s): • Partner — ❑ Limited O General • Attorney -in -Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 NOoW Notary A69000tbn •8349 De SNO Ave., P.O. SOM Choi a , CA 913132402 - w,wl.ne0are1re1dry.Om Prop. No. M7 aeglM: cell To2Freo 1.8Wa1 Wr POWER OF ATTORNEY Know All Man By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having Its principal office in Kansas City, Missouri (hereinafter referred to as the 'Company's does hereby appoint Victoria M. Campbell, Thomas G. McCall and Janina Monroe of Irvine, CA (EACH) ite true and lawful Aftomey(s) -in -Fact, to make, execute, seal, and deliver from the date of Issuance of this power for and on its behalf as surety, and as its ad•and dead Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check draft or letter of credit This authority does not permit the same obligation to be split Into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as.binding upon the said Company as fully and amply to all Intents and purposes, as if the same had "been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: 'VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shag have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process .w This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous. consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President or any Vice President, or their appointees designated In writing and fled with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be vaild and binding upon the Company. 00MLDD13 00 03 03 Page 1 of 2 Printed In U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, tlils 26th day of March 20-L4—. Ards Insurance Company Attested and Certified Joseph S. Ltd, Corporate Secretary STATE OF CONNECTICUT SS COUNTY OF FAIRFIELD SS Thomas P. Luckstone, Vice President I Melissa B. Gfillgan, a Notary Public, do hereby certify that Thomas P. l uokstone and Joseph S. Labell persw+ally known to me to be the sane persons whose names are respectively as Vloe President and C irporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing Instrument; appeared before me this day In person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporete seal and delivered the said Instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. myloc=wAft 0*0 F alloteRr Plea / ��11r7 L.�1� 2� 1005 M Gollgan, Notary Public My commission expires 2 -28-05 CERTIFICATION I, Joseph S..Labell, Corporate Secretary of the Arch insurance Company, do hereby certify that the attached Power of Attorney dated March 2t3.2og4 on behalf of the person(s) as fisted above is a true and correct copy and that the same has been in fun force and effect since the date thereof and is in full farce and effect on the date of this certificate; and I do further certify that the said Thomas P. Luckstone, who executed the Power of Attorney as Vice President, was on the data of execution of the attached Power of Aftomey the duly elected Vice President of the Ards Insurance Company. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corpoists seal of the Arch Insurance Company on this day of _ u IN 1 S "MMt , 20 Joseph S e! . Corperate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings Specifically named therein and they have no authority to bind the Company except In the manner and to the extent herein stated. Home Office: Kansas City, MO C) .w ,p. [6rwd OOMLOO13 00 03 03 Page 2 of 2 Printed In U.S.A. AC-ORD. CERTIFICATE OF LIABILITY INSURANCE OF 10 E DATEIMMIDIYYYYYI VADNAIS 06/12/06 PRODUCER The Wooditch Company Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Services, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1 Park Plaza, #400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Irvine CA 92614 DATEIMMIDDMI OMITS Phone: 949- 553 -9800 Fax: 949- 553 -0670 INSURERS AFFORDING COVERAGE NAIC 0 INSURED INSURER A: LesLeyten IasusaNOe CeReW INSISNF It RAitl CaaeAlty Iaee b co $1,000,000 A ' "ZER D: Seabright TM^^�^^— COORMW X COMMERCIAL GENEWLUAPALITY CLAIMS MADE ® OCCUR Y�7s aim Cciporation SURER O: 02/01/07 Yl Rehoo Road San Diego CA 92121 INSURER E MED EXP (Any cw 1> wnH f COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAW. LTR SR TYPE OF INSURANCE POLICYNUMBER DA-11 MOV/YY DATEIMMIDDMI OMITS GENERALLIABILITY EACH OCCURRENCE $1,000,000 A X X COMMERCIAL GENEWLUAPALITY CLAIMS MADE ® OCCUR 650 1386 02/01/06 02/01/07 PREMISES a mnea $50,000 MED EXP (Any cw 1> wnH f PERSONAL S ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENL AGGREGATE PER PRODUCTS- COmP/OPAGG 82,000,000 ppURRMIITpT.APPLES POLICY X �IECT LOC B X AUTOMOBILE x LIABILITY ANY AUTO 72UURNNM919 02/01/06 02/01/07 CCMSINEDSINGLEUMIT (89 1add04 $1,000,000 ALL OWNED AUTOS SCNEDJLEDAUT'OS BODILY INJURY (Per DWSW) f WREDAUTOS NON-OWNED pUTDS BODILY INJURY �exidenO $ PROPERTY DAMAGE (Para ideM) $ GARAGE LIABILITY AUTO OILY -EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ $ AUTO TO OMLPIY. ,KfO EXCESSRIMBRELIA LIABILITY OCCUR CLAIMS MADE EACH OCCURRENCE S AGGREGATE $ S DEDUCTIBLE $ RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANYPR IETCPoPARTNERlE7(ECU'IYE 6KUB103SC79105 10/31/05 10/31/06 X TORVLIMA ER EL. EACH ACCIDEJT $1 000 000 E.L.D!SEASE -FJIEM S1,000,000 IT kd EMBEREXCLUDEDT tl yeq deccdbe under SPECIAL PROVISIONS bNew E.L. DISEASE. PDI.ICY LIMIT f 1,000,000 OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLECI EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS *Except 10 days notice of cancellation for non - payment of premium. City of Newport Beach, Its Officers, Agents, Officials, Employees and Volunteers are included as Additional Insureds as respects Genexal and Auto Liability per attached endorsements. RE: Vadnais Job #4840. * *SEE NOTES ** glaip /auai /wcwv City of Newport Reach Public Works Department 3300 Newport Blvd. Newport Beach CA 92663 LION ART f SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BEGARCIS I BEFORE THE EXPIRATR DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYSWRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY TOND UPON THE INSURER, IT&AGENTS OR IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(tes) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, e)dend or after the coverage afforded by the policies listed thereon. This insurance shall apply as Primary ~and Non - Contributory per attached endorsement. Waiver of Subrogation for Workers' Compensation: See Attached Endorsement. Endorsement This endorsement, effective 0210112006 12:01 AM Forms a part of policy no.: 650 -1886 Issued to: Vadnais Corporation By: LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) The 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 RE: Vadnais Job #4840 (If no entry appears above, information required to complete this 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 Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. LX0869 (01195) ENDORSEMENT This andomsmen% effective 02!0112006 112:01 AM Forms a part of policy no.: 650 -1366 Issued to: Vadnais Corporation By: LEXINGTON INSURANCE COMPANY PRIMARY WORDINGJNOWCONTRIBUTORY This endorsement modifies insurance under the following: Name of Parson or Organization: City of Newport Beach, Us Officers, Agents, Officials, Employees and Volunteers RE: Vadnais Job P840 COMMERCIAL GENERAL LIABILITY COVERAGE PART It is further agreed that such insurance as is afforded by the policy for the benefit of the Additional Insureds shall be primary insurance, but only as respects any Claims, Loss or liability arising of the Hamad Insureds operations and any insurance maintained by the Additional Insured shall be non- contributing. All other terns remain unchanged. INSURED: Vadnais Corporation POLICY NUMBER: 72UENTR3919 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AND RIGHTS OF RECOVERY AGAINST OTHERS Person or Organization: City of Newport Beach, Its Officers, Agents, Officials, Employees and Volunteers RE: Vadnais Job #4840 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Any person or organization whom you are required by contract to name as additional Insured is an "insured" for LIABILITY COVERAGE but only to the extent that person or organization qualifies as an "insured" under the WHO IS AN INSURED provision of Section II - LIABILITY COVERAGE. B. For any person or organization for whom you are required by contract to provide a waiver of subrogation, the Loss Condition - TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US is applicable. Form HA 9913 0187 Printed in U.S.A. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 08 06 (Ed. 4 -84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California worker's compensation premium otherwise due on such remuneration. Schedule Person or Organization: City of Newport Beach, Its Officers, Agents, Officials, Employees and Volunteers Job Description: Vadnais Job 94848 WHERE REQUIRED BY WRITTEN CONTRACT, PROVIDED THE CONTRACT IS SIGNED AND DATED PRIOR TO THE DATE OF LOSS TO WHICH THIS WAIVER APPLIES, IN NO INSTANCE SHALL THE PROVISIONS AFFORDED BY THIS ENDORSEMENT BENEFIT ANY COMPANY OPERATING AIRCRAFT FOR HIRE. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. frhe Information below Is required orgy when this endorsement Is Issued subasqusnt to the preparation of the policy.) Endorsement Effective 07101106 Policy No: BB1060631 Endorsement No. Insured: Vadnais Corporation Policy Effective Date: 02101106 Insurance Company: Seabright Insurance Company WC 04 03 06 (Ed. 4 -84) This endorsement, affective 0210112D0612:01 A.M. Forms a part of policy no.: 650 -1386 Issued to: Vadnais Corporation By: LEXINGTON INSURANCE COMPANY AGGREGATE LIMITS OF INSURANCE PER PROJECT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. Subject to the Overall Policy General Aggregate Limit stated in Item 3 of the Declarations, the General Aggregate Limit under LIMITS OF INSURANCE (Section III) applies separately to each of your 'projects" away from premises owned by or rented to you. It is further understood and agreed that the following changes are made to the policy: (1) Item 3, Limits of Insurance in the Declarations is amended by the addition thereto of the following Limit: Overall Policy General Aggregate Limit - $5,00D,000. (2) SECTION III- LIMITS OF INSURANCE is amended by the addition thereto of the following paragraph under paragraph 6. 7. The Overall Policy General Aggregate Limit is the most we will pay under Coverages A and 8 for the sum of all Limits of Insurance as provided in this SECTION III regardless of the number of your "projects`; except for damages because of "bodily Injury' and 'property damage" included in the 'products-completed operations hazard'. For the purpose of this endorsement, "project" means the work for which are Named Insured is responsible as defined in an oral or written construction contract between the Named Insured as the contractor or sub - contractor, and an owner, developer or general or subcontractor. All other terms and oondhions remain unchanged. Authorized Representative OR Countersignature On states where applicable) SUN -16 -2006 14:02 FROM: TO:819496443318 Fax M. (qqq) bq cf — 331, CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. /} Date Received: S / �O DeptJC(oontact Received From:" rtie�' Date Completed: 6 Ilry O & Sent to: V Yl01M on 0 �" By: ",A � A CompanyfPerson required to have certificate: VO o fir WryV "A 0/7_ GENERAL LIABILITY A. INSURANCE COMPANY: B. AM BEST RATING (A: VII � P.1/1 C. ADMITTED Company (Must be California Admitted). MoYes 0 Is Company admitted In California? 44 No #/4ft D_ LIMITS (Must be $1M or greater): What is limit provided? A 4ei E. PRODUCTS AND COMPLETED OPERATIONS (Must Include): Is it included? 2II&S No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is H included? geyles Q 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 1. NOTIFICATION OF CANCELLATION: Although there Is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. H. AUTOMOBILE LIABILITY 46 �%Is'b1�r6iin "La A. INSURANCE COMPANY: _4t+"ij6-f_d PNat� • B: AM BEST RATING (A: VII or greater): a C. D. E. G. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? LIMITS (Must be $1 M min, BI & PD and $500,000 UM): [Yes ❑ No What is limits provided? If 1 W:1 ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteer;): Is it included? es ❑ No PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? Yes ❑ No NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 111. WORKERS' COMPENSATION A, INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is h included? HAVE ALL ABOVE REQUIREMENTS SEEN MET? IF NO, WHICH_ ITEMS NEED TO BE COMPLETED? W ;Yes No Yes ❑ No PR 1 of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CONTRACT NO. C -3708 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. C-3708 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization, Demobilization & Clean up @ON *4dc -16,,Y�ollars and t`ld Cents $ 109,000'00 Per Lump Sum 2. Lump Sum Traffic Control 'fi O"AAI) Dollars and tJ° Cents $ 000 °� Per Lump Sum 3. 7,524 LF Furnish and Install 24 -inch CML &TW Steel Pipe w/ Weld Joints y @ am Aulaw, 1JI Dollars � J and I�jXJ Cents $ lgS-gA $ L'+fel_ 160- Per Lineal Foot PR2of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 142 LF Furnish and Install 12 -inch PVC C -900 (Class 200) Pipe @ o Mtkl i Dollars and No Cents $ 130.00 $ It4m .00 Per Lineal Foot 5. 3, 343 LF Furnish and Install 8 -inch PVC C -900 (Class 200) Pipe @ Dollars and �o Cents $ bvO4_ $ 2,0FVol °' Per Lineal Foot 6. 160 LF Furnish and Install 6 -inch PVC C -900 (Class 200) Pipe @ Ef! h44 Dollars and t 10 Cents $ 60.00 $ 12.1 0 Per Lineal Foot 7. 42 LF Furnish and Install 36 -inch Steel Casing Pipe @cSix4t�n ndri�Dollars and tSo Cents $ 11 UO0 -o-0 $ 107 2N- O" Per Lineal Foot 8. 2 EA Furnish and Install 24 -inch CML &C Steel Pipe Connection to Existing Pipe @TW(4ee✓i 44vAkd-,, Dollars and f.� o Cents $ I oo "" $ 7,600-11" Per Each PR3of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 7 10. 11 12. 13. 4 EA Furnish and Install 12 -inch PVC Pipe Connection to Existing Pipe @f%eolhtL AjoklDollars and (�o Cents $ 2�30/J.00 $ q 2,00 Per Each 14 EA Furnish and Install 8 -inch PVC Pipe Connection to Existing Pipe La7 r�o Chd ✓Sang Dollars and rJ o Cents Per Each 5 EA Furnish and Install 24 -Inch Butterfly Valve / oWt"-Iho✓safJ_;fgj1 �5ol s and mo Cents Per Each 3 EA Furnish and Install 12 -Inch Resilient Wedge Gate Valve (aof Dollars and 1� e Cents Per Each 21 EA Furnish and Install 8 -Inch Resilient Wedge Gate Valve @'fv4ea� lhru "Jpollars and 00 Cents Per Each $ I- P 000.09 $ 28F440 -D" $ 4 g44-00 $ 1 F abo -00 $ 00.o0 $ 17, 61404 0 $ Z 300.00 $ y8 -00 ---I PR4of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. 15. 16. in B19.1 6 EA 71 1 LS Furnish and Install 6 -Inch Resilient Wedge Gate Valve @Tyytn� Elul - qd"ollars and �o Cents $ Z4010-a' $ Z •DO Per Each Furnish and Install 2 -inch Air Vacuum Relief Valve Assembly Dollars and 00 Cents $ 60.00 $ 21 o0 Per Each Furnish and Install Fire Hydrant CoSiX'11�oJSHni� Dollars and tJ o Cents Per Each Furnish and Install Cathodic Protection Systems @Srx Fv iho�ccn.� Dollars and IJ c Cents Lump Sum 18. 29 EA Furnish and Install 1 -inch Service Connection to Existing Meter @ E(tLti i 14W eub Dollars U and Cents Per Each $ V�000.00 $ 000.00 $ 0 00.00 $ &A do $ ?a 200.0.0 PR5of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. 2 EA Furnish and Install 2 -inch Service Connection to Existing Meter. @1;+44A AjttJrrk(J Dollars and ° Cents Per Each $ 14-0,0 p° $ 3 Otto -00 20. 400 LF Furnish and Install Temporary 2° Service Piping to Existing Meter & Remove at project Completion @ 1.1 Dollars and Cents $ go Q0 $ a o Lineal Foot 21. Lump Sum Perform Pressure Testing and Disinfection in Phases @ i y Tiij e, I( 0_(A"ollars and �o Cents Lump Sum $ gs- ,000 °° 22. Lump Sum Dewatering @ �r ols Dollars and Nllo Cents Lump Sum 23. Lump Sum Restore Traffic Signal Loops, including temporary and permanent loops Calf �aviiv Frn t7a `( `Sotllars p and N a Cents Lump Sum $ U2. 000 fl' iJ �V. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 24. Lump Sum Furnish Survey Staking @ Oantkc✓t J`Atjy�ollars and I j o Cents Per Lump Sum 25. 200,000 SF Grind A.C. Pavement, 2" Min. & Replace with A.C. CAP, Slurry Seal and Restripe per Agency Requirements @ '(uvQ Dollars and 0 Cents Per Square Foot 26. Lump Sum Prepare As -built plans @ Ten Thousand Dollars and Zero Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and No Cents 6/1/06 Date P: 858 - 550 -1460 F: 858 - 550 -1470 Bidder's Telephone and Fax Numbers 255709 A Bidder's License No(s). and Classification (s) $ I� A_ 40-QO $ $ 0 000 -Q0 $ 2. 02,1, W -0o Total Price (Figures) Vadnais Corporation Bidd ✓ —� $10.000 Biad rs A thorize $i n ture nd Title Je�tf An�erson, ic� �resi�ent 9164 Rehco Rd, San Diego, CA 92121 Bidder's Address PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CONTRACT NO. C -3411 PART 1 —GENERAL PROVISIONS SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS .................1 SECTION 2 —SCOPE AND CONTROL OF THE WORK ....................................................... ............................... 2 2.6 WORK TO BE DONE ......................................................................... ............................... 2 2 -7 SUBSURFACE DATA ........................................................................ ............................... 2 2 -9 SURVEYING ........................................................................................ ..............................2 2 -9.3 Survey Service ................................................................................................ ..............................2 2 -9.4 Survey Monuments ......................................................................................... ..............................2 2 -12 Pre - Construction Video ................................................................... ............................... 3 SECTION3— CHANGES IN WORK ....................................................................................... ............................... 3 3-3 EXTRA WORK ................................................................................... ............................... 3 3 -3.2 Payment ........................................................................................................... ..............................3 3-3.2.1 Markup ................................................................................................. ..............................3 SECTION 4— CONTROL OF MATERIALS ............................................................................ ............................... 3 4 -1 MATERIALS AND WORKMANSHIP ................................................. ............................... 3 4 -1.3 Inspection Requirements ............................................................................... ..............................3 4 -1.3.1 Inspection and Testing ....................................................................... ............................... 3 SECTION 5--UTILITIES. 5 -1 LOCATION ........................... ............................... 5 -2 PROTECTION ...................... ............................... 5 -7 ADJUSTMENTS TO GRADE .............................. 5 -8 SALVAGED MATERIALS .... ............................... 5 -9 TRAFFIC SIGNAL LOOPS .. ............................... .4 .......... 4 .......... 4 .......... 4 .......... 4 .......... 4 SECTION 6— PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK ............ ............................... 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ............................. 5 6 -7 TIME OF COMPLETION .................................................................... ............................... 5 6 -7.1 General ............................................................................................................. ..............................5 6 -7.2 Working Days .................................................................................................. ..............................5 6 -7.4 Working Hours ................................................................................................. ..............................5 6-9 LIQUIDATED DAMAGES .................................................................. ............................... 6 6 -11 SEQUENCE OF CONSTRUCTION ................................................... ............................... 6 6 -11.1 Multiple Headings ........................................................................................... ..............................6 6 -11.2 Sequencing Construction to Maintain Water Service ................................ ..............................6 6- 11.2.1 Water Main Construction Sequence ................................................... ............................... 6 SECTION 7— RESPONSIBILITIES OF THE CONTRACTOR ................................................ ............................... 7 7 -5 PERMITS 7 7 -7 COOPERATION AND COLLATERAL WORK ................................... ..............................7 7-8 PROJECT SITE MAINTENANCE ....................................................... ..............................7 7-8.5 Temporary Light. Power and Water ......................................................... -- ... .. ........................ 7 7 -8.6 Water Pollution Control .................................................................................. ..............................8 7 -8.6.1 Best Management Practices and Monitoring Program ....................... ............................... 8 7 -8.8 Dewatering ....................................................................................................... ..............................8 7 -8.9 Disposal of Flushing Water ............................................................................ ..............................8 7 -10 PUBLIC CONVENIENCE AND SAFETY ........................................... ............................... 9 7 -10.1 Traffic and Access .......................................................................................... ..............................9 7 -10.2 Storage of Equipment and Materials in Public Streets ............................. .............................10 7 -10.3 Street Closures, Detours and Barricades ................................................... .............................10 7- 10.3.1 Temporary Steel Plates ...................................................................... .............................11 7 -10.4 Public Safety ................................................................................................... .............................11 7- 10.4 -1 Safety Orders .................................................................................... ............................... 11 7 -10.5 "No Parking„ Signs ......................................................................................... .............................11 7 -10.6 Notices to Residents ...................................................................................... .............................12 7 -10.7 Public Information Sign ................................................................................. .............................12 7 -15 CONTRACTOR'S LICENSES .......................................................... ............................... 12 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS ................... ............................... 12 SECTION 9— MEASUREMENT AND PAYMENT ................................................................ ............................... 13 9 -3 PAYMENT .......................................................................................... .............................13 9.3.1 General ............................................................................................................ .............................13 9 -3.2 Partial and Final Payment ............................................................................. .............................17 PART 2 —CONSTRUCTION MATERIALS SECTION 201— CONCRETE, MORTAR, AND RELATED MATERIALS. 201 -1 201 -1.1 201 -1.1.2 201 -1.1.3 201 -1.1.4 201 -2 201 -2.2.1 SECTION 207 —PIPE PORTLAND CEMENT CONCRETE ..................... Requirements .............................. ............................... Concrete Specified by Class . ............................... Concrete Specified by Special Exposure ............. Concrete Specified by Compressive Strength......, REINFORCEMENT FOR CONCRETE ................. Reinforcing Steel ......................... ............................... iY1 ......................... ............................... REINFORCED CONCRETE PIPE ( RCP) ........................................ ............................... 17 ............................... .............................17 18 .............................................. I......... 17 ......................... ............................... Fittings .............................................................................................. ............................... 18 ......................... ............................... Lining and Coating ............................................................................ ............................... 18 ............................ 18 ... .............................18 18 207 -2 REINFORCED CONCRETE PIPE ( RCP) ........................................ ............................... 18 207 -9 IRON PIPE AND FITTINGS ............................................................. ............................... 18 207 -9.2 Ductile Iron Pipe for Water and Other Liquids ........................................... .............................18 207 - 10.4.1 General ............................................................................................... .............................21 207 -9.2.3 Fittings .............................................................................................. ............................... 18 207 -9.2.4 Lining and Coating ............................................................................ ............................... 18 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection .......... ............................... 18 207 -9.4 AWWA Butterfly Valves ................................................................................. .............................19 207 - 10.4.7.2.3 Weld Bead Preparation ................................................................................. .............................23 207 -9.4.1 General ............................................................................................... .............................19 207 -9.5 AWWA Resilient Wedge Gate Valves ......................................................... .............................19 207 - 10.4.7.2.6 Primer Application .......................................................................................... .............................25 207 -9.5.1 General ............................................................................................... .............................19 207 -9.5.2 Air and Vacuum Valves ........................................................ .............................20 207 - 10.4.7.2.9 Materials ...... --- .............................................................................................. .............................28 207 -10 STEEL PIPE ..................................................................... .............................20 207 -10.2 Fabricated Steel Pipe .................................................................................... .............................20 207 - 10.2.1 General ............................................................................................... .............................20 207 - 10.2.2 Design Criteria .................................................................................. ............................... 21 207 -10.4 Protective Lining and Coating for Steel Pipe ............................................. .............................21 207 - 10.4.1 General ............................................................................................... .............................21 207 - 10.4.7 Tape Coating System ....................................................................... ............................... 22 207 - 10.4.7.1 General ............................................................................................... .............................22 207 - 10.4.7.2 Cold Applied Plastic Tape ................................................................ ............................... 22 207 - 10.4.7.2.1 General ......................................................................... ............................... 22 207 - 10.4.7.2.2 Certificate of Compliance .............................................................................. .............................23 207 - 10.4.7.2.3 Weld Bead Preparation ................................................................................. .............................23 207 - 10.4.7.2.4 Surface Preparation ....................................................................................... .............................23 207 - 10.4.7.2.5 Blast Cleaning ................................................................................................ .............................24 207 - 10.4.7.2.6 Primer Application .......................................................................................... .............................25 207 - 10.4.7.2.7 Inner Layer Tape Application ....................................................................... .............................27 207 - 10.4.7.2.8 Outer Layer Tape Application ...................................................................... .............................27 207 - 10.4.7.2.9 Materials ...... --- .............................................................................................. .............................28 207 -25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE ........ ............................... 38 207 -25.1 General..... .................................................................................................................................... 38 207 -25.2 Fittings ............................................................................................................. .............................38 207 -25.3 Pipe Identification ........................................................................................... .............................38 207 -26 TEMPORARY HIGHLINE PRESSURE PIPE .................................. ............................... 38 207.26.1 General ............................................................................................................ .............................38 207 -27 PIPE APPURTENANCES ................................................................ ............................... 39 207.26.1 General ............................................................................................................ .............................39 207.26.2 Valve Boxes .................................................................................................... .............................39 207.26.3 Sleeve -Type Couplings ................................................................................. .............................39 207 -27.4 Nuts and Bolts ................................................................................................ .............................39 SECTION 209 — ELECTRICAL COMPONENTS 209 -3 209 -3.1 209 -3.2 209 -3.3 209 -3.4 209 -3.5 209 -3.5.1 209 -3.5.2 209 -3.5.3 209 -3.5.4 209 -3.5.5 209 -3.5.6 209 -3.5.7 209 -3.5.8 209 -3.6 209 -3.6.1 209 -3.6.2 209 -3.6.3 209 -3.6.4 209 -3.6.5 209 -3.6.6 209 -3.6.7 209 -3.6.8 209 -3.6.8 209 -3.7 209 -3.7.1 209 -3.7.2 209 -3.7.3 209 -3.7.4 209 -3.7.5 209 -3.7.6 209 -3.7.7 209.3.7.8 CORROSION MONITORING SYSTEM ................ ............................... General........................................................................... ............................... Specifications and Standards ...................................... ............................... Submittals...................................................................... ............................... Test and Inspection Notification .................................. ............................... Materials......................................................................... ............................... Pre - Packaged Magnesium Anodes ....................... ............................... At -Grade Test Stations .......................................... ............................... Wireand Cable ...................................................... ............................... InsulatingFlange Kit ............... ............................... ..........................1111. WaxTape Wrap ..................................................... ............................... Alumino- Thermic Weld Kits .... ............................... ............1.............111.. PolyethyleneSheet ................................................ ............................... Plastic Warning Tape.. ..... ............ ....................... Execution........................................................................ ............................... Magnesium Anodes ............................................... ............................... At -Grade Test Stations .......................................... ............................... Wireand Cable ...................................................... ............................... InsulatingFlange Kits ............................................ ............................... Casing, Insulation, and Seals ................................ ............................... WaxTape Coating ................................................. ............................... ContinuityBonding ................. ............................... ..........................1111. Wire to Pipe Connections ...................................... ............................... Polyethylene Encasement ..................................... ............................... Testing And Inspection ................................................. ............................... Test Leads and Bond Wires .................................. ............................... Test Lead Trenching and Backfill .......................... ............................... ContinuityTesting .................................................. ............................... Anodes and Cathodic Protection Performance ..... ............................... Insulator Testing.. ..... ...... .......... ....... PipeCasing Test .................... ............................... .........................1111.. TapeCoating ......................................................... ............................... Compliance with Specifications ............................. ............................... SECTION 214 — PAVEMENT MARKERS 39 ......................... CLEARING AND GRUBBING ............. 39 ............................. 300 -1.3 -1 39 ........... _ _ ...__39 ....................... 40 .............................41 ............................. 41 ......................... 41 ......................... 42 ................. 43 .................. 43 ........................ 43 .................. 43 .................. 44 ........................ 44 ............................. 44 ......................... 44 ......................... 45 ......................... 45 ......................... 46 ......................... 46 ......................... 47 ....111.....1............ 47 ......................... 47 ......................... 48 .............................48 ......................... 48 .................11....1149 ......................... 49 ......................... 49 .... I ...... I ...... I ..... . 50 ......................... 51 ......................... 51 ......................... 52 52 214 -4 NONREFLECTIVE PAVEMENT MARKERS ................................... ............................... 52 214 -5 REFLECTIVE PAVEMENT MARKERS ........................................... ............................... 52 PART 3— CONSTRUCTION METHODSError! Bookmark not defined. SECTION 300 — EARTHWORK 300 -1 CLEARING AND GRUBBING ............. 300 -1.3 Removal and Disposal of Materials....... 300 -1.3 -1 General .................. ............................... 300 -1.4 Requirements ............ ............................... ....... 52 ....... 52 ...52 ....... 52 .........52 300 -1.5 Solid Waste Diversion ............................ ............................... 52 SECTION 302 — ROADWAY SURFACING ........................................................................... ............................... 53 302 -5 ASPHALT CONCRETE PAVEMENT .............................................. ............................... 63 302 -5.1 General ............................................................................................................ ....................... - - -53 302 -5.4 Tack Coat ........................................................................................................ .............................53 Removal and Replacement of Surface Improvement ....................... ............................... 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT ........................... ............................... 53 302 -6.6 Curing .............................................................................................................. .............................53 Dewatering .......................................................................................... .............................55 SECTION 303 — CONCRETE AND MASONRY CONSTRUCTION ..................................... ............................... 53 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY 306 - 1.2.14 Installation of Motor Lined & Tape Wrapped /Mortar Overcoat Steel Pipe ...................... INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS .............. ............................... 53 303 -5.1 Requirements ................................................................................................. .............................53 306 - 1.2.14.3 303 -5.1.1 General ............................................................................................... .............................53 306 -1.3 303 -5.4 Joints ................................................................................................................ .............................54 306 -1.4 303 -5.4.1 General ............................................................................................... .............................54 306 -1.4.7 303 -5.5 Finishing ..............................................................................................--....... .............................54 306-5 303 -5.5.1 General ............................................................................................... .............................54 306 -5.3 303 -5.5.4 Gutter .................................................................................................. .............................54 306 -5.2 SECTION 306— UNDERGROUND CONDUIT CONSTRUCTION 54 306 -1.1.1 General ............................................................................................... .............................54 306 -1.1.2 Maximum Length of Open Trench .................................................... ............................... 54 306 -1.1.5 Removal and Replacement of Surface Improvement ....................... ............................... 55 306 -1.1.6 Bracing Excavations ......................................................................... ............................... 55 306 -1.1.7 Dewatering .......................................................................................... .............................55 306 -1.2.1 Bedding ............................................................................................... .............................56 306 - 1.2.14 Installation of Motor Lined & Tape Wrapped /Mortar Overcoat Steel Pipe ...................... 56 306 - 1.2.14.2 Welded Joints ..................................................................................... .............................58 306 - 1.2.14.3 Joint Coating and Lining ................................................................... ............................... 61 306 -1.3 Backfill and Densification .............................................................................. .............................63 306 -1.4 Testing Pipelines ............................................................................................ .............................64 306 -1.4.7 Watermain Disinfection ..................................................................... ............................... 64 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES ................. ............................... 64 306 -5.3 Abandoning Water Mains ............................................................................. .............................64 306 -5.2 Abandoning Valves ........................................................................................ .............................64 306 -5.3 Abandoning Fire Hydrants ............................................................................ .............................64 306 -5.4 Removal of A.C. Pipe and Fittings .............................................................. .............................64 SECTION 307— STREET LIGHTING AND TRAFFIC SIGNALS ......................................... ............................... 65 TRAFFIC SIGNAL CONSTRUCTION ...................................................................... ............................... 65 307 -4.9.3 Inductive Loops ................................................................................. ............................... 65 SECTION 308 — LANDSCAPE AND IRRIGATION INSTALLATION ................................... ............................... 65 308 -1 GENERAL .................................................................................................... .............................65 SECTION 310 — PAINTING 66 PAINTING VARIOUS SURFACES .......................................................................... ............................... 66 3105.6 Painting Traffic Striping, Pavement Markings, and Curb Markings ........ .............................66 310 -5.6.6 Preparation of Existing Surfaces ...................................................... ............................... 66 310 -5.6.7 Layout, Alignment, and Spotting ....................................................... ............................... 66 310 -5.6.8 Application of Paint ........................................................................... ............................... 66 SECTION 312 — PAVEMENT MARKER PLACEMENT AND REMOVAL ............................ ............................... 67 312 -1 PLACEMENT ................................................................................... ............................... 67 PART 4 SECTION 400— ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL ............................................................ ............................... 67 400 -2 UNTREATED BASE MATERIALS .................................................. ............................... 67 400 -2.1 General ............................................................................................................ .............................67 400 -2.1.1 Requirements ................................................................................................. .............................67 APPENDICES APPENDIX A— GEOTECHNICAL BORING LOGS APPENDIX B —NPDES PERMIT F:1Users\PBW)SharedlContractslFY 05- 0611RVINE AVE 24 -IN WATER C- 37081SPECS INDEX C- 3708.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS IRVINE AVENUE & DOVER DRIVE 24 -INCH WATER TRANSMISSION MAIN SANTIAGO DRIVE TO WESTCLIFF DRIVE CONTRACT NO. C -3708 All work necessary for the completion of IRVINE AVENUE & DOVER DRIVE 24- INCH WATER TRANSMISSION MAIN — SANTIAGO DRIVE TO WESTCLIFF DRIVE in this contract shall be done in accord with the following: These Special Provisions Construction Plans (Drawing No. W- 5311 -S) The City's Standard Special Provisions and Standard Drawings for Public Works Construction (2004 edition). Standard Specifications for Public Works Construction (2003 edition) Copies of the Standard Special Provisions and Standard Drawings for the City of Newport Beach may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, (714) 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1— GENERAL PROVISIONS SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS Add to this section: "Design Engineer- Stantec Consulting, Inc. 19 Technology Drive Irvine, California 92618 Attention: Mr. Bob Seeman, PE Tel. (949) 923 -6266, Fax (949) 923 -6077° SP 2 OF 67 SECTION 2 -SCOPE AND CONTROL OF THE WORK 2.6 WORK TO BE DONE Add to this section: The work to be done under this contract consists of the construction of a 24 -inch transmission main and 12 -inch and 8 -inch distribution water mains including all appurtenances, fittings and connections within and adjacent to Irvine Avenue at Santiago Dr. to Dover Dr. at Westcliff Dr. and providing traffic control per the Contract Documents. The Contractor shall refer to the approved pipeline plans, in addition to the corrosion control plans and traffic control plans, for the final pipeline alignment for the construction of the corrosion control with and installation of the traffic control for the project as required without additional cost. There are three alignment equations of the pipelines not reflected on the corrosion control and traffic control plans, including: (1) Dover Drive at Mariners Drive; (2) Dover Drive as Irvine Avenue; and (3) Irvine Avenue at 21 st Street. 2 -7 SUBSURFACE DATA For subsurface data, see Appendix 'A'. 2 -9 SURVEYING 2 -9.3 Survey Service Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Ray Mansur and can be contacted at (949) 923 -6269. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. Existing street centerline ties and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring all survey ties and /or monuments damaged by the Work." 2 -9.4 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 Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SP3OF67 2 -12 Pre - Construction Video Prior to any construction activities, the Contractor shall provide the City with a videotape (VHS or DVD format) of the condition of the existing street, curb, gutter, sidewalk and bike /walk trail adjacent to the proposed pipeline. SECTION 3— CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.1 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: Labor............. ............................... 20 Materials ........ ............................... 15 Equipment Rental ........................... 15 Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When a Subcontractor performs all or any part of the extra work, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. The Contractor may add a markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4— CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.1 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The City 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 SP4OF67 retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5— UTILITIES 5 -1 LOCATION Add to the end of this section: "The Contractor shall field verify the location and depth (pothole) of all crossing utilities and services, parallel utilities in close proximity to the proposed pipeline, and point of connections prior to submittal of the pipe laying diagrams. The Contractor shall provide the Engineer with the pothole information consisting of pipe station, distance from curb, depth of cover from the finished surface to the top of pipe, and the size and material of the utility /connection pipeline. In addition, the Contractor shall expose all utilities and services at least 300 linear feet in advance of the actual pipe excavation operations. The Contractor shall repair all potholes the same day the utility is exposed. The Contractor shall place permanent asphalt concrete per Section 302. Temporary (cold mix) A.C. will not be allowed." 5 -2 PROTECTION In the event that an existing pull or meter box or cover is damaged by the work and is not re- usable, 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 new water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments utilized for the construction of sewer and water mains. 5 -8 SALVAGED MATERIALS The Contractor shall remove and salvage all existing sewer manhole, grade rings, water valve cans and covers, meter or valve box covers on abandoned facilities. The Contractor shall salvage all removed cast iron pipes. All salvaged material owned by the City of Newport Beach shall be delivered to the City's Utility Yard at 949 West 16th Street, Newport Beach, CA 92663. The Contractor shall coordinate and make arrangements for the delivery of salvaged materials by contacting the City (Ed Burt 718 - 3402). 5 -9 TRAFFIC SIGNAL LOOPS All traffic signal loops destroyed or damaged during construction shall be replaced or repaired by the Contractor within 4 hours for the interim signal loops and 24 hours for the permanent loops, per the City of Newport Beach requirements. The City shall inspect all traffic loop construction. All costs for replacing or repairing traffic signal loops shall be included in the unit price contained in the Proposal. SP5OF67 SECTION 6— PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the `Notice to Proceed'." No work shall begin until a "Notice to Proceed' has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional men and equipment were required on the job." The term "work" as used herein shall include all removals, adjustments, installation, and replacements. The Contractor shall furnish City with original certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the City for processing and approval prior to City permitting any work on site to commence. 6 -7 TIME OF COMPLETION 6 -7.1 General Add to this section: "the Contractor shall complete all work under the Contract within 200 consecutive working days from the "Notice to Proceed." The working days include time for shop drawing preparation, review and approval, pipe manufacturing and delivery. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 5:00 p.m. Monday through Thursday and 7:00 a.m. to 4:00 p.m. on Friday. SP 6 OF 67 The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $123.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive calendar day after the two hundred fifty (250) consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time.' The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption time to the public. 6-11 SEQUENCE OF CONSTRUCTION 6 -11.1 Multiple Headings In order to meet the contract schedule, the Contractor will be allowed to initiate and maintain two or more construction headings. However, the Contractor will not be allowed to have multiple phases of work occurring that have the corresponding traffic control devices in conflict with each other. 6 -11.2 Sequencing Construction to Maintain Water Service The proposed water main replacements will need to be sequenced in order to maintain water service to the project area. The sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and /or shut downs of existing water mains. The Contractor may use the following suggested sequencing plan or submit an alternative sequencing plan. The alternative sequencing plan shall be approved by the City prior to commencement of construction. 6- 11.2.1 Water Main Construction Sequence The Work shall be constructed in sequence with phases as outlined below: SP 7 OF 67 Phase 1: A 160 LF section of 6" water line on Dover Drive at Westcliff Drive and 8" water main, including laterals and service connections, on Irvine Avenue from Highland Drive to Santiago Drive. Phase 2: 24" diameter water main, including lateral piping, on Dover Drive from Westcliff Drive to Irvine Avenue. Phase 3: 24" diameter water main, including lateral piping, on Irvine Avenue from Dover Drive to Holiday Road. Phase 4: 24" diameter water main, including lateral piping, on Irvine Avenue from Holiday Road to Santiago Drive. Phase 5: Tie -ins between new and existing water mains on Irvine Avenue and Dover Drive beginning from Santiago Drive and proceeding back to Westcliff Drive. SECTION 7— RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS Delete the first sentence and replace with the following: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of work. The City has obtained or is in the process of obtaining the following permit: The City NPDES permit for dewatering can be utilized for this project. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Waste Discharge Permit for Construction Dewatering issued to the City. A copy of the permit is attached in Appendix C" 7 -7 COOPERATION AND COLLATERAL WORK Add to this section: "City of Newport Beach force will perform all shut downs of water facilities as required. The Contractor shall give seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any night time work in advance. " 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter. 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." SP8OF67 7 -8.6 Water Pollution Control Add to this section: "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http://www.citv.newport- beach. ca.us /pubworks /li nks. htm ." 7 -8.6.1 Best Management Practices and Monitoring Program The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: No placement of construction materials where they could enter marine waters Checking construction vehicles for leaking fluids. Providing a controlled area for cleaning or rinse -down activities. Monitoring construction activities. Minimizing usage of water when sawcutting. Providing measures to capture or vacuum -up water contaminated with construction debris. Removing any construction related debris on a daily basis. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance, failure of the Contractor to follow BMP will result in immediate cleanup by City Forces and the back charging of the Contractor for all costs plus 15 percent. 7 -8.8 Dewatering Groundwater may be encountered during the excavation of the project. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area if groundwater is encountered. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Waste Discharge Permit for Construction Dewatering issued to the City. A copy of the permit is attached in Appendix B. 7 -8.9 Disposal of Flushing Water The Contractor will be required to flush the proposed water pipelines with water to remove dirt and debris as specified in Section 306 - 1.4.7. The Contractor will be required to discharge this water into a sanitary sewer system and will not be allowed to discharge it in an existing storm drain facility or to a natural drainage channel. The Contractor will need to coordinate this disposal of water with the City of Newport Beach, County Sanitation Districts of Orange County and Costa Mesa Sanitary SP9OF67 District in order to schedule the flushing as well as confirm that the sewer system has adequate capacity to handle the proposed flushing rate. All costs for the disposal of the flushing water shall be borne by the Contractor. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH)(2001 Edition) also published by Building News, Inc. Traffic control plans have been provided as part of the Contract documents. If the Contractor elects to revise these pans or prepare his own traffic control plans, he shall do so at no expense to the City of Newport Beach. The Contractor shall be fully responsible for the adequacy of any traffic plan utilized, for obtaining approval from the City of Newport Beach and for conformance with his intended construction schedule and staging and to provide for its proper implementation. All traffic control plans shall be prepared by a licensed Traffic Engineer." Pedestrian and vehicular access to all residences within the limits of work must be maintained at all times. The Contractor shall cooperate with the City to provide advance notice to any and all property 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 to safely direct the public around areas of construction, and into (and out of) the affected establishments. Lane closures for the project as depicted on the traffic control plans provided shall only be allowed during the following times: Northbound Dover Westcltff to Mariners Start to Sta. 29 +00 24 Hours Southbound Dover Westcliff to Mariners Start to Ste. 28 +65 8:30 a.m. to 4:30 p.m. Mariners Intersection NA Station. 28 +65 to 8:30 a.m. to 4:30 p.m. Station 30 +00 Southbound and Mariners to Irvine Station 30 +00 to 8:30 a.m. to 4:30 p.m. Northbound Dover Station 52 +00 Irvine Avenue Dover to Santiago Station 52 +00 to 8:30 a.m. to 4:30 p.m. Station 90 +50 and Station 91 +50 to Station 92 +62 (End) Santiago Intersection NA All Work 9:00 a.m. to 3:30 p.m. Irvine Avenue Private to Santiago Station 200 +50 to 8:00 a.m. to 4:00 p.m. Station 204 +21 (End) SP 10 OF 67 7 -10.2 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: "Construction materials and equipment may not be stored in streets, roads, or sidewalk areas without approval by the Engineer. The Northbound side of Dover Drive between Westcliff and Mariners will be allowed to be closed 24 hours per day to allow for storage of equipment and material during this phase of work only. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials for all other phases of work. The Contractor shall obtain the City's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the storage area. The Contractor shall restore the storage area to its pre - construction condition. The Engineer may require new base and pavement, if the pavement condition within the storage area has been compromised during construction." At the end of each work day, the Contractor shall either backfill and place base pavement or steel plate all excavations within street right -of -way so the Contractor can open all travel lanes to traffic. The Contractor shall under no circumstances use residential tract streets adjacent to the project site for stockpiling construction materials or equipment or for access to the work site. Contractor shall not obstruct or close any existing sidewalks without prior approval of the City of Newport Beach." 7 -10.3 Street Closures, Detours and Barricades Add to this section: "The Contractor shall adhere to the traffic control plans included as a part of the Contract Documents per Section 7- 10.1." 7- 10.3.1 Temporary Steel Plates When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non -skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: Steel plates used for bridging shall extend a minimum of 12- inches beyond the edges of the trench. All plates shall be of the non -skid variety approved by Caltrans. Steel plate bridging shall be installed to operate with minimum noise. The trench shall be adequately shored to support the bridging and traffic loads. Temporary paving with cold asphalt concrete shall be used to feather the edges of the plates, if plate installation by Method (2) described below, is used. Bridging shall be secured against displacement by using adjustable cleats, spikes, shims, or other devices. Steel plate bridging and shoring shall be installed using either the following Method (1) or Method (2): Method (1) (For speeds more than 45 MPH — recess plates). The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. Method (2) (For speeds 45 MPH or less) SP 11 OF 67 Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of two (2) dowels pre - drilled into the corners of the plate and drilled 2- inches into the pavement. Subsequent plates are butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope of 8.5 percent with a minimum 12 -inch taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines of asphalt concrete mix, concrete slurry or an equivalent slurry that is satisfactory to the City and /or Caltrans. The Contractor shall be responsible for maintenance of the steel plates, shoring and asphalt concrete ramps. The following table shows the advisory minimal thickness of steel plate bridging required for a given trench width (A -36 grade steel, designed for HS20 -44 truck loading). — Minimum Plate �, T,rench`Width _ Thickness 10" 1/2" Y-11" 2' -7" 7/8" 64' 1 -114" For spans greater than 5' -3" a structural design shall be prepared by a California registered civil engineer. All steel plates within the right -of -way whether used in or out of the travel way shall be without deformation. Steel plates shall be non -skid as approved by Caltrans. Advanced signs shall be required for steel plates within traveled ways (Type P per the Watch Manual or a Rough Road sign (W33) per Caltrans requirements). 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs), which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in SP 12 OF 67 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 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, when 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 -10.7 Public Information Sign The Contractor shall post three (3) public information signs at least thirty (30) days prior to construction or delivery of material or equipment to the construction site. The project sign shall remain in place until all construction has been completed within the corresponding street. Two project signs shall be placed for each of the projects. The project signs shall be Y4 -inch plywood or other material approved by the Engineer and shall be four feet high by six feet wide. The sign shall have black lettering on a white background. The Engineer shall provide the lettering and layout. A firm regularly engaged in the business of sign making shall make the sign. 7 -15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. SP 13 OF 67 Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. 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 work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1— Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, and maintaining the project site in a safe and orderly manner during construction. This item also includes any costs incurred for potholing, existing utilities verification, securing bonds, insurance, permits, financing prior to beginning the construction work, and any necessary repairs to landscape and irrigation systems. Item _No. control: Work under this item shall include providing the required traffic control including, but not limited to, changeable message boards, signs, delineators, traffic cones, barricades, flashing arrow signs, steel plates, striping, restriping, and all other work necessary to comply with the traffic control plans and the City of Newport Beach requirements. This item shall also include the delivery of all required notices, posting of informational signs, and all other costs incurred in notifying the residents. This work shall also include the removal and replacement of all traffic loops damaged during construction activities per the project plans and specifications Item _No. and install 24 -inch CIVIL & Steel Pipe with Weld Joints: Work under this item shall include furnishing and installing all pipe material including, but not limited to, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of surface water, bedding, backfill, compaction, slurry backfill, installation of pipe, fittings, couplings, welded joints, thrust blocks, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, SP 14 OF 67 disposal of excess excavation materials and all other work necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing A.C. pavement flush with existing surface (except grinding & capping listed in Item 25), curb, gutter and sidewalk as shown on the plans and specifications. The City will not pay for additional quantity of A.C. pavement, curb, gutter and sidewalk removal and replacement, which may be required due to the Contractor's construction operations. This work will be done at the Contractor's own expense. Item No. 4— Furnish and Install 12 -inch PVC C900 (Class 200) Pipe: Work under this item shall include furnishing and installing pipe material including, but not limited to, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, backfill, slurry backfill, compaction, pipe, fittings, couplings, restrained joints where shown on the plans, concrete thrust blocks, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Work under this item shall also include all material and labor to remove and replace existing A.C. pavement flush with existing surface (except grinding & capping listed in Item 25), curb, gutter and sidewalk as shown on the plans and specifications. The City will not pay for additional quantity of A.C. pavement, curb, gutter and sidewalk removal and replacement, which may be required due to the Contractor's construction operations. This work will be done at the Contractor's own expense. Item No. 5— Furnish and Install 8 -inch PVC C900 (Class 200) Pipe: Work under this item shall include furnishing and installing pipe material including, but not limited to, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, backfill, slurry backfill, compaction, pipe, fittings, couplings, restrained joints where shown on the plans, concrete thrust blocks, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Work under this item shall also include all material and labor to remove and replace existing A.C. pavement flush with existing surface (except grinding & capping listed in Item 25), curb, gutter and sidewalk as shown on the plans and specifications in accordance with the County of Orange and City of Newport Beach requirements. The City will not pay for additional quantity of A.C. pavement, curb, gutter and sidewalk removal and replacement, which may be required due to the Contractor's construction operations. This work will be done at the Contractor's own expense. Item No. 6— Fumish and Install 6 -inch PVC C900 (Class 200) Pipe: Work under this item shall include furnishing and installing pipe material for laterals and pipe replacement for reconnection to existing fire hydrants, including, but not limited to, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, backfill, slurry backfill, compaction, pipe, fittings, couplings, restrained joints where shown on the plans, concrete thrust blocks, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. SP 15 OF 67 Work under this item shall also include all material and labor to remove and replace existing A.C. pavement flush with existing surface (except grinding & capping listed in Item 25), curb, gutter and sidewalk as shown on the plans and specifications in accordance with the County of Orange and City of Newport Beach requirements. The City will not pay for additional quantity of A.C. pavement, curb, gutter and sidewalk removal and replacement, which may be required due to the Contractor's construction operations. This work will be done at the Contractor's own expense. Item No. 7— Furnish and Install 36 -inch Steel Casing Pipe: Work under this item shall include constructing a steel casing pipe with '/z -inch thick wall by boring and jacking operation, installation of 24 -inch CML & TW steel pipe water main with red wood skids, blowing sand to fill the space between the water main and steel casing, sealing casing ends with synthetic rubber casing seals with type 316 stainless steel clamps and all appurtenances. Item No. 8— Furnish and Install 24 -inch Pipe Connection to Existing Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, slurry backfill, compaction, installation of pipe, fittings, couplings, welded joints, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 9— Fumish and Install 12 -inch Pipe Connection to Existing Pipe: Work under this item shall include furnishing and installing pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, slurry backfill, compaction, installation of pipe, fittings, couplings, coatings, thrust blocks, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 10— Fumish and Install 8 -inch Pipe Connection to Existing Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, slurry backfill, compaction, installation of pipe, fittings, thrust blocks, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the connection complete in place. Item No. 11— Furnish and Install 24 -inch Butterfly Valve: Work under this item shall include furnishing and installing 24 -inch butterfly valves including, but not limited to, valve, valve operator, valve box and cover, valve extension and all other work necessary to install the valve complete in place. Item No. 12— Furnish and Install 12 -inch Resilient Wedge Valve: Work under this item shall include furnishing and installing 12 -inch resilient wedge valves including, but not limited to, valve, valve operator, valve box and cover, valve extension and all other work necessary to install the valve complete in place. SP 16 OF 67 Item No. 13— Furnish and Install 8 -inch Resilient Wedge Valve: Work under this item shall include furnishing and installing 8 -inch resilient wedge valves including, but not limited to, valve, valve operator, valve box and cover, valve extension and all other work necessary to install the valve complete in place. Item No. 14— Furnish and Install 8 -inch Resilient Wedge Valve: Work under this item shall include furnishing and installing 8 -inch resilient wedge valves including, but not limited to, valve, valve operator, valve box and cover, valve extension and all other work necessary to install the valve complete in place. Item No. 15— Furnish and Install 2 -inch Air and Vacuum Release Valve Assembly: Work under this item shall include furnishing and installing air and vacuum release assembly including, but not limited to, service saddle, corporation stop, copper tubing, fittings, all valves, brass nipples, combination air release and vacuum valve, valve box, steel cover, painting, concrete base, excavation, bedding, backfill, slurry backfill, compaction, pavement and sidewalk removal and replacement, and all other work necessary for an operable air and vacuum release valve assembly complete in place. Item No. 16— Furnish and Install Fire Hydrant: Work under this item shall include furnishing and installing all material in accordance with City of Newport Beach Standard Plan 500 -L, including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, backfill, compaction, fire hydrant and bury, pipe, fittings, 6 -inch resilient wedge gate valve, valve box and cover, thrust blocks, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the fire hydrant complete in place. Item No. 17— Furnish and Install Cathodic Protection Systems: Work under this item shall include, but not limited to, furnishing and installing, all cathodic test stations, magnesium anodes, lead wires, split -bolt connectors, shunts, test leads, brass tags, PVC conduit, warning tape, concrete test box, pavement and sidewalk removal and replacement, excavation backfill, slurry backfill, compaction and all other work necessary for an operable two -wire test station installation complete in place. Item No. 18— Fumish and Install 1 -inch Service Connection to Existing Meter: Work under this item shall include furnishing and installing all material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, backfill, compaction, copper pipe and fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the 1 -inch service connection complete in place. Item No. 19— Fumish and Install 2 -inch Service Connection to Existing Meters: Work under this item shall include furnishing and installing all material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of surface water, bedding, backfill, compaction, copper pipe and fittings, couplings, coatings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent SP 17 OF 67 support of utilities, disposal of excess excavation materials and all other work necessary to install the service connection complete in place. Item No. 20— Fumish and Install and Remove Aboveground Temporary 2 -inch Service Connecting from a existing fire hydrant to serve a Existing Meters: Work under this item shall include furnishing and installing all material including, but not limited to, pipe, fittings, pipe covering and protection, pipe removal after project completion. All appurtenant materials and work required. Item No. 21— Perform Pressure Testing and Disinfection in Phases: The work shall include furnishing equipment, tools, materials, and all labor for equipment setup and removal. All procedures shall be performed in accordance with the City requirements. Item No. 22— Perform Dewatering from the project construction, including discharge permit application, dechlorination as required, furnish all needed materials and equipment for drainage operation. Item No. 23— Restore Traffic Signal Loops, including repairing temporary and permanent loops, all need materials, equipment, and tools per the specifications and the City's requirements. Item No. 24— Furnish Survey Staking, including all needed calculations and field surveying for existing utility pothole verification and pipeline construction. Item No. 25— Grinding A.C. Pavement Covering Pipe Trench and Replacing Pavement Cap, 2 -inch Min. with width as noted on the plans, including saw cutting, grinding, re- pavement, compaction, slurry seal coating, re- striping, and disposing of removed materials, all constructed per the Plans and specifications and City's requirements. Item No. 26— Prepare As -Built plans, including redlines, and field recorded change and /or schematic that needs to be submitted to the City for preparing As -Built record plans prior to the final payment of the construction contract. 9 -3.2 Partial and Final Payment Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2— CONSTRUCTION MATERIALS SECTION 201 — CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 Requirements Add to this section: "Concrete mix design shall be subject to review and approval by the Engineer." 201 -1.1.2 Concrete Specified by Class Add to this section: "Portland Cement concrete for construction shall be Class 560 -C -3250 unless otherwise specified." SP 18 OF 67 201 -1.1.3 Concrete Specified by Special Exposure Add to this section: 'Portland Cement shall be Type V for severe corrosion exposure." 201 -1.1.4 Concrete Specified by Compressive Strength Add to this section: "Cement slurry backfill will consist of one sack (94 pounds) or two sack (188 pounds) type II portland cement added per cubic yard of imported sand. No calcium chloride will be allowed. Placement of pavement on cement slurry backfill will not be allowed until at least 24 -hours after slurry placement." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 207 —PIPE 207 -2 REINFORCED CONCRETE PIPE (RCP) 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids. 207 -9.2.3 Fittings Add to this section, "Ductile iron fittings shall be manufactured in accord with AWWA C -110 (ANSI A21 -10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. All fittings /bends shall be push -on unless otherwise specified on the plans. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fittings shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI 816.5 pattern, Class 150 flanges. Bolts, washers and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full faced, 118 -inch thick, Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating Revise this section to read: "The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar then sealed with a bituminous coating in accord with AWWA C104 (ANSI A21 -4). Lining thickness shall be the double thickness listed in AWWA C104, Section 4.8. The outside surface of ductile iron pipe and fittings shall be coated with a bituminous coating 3 -mils thick in accord with AWWA C -110 and AWWA C- 151." 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection Revise this section to read: "Ductile iron pipe, fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A21.5). Wrap shall be two (2) layers of loose 8-mil thick polyethylene encasement such that the plastic will not tear due to soil pressure." SP 19 OF 67 207 -9.4 AWWA Butterfly Valves 207 -9.4.1 General All butterfly valves shall be of the tight - closing, rubber -seat type, conforming to the design standards of ANSI /AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and/or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be Henry Pratt Co. butterfly valve or approved equal prior to bidding. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI 816.1 flange drilling. All valves to have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65 -45 -12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18 -8 stainless steel, corresponding to the requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self - lubricating, corrosion- resistant, sleeve type. Bearings shall be designed for horizontal and /or vertical shaft loading. Shaft packing shall be self- adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be fusion bonded epoxy coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI/AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 psi to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI/AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators to be provided with 316 stainless steel exterior body nuts, bolts and miscellaneous hardware. 207 -9.5 AWWA Resilient Wedge Gate Valves 207 -9.4.1 General All resilient wedge gate valves shall conform to Section 207 -22.3 of the City's Standard Special Provisions. The Contractor shall submit specific valve model for Engineer review and approval prior to Contractor purchase or installation. SP 20 OF 67 207 -9.5.2 Air and Vacuum Valves Air - vacuum valves shall be of the size shown and shall have screwed ends. Bodies shall be of the high- strength cast iron, and the float, seats, all moving parts and trims shall be constructed of Type 18 -8 stainless steel. Seat washers and gaskets shall be of a material insuring water tightness with a minimum of maintenance. Valves shall be designed for water working pressures of 160 psi. The valves shall be furnished with NPT screwed inlet and outlet or ANSI Class (125 or 250) flanged inlet and screwed outlet. Provide valve discharge line to floor drain. Provide epoxy coat on interior wetted surfaces. The combined air and vacuum valves shall be Crispin Series AL. 207 -10 STEEL PIPE 207 -10.2 Fabricated Steel Pipe 207 - 10.2.1 General Delete paragraph 4 in its entirety beginning with "Prior to fabrication of pipe...." Replace with the following: "Only pipe manufacturers and fabricators with at least 10 years of successful experience in manufacturing, fabricating, lining and coating of the type of pipe specified are qualified for this work. Prior to the manufacturing of the steel pipe cylinders, the Contractor shall submit for approval detailed shop drawings of the steel pipe material and joint details. Prior to fabrication of any specials containing outlets/fabricated fittings, the Contractor shall submit for approval detailed shop drawings of the steel pipe material and joint details. Prior to fabrication of any specials containing outlets/fabricated fittings, the Contractor shall submit for approval detailed shop drawings of the steel pipe and outlets to be attached to the pipe, and all fabricated fittings to be incorporated in the pipeline, together with erection profile drawings (pipe laying diagrams). The Contractor shall be responsible to field verify the location and depth of all utilities and points of connection prior to submittal of these pipe laying diagrams. The pipe laying diagrams shall show, as a minimum, the following ": Materials of construction, including references to industry standards being met (i.e. ASTM, ANSI, AWWA). 2. Inside diameter, steel wall thickness, internal design pressure (cement -mortar lining thicknesses) for each class of pipe to be furnished. 3. The location, length, plate thickness and designation by number of each steel pipe section and fabricated fitting to be furnished and installed; 4. The pipe axis station and elevation at all changes in gradient or horizontal alignment; The station and invert elevation to which the spigot end of each pipe, within the limits of a horizontal or vertical curve, will be laid; All elements of curves and bends, both in horizontal and vertical alignment, including elements of the resultant true angular deflections in all cases of combined curvature, and inside, outside, and centerline chords; SP 21 OF 67 7. Locations of longitudinal and circumferential joints in the pipe, fabricated fittings, and outlets; 8. Details, locations, and calculations for bulkheads for hydrostatic testing of the pipeline, pipe restraints; 9. Limits of each type of field welded joint and of concrete encasements; and 10. Alignment data in the direction of stationing." 207 - 10.2.2 Design Criteria Delete second paragraph and replace with the following: "Steel cylinders shall have a wall thickness of not less than Y4-inch for all pipe diameters. In diameters up to 12- inches, the Contractor may substitute standard diameter pipe per ASTM A53, "Welded and Seamless Steel Pipe." It shall have a wall thickness known as Schedule 40." 207 - 10.2.5 Joints Delete the types of joints and replace with the following: Lap joints for field welding. Plain ends fitted with butt straps for field welding. Hand holes for butt straps shall be a minimum of six (6) inches in diameter. Plain ends fitted with flanges. Flanges shall be AWWA C207, Class D flat face. 207 - 10.2.8 Welding Add to the first paragraph: "Field hand welding shall be done by certified welders in accordance with the latest edition of AWWA C206 by welders qualified under the standard qualification procedure of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications." 207- 10.2.9 Product Marking Each length of straight pipe and each special shall be plainly marked at the bell end to identify the design pressure or head, the steel wall thickness, the date of manufacture, and the proper location of the pipe item by reference to the layout schedule. For beveled pipe, the degree of bevel and the point on the circumference to be laid uppermost shall be shown. 207 -10.4 Protective Lining and Coating for Steel Pipe 207 - 10.4.1 General Delete the paragraph and replace with the following: "The interior surfaces of all steel water pipe shall be cement -mortar lined in accordance with AWWA C205 with a minimum lining thickness of /z -inch. Cement shall be Type ll. The exterior surfaces of all steel water pipe shall be coated with a 3- layer, 80 -mil tape wrap (per AWWA C209/C214 except as modified herein) with a'/ -inch protective mortar overcoat. The % -inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. SP 22 OF 67 207- 10.4.7 Tape Coating System 207 - 10.4.7.1 General The exterior surfaces of all steel pipe shall be coated with a 3- layer, 80 -mil tape wrap with a % -inch protective mortar overcoat. The % -inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. Only manufacturers who manufacture a completed lined and coated pipe can be qualified for project work. All operations shall be performed at the same location for any piece of pipe. 207 - 10.4.7.2 Cold Applied Plastic Tape 207 - 10.4.7.2.1 General The Contractor shall furnish all necessary labor, equipment, and materials and shall install cold - applied plastic tape as hereinafter specified on steel surfaces where designated on the drawings or elsewhere in these specifications. The furnishing and installation of cold- applied plastic tape shall conform to the provisions of ANSI /AWWA Standards C214 and C209, except as modified herein. This coating consists of an exterior cold - applied plastic tape coating applied to the bare metal surfaces of the steel plate. For normal plant applied conditions, the prefabricated, cold - applied tapes shall be a four layer system consisting of (1) primer, (2) corrosion prevention tape (inner layer), (3) mechanical protective tape (first outer layer), and (4) mechanical protective tape (second outer layer). a. The primer shall be applied directly onto the exterior surface of a properly cleaned pipe. Primer shall be supplied in liquid form consisting of solid ingredients carried in a solvent. b. The primary inner layer tape shall be of a color contrasting from that of the outer layer tape. It shall be polyethylene furnished in rolled form having standard width and thickness. c. The first outer layer tape shall be an easily identifiable, contrasting color to the inner layer tape and second outer layer tape colors. It shall be polyethylene furnished in rolled form having standard width and thickness. d. The second outer layer, UV protected, tape shall be white or purple in color. It shall be polyethylene furnished in rolled form having standard width and thickness. All plant applied primer and plastic tape, plant applied repair tape, field joint, and a single manufacturer for a complete cold- applied plastic tape coat system shall furnish field repair tape. The entire coating operation shall be performed as a one station operation in a manner which will permit the application of the primer and plastic tape. The entire coating operation shall be performed by experienced workers skilled in the application of prefabricated cold - applied tape wrap coating under qualified supervisors. Supervisors of tape coating operations shall have at least two (2) SP 23 OF 67 years continuous recent experience in the application of tape coating systems for steel pipe. A minimum of 14 days prior to the start of taping operations, the names and qualifications of the workers and supervisors to be employed on the coating operation shall be submitted to the Engineer. The Engineer is to be immediately informed of all personnel changes associated with the pipe coating operation. All equipment for blasting and coating shall be of such design and condition to comply with all the requirements of these specifications. Any equipment which, in the opinion of the Engineer, does not produce the required results shall be repaired or replaced by the Contractor immediately. Equipment for use under this specification shall be included in the fabrication plan. A repair procedure for correcting defective tape application shall be included in the fabrication plan. A copy of this portion of the plan, and any updates, shall be available for review at the location of the coating operation. 207 - 10.4.7.2.2 Certificate of Compliance Prior to shipment of the pipe sections, the Contractor shall furnish the Engineer a certificate of compliance stating that all tape materials and work furnished hereunder will comply or have complied with all the applicable requirements of these specifications and of ANSI /AWWA Standards C209 and C214. The certification shall be substantiated by the tape manufacturer's production quality control test results. The tape manufacturer shall supply test data on each batch used. 207- 10.4.7.2.3 Weld Bead Preparation Prior to surface preparation, the exterior weld bead from the ends of the pipe to 10 inches inside on both sides of the pipe shall be removed. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus or minus 1132 inch. Removal of the weld bead is to be conducted in such a manner that no gouging or nicking of the plate surface will occur. This operation is to result in a smooth exterior surface with no ridges or valleys, which may result in bridging or disbondment of the tape from the surface of the pipe. Prior to applying the first layer of tape, a 6 -inch wide, 25 -mil seam tape shall be installed in accordance with AWWA C214. In lieu of seam tape the manufacturer may remove the weld bead from the entire length of pipe. 207 - 10.4.7.2.4 Surface Preparation Prior to coating, the pipe surface shall be completely dry. Any chemical solutions used in cutting or welding shall be washed off with hot water and the surface allowed to dry. Welding slag or scale shall be removed from all welds by wire - brushing, hammering, or other satisfactory means, and all welding splash globules shall be removed prior to priming. Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. Where cold - applied tape coatings are to be applied to the exterior surfaces of spun mortar -lined pipe, sandblasting of said exterior surfaces shall be done after the initial curing of the spun mortar lining. The exterior sandblasting shall be performed in such a manner as not to endanger the mortar lining in the pipe. All corrosion and foreign substances shall be completely removed from the exterior SP 24 OF 67 of the pipe in the sandblasting operation, and the subsequent application of primer shall follow without delay. Prior to blast cleaning surfaces shall be inspected and, if required, pre - cleaned in accordance with the requirements of SSPC SP -1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Visible oil and grease spots shall be removed by solvent wiping. Only approved solvents that do not leave any residue shall be used. The type of solvent and application procedure, including safety precautions to be observed, is to be included in the manufacturer's fabrication plan. Preheating to remove oil, grease, and mill scale will be permitted; provided, all pipe is preheated in a uniform manner to avoid distortion. Preheat temperatures shall not exceed 500 degrees Fahrenheit or at any time when moisture is visible on the surface of the pipe, the steel cylinder shall be warmed to 45 degrees Fahrenheit for a period required to ensure a dry pipe surface at the time of primer application. In the event the Contractor's welding methods result in the inclusion of gas forming elements in any of the shop or field welds, or results in any other condition found to be detrimental to the successful application and bonding of primer and plastic tape as herein provided, the Contractor shall devise and use, on all affected steel -plate work, suitable and effective measures for eliminating such inclusions or other detrimental conditions, or preventing their detrimental effects prior to primer or plastic tape application, said measures to include time -curing the pipe sufficiently, thoroughly neutralizing the gas forming elements, or other approved treatment. 207 - 10.4.7.2.5 Blast Cleaning After the preparation of the bare pipe as specified in Section G(6)d, the pipe surface shall be abrasive blasted using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP -6, Commercial Blast Cleaning. The shot grit mixture shall not exceed 40% shot to 60 percent grit. The shot grit mixture is to be determined prior to the start of blast cleaning operations and this mixture ratio is not to be modified throughout the duration of the blast cleaning operations without the written approval of the Engineer. The anchor pattern of the profile achieved from abrasive blasting shall be a minimum of 1.0 mils, but shall not exceed 2.0 mils. Anchor pattern standards shall be provided in the form of a 3- dimensional standard plate, which depicts a commercial blast profile. The Contractor shall prepare a sample of the blasted surface on a representative steel plate measuring 6- inches by 6- inches by % -inch or may elect to purchase standard industry plate samples of various blast finishes for comparisons. Standard plates shall be purchased from NACE, shall meet NACE TM- 01 -75, and shall conform to NACE No. 3 standard using grit. An agreement shall be made between the Engineer and the Contractor establishing the visual standards that meet the specified anchor pattern and degree of cleanliness. Upon the establishment of the said standards, the steel plate shall be sealed using a clear acrylic coating, moisture roof plastic bag, or other approved means to protect the plate from surface contamination or corrosion. This plate will be used as a visual comparator during the blast cleaning and SP 25 OF 67 coating operations. The anchor pattern or profile of the blasted surface will be measured using comparator tape as specified hereinafter. A stabilized abrasive working mix shall be maintained in abrasive recycling blasting machines by frequent additions of new abrasive, all commensurate with abrasive consumption, to assure consistent steel surface finish. Infrequent but large additions will not be permitted. The abrasive working mix shall be kept clean of contaminants. The blast cleaned exterior pipe surface will be inspected for adequate surface preparation prior to application of the primer. Surface comparator tapes are to be used by the manufacturer in at least eight random areas, selected by the Engineer, along any given 40 -foot length of pipe. The results of the surface comparator tapes are to be documented on the quality control sheet for each pipe section. Any surface imperfections such as slivers, scabs, burrs, weld splatter, and gouges shall be removed by hand filling or grinding, if necessary. Blast cleaned pipe sections shall be protected from conditions of high humidity, rainfall, or surface moisture. All pipe sections shall be coated with primer and tape within the same day of being blast cleaned. No coating will be permitted on pipe sections showing evidence of rust. 207 - 10.4.7.2.6 Primer Application Primer applied to the surface of steelwork shall be a product of the same manufacturer supplying the tape and shall be that recommended by said manufacturer for use with the tape. The primer shall be applied in a uniform thin film at the coverage rate recommended by the manufacturer. The state of dryness of the primer prior to the application of the inner layer of tape shall be in accordance with the written recommendations of the manufacturer. Primer shall be applied by spray -type application or other suitable means approved by the Engineer to cover the entire exterior surface of the pipe. Primed surfaces shall be readily available at all times for inspection prior to the application of the inner layer tape. Adequate safety precautions, as outlined in the manufacturer's fabrication plan, are to be maintained throughout the application of the primer. Prior to primer application, the pipe surface shall be free of all foreign matters such as sand, grease, oil, grit, rust particles, or dirt. The primer coat shall be uniform without floods, runs, sags, drips, or bare spots. The application of primer shall be limited to that length of pipe, which can be wrapped within the same work day. Any pipe section coated with primer, which was not wrapped within the same workday may be rejected at the discretion of the Engineer. The primer shall be removed and the surface shall be reprimed at the discretion of the Engineer. Primer coated pipe sections shall be protected from moisture, dirt, sand, and other potentially contaminating materials. Coating operations shall be protected from, or suspended during, times of high wind. The Engineer may reject sections not adequately protected. If rejection occurs due to contamination of the primer, the primer shall be completely removed form the exterior of the pipe section and the surface reprimed. SP 26 OF 67 A technical representative from the tape material manufacturer shall be present at the tape application site, at the Contractor's expense, for at least the first 5 working days, at the beginning of initial primer application and during the initial phases of the inner and outer layer wrapping processes, to observe the coating process and to insure proper application. During the 5 -day period, the tape material manufacturer's representative shall continuously meet with the Contractor, pipe manufacturer, and Engineer. At the completion of the 5 -day period, the tape material manufacturer's representative shall meet with the Contractor, pipe manufacturer, and Engineer to review and update the coating operation and fabrication plan. If, in the opinion of the Engineer, sufficient modifications to the manufacturer's operation are identified during this meeting, the tape material manufacturer's representative shall be retained an additional 5 days to evaluate the effectiveness of the revised operations. If the second 5 -day evaluations period is required a second review meeting shall be held. All changes to the pipe manufacturer's operation are to be properly documented and included into an updated contractor's and pipe manufacturer's fabrication plan within 3 working days of this meeting. Copies of all modifications are to be submitted to the Engineer in accordance with shop drawing submittal procedures as required in these specifications. Said tape manufacturer representative will periodically (at least bi- weekly) observe the coating application throughout the duration of the work. Said periodical observation shall be scheduled with the Engineer prior to the completion of the required 5 workday observation. The technical representative shall be retained by the Contractor and shall respond to any problem within a sufficient time period so as not to cause undue delays in the delivery of the coated pipe. All modifications to the Contractor's operations are to be properly documented and submitted to the Engineer within 3 working days of the modification. All costs that will be incurred in retaining the technical representative shall be borne by the Contractor. The primer shall be thoroughly mixed by agitation using Jiffy Mixer or an approved equal powered by air or explosion proof electric motor. The primer shall be thoroughly mixed and agitated continuously during application to prevent settling or lumping. Primer shall only be applied to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. New primer at 70 degrees Fahrenheit shall be used. Storage primer shall be applied to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Spray a minimum of 1.5 -mils and maximum of 2.5 -mils of storage primer to exposed steel per the manufacturer's recommendations. No storage primer shall be placed on the edge of the steel plate. The solvent of the primer shall be certified by the manufacturer stating compliance with air pollution control rules and regulations and all requirements of agencies and other governmental bodies having jurisdiction. Air pollution control rules and regulations regarding the application of the primer shall be included in the manufacturer's fabrication plan. SP 27 OF 67 207 - 10.4.7.2.7 Inner Layer Tape Application The inner layer tape shall be applied directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. A tight, smooth, mechanically induced, wrinkle -free coating must be maintained throughout the application process. The application of tension shall be such that the width of tape will not be reduced by more than 1.5 to 2.0 percent of tape width prior to the pull. As an example, a 12 -inch wide tape shall not be reduced by more than 0.18 to 0.24- inches when tension is applied. The tape let -off machine shall have a pressure readout gauge and chart recorder, suitable to the Engineer, to document the tape tension during application. The inner layer tape shall be spirally wrapped over longitudinally welded pipe; however, for spiral welded pipe, the angle of the inner layer tape shall be wrapped as parallel as practicable to the spiral weld of the pipe or as approved by the Engineer. The overlap shall be 1 -inch nominal, but shall not be less than 314 -inch. Each new roll shall be spliced by overlapping the new tape over the end of the preceding roll by at least 6 inches. This end lap slice shall be done either by hand or by a mechanical applicator. The said splice shall be wrinkle free and maintain the continuity of the inner wrap coating. The wrapping angle of the new roll shall be parallel to that of the previous roll. Cutbacks shall be made 10 inches from and parallel to the end of the pipe. Cutbacks shall be done using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. Inner layer tape shall be applied at a minimum roll temperature of 70 degrees Fahrenheit. The temperature of the tape shall be continuously monitored within 12- inches of the point of contact with the pipe surface. A chart recorder, suitable to the Engineer, shall be used to document the temperature of the tape during application. Sections where the tape application tension and temperature is not maintained within manufacturer's recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. The inner tape layer shall be continuously electrically tested at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application station and equipped with an indicator light and audio buzzer, suitable to the Engineer, to alert the workmen of the presence of holidays in the coating system. 207 - 10.4.7.2.8 Outer Layer Tape Application The first outer layer of tape shall be applied over the approved inner layer tape using the same type of mechanical equipment used in the application of the inner layer tape. No overlap splice of the other layer coinciding with the overlap splice of the inner layer will be permitted. Splices shall have a minimum 6 -inch separation between overlaps. Two outer layers of tape shall be applied as SP 28 OF 67 specified herein. The inner layer shall be electrically tested, inspected, and approved prior to the application of the first outer layer and the first outer layer shall also be visually inspected and approved prior to the application of the second outer layer. Both outer layers shall be smooth, tight and wrinkle -free. The outer layer tapes shall be applied in accordance with the requirements of the previous sections, except that the minimum tape roll application temperature shall be 90 degrees Fahrenheit. Monitoring for tension and temperature will be required for the outer layer tapes. Cutbacks for tape coating shall be as specified in the previous sections. At each end of the pipe section, a 3- inches holdback from the tape to the joint shall be left uncoated at the plant to permit sufficient tape coating overlap for construction of pipe joints as hereinafter specified. 207 - 10.4.7.2.9 Materials The following tape materials shall be used: Primer Material: The physical properties of the anti - corrosion primer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": A primer solution containing 100 percent Butyl Rubber with resins and stabilizers in solvents which when applied and dry on pipe will provide adhesion, cathodic disbonding, and stress corrosion cracking resistance, in conjunction with the anti - corrosion inner layer tape coating. The primer is to provide interfacing between the metal pipe substrate and the anti - corrosion inner layer tape coating. % solids: z 12% Flash point: >_ 140° F Cathodic disbondment @ 20 °C, (68° F) 30 days; 0.2 in (ASTM G -8) Shear resistance @ 66 °C (150 °F) for 4 weeks 0.2 mm /day Viscosity -thin syrup The primer must contain stress corrosion cracking inhibitor to help alleviate SCC. The primer shall be Polyken #1029. b. Storage primer on the exposed steel at the tape cutbacks shall have the following properties: Base: Synthetic natural rubber and resins Solvent: Naptha, toluene blend Total solids: 19% by weight Viscosity: Thin syrup Flash point: 10 degrees Fahrenheit Color: Black SP 29 OF 67 Storage primer shall be Polyken #924. Plant Cold - Applied Plastic Tape Material: a. Anti - Corrosion inner Layer Tape —The physical properties of the anti - corrosion inner tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C214, Section 4.2, "Coating System Tests": Backing— Polyethylene tape backing shall consist of greater than or equal to 98 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive -100% Butyl based elastomers with resins for adhesion cathodic disbonding and long term in- ground performance. Thickness: Tensile strength @ Break: Elongation @ break: Adhesion to steel: Adhesion to primed steel: Adhesion to backing: Dielectric strength: Insulation resistance: Water vapor transmission rate: Cathodic disbonding @ 20° C (68° F) for 30 days Shear resistance @ 66 °C (150 °F) for 4 weeks: Hydrolytic stability for 200 hundred hours @ 98° C h20, adhesion Thermal stability for 2000 hours @ 100 °C air, Color: Total 20 -mil Backing 9 mil; Adhesive 11 mil 30 Win 200% 100 - oz/in width 300 - oz/in width >_ 40 oz/in width >20KV 1 x 1012 ohms X0.2 gm /100 in/ 0.2 in (ASTM G -8) .2 mm /day > 150 oz/in adhesion > 150 oz/in Black The inner layer tape shall be Polyken #989 YGIII (20 mils thickness). b. First Outer Mechanical Layer Tape —The physical properties of the first outer mechanical layer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C214, Section 4.2, "Coating System Tests ": Backing-1 to 96 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive -100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Water vapor transmission Dielectric strength: Color: SP 30 OF 67 Total 30 mil Backing 25 mil: Adhesive 5 mil 45 lb/in width ? 200% 80 oz/in width 40 oz/in width < 0.2 gm /100iin21 24 hr @ 70° F ?25KV Grey The first outer layer tape shall be Polyken #955 YGIII (30 mils thickness) c. Second Outer Mechanical Layer Tape —The physical properties of the second outer mechanical layer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing—Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive -100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Total 30 mil Backing 25 mil: Adhesive 5 mil Tensile strength: >_ 55 lb/in width Elongation: ? 200% Adhesion to steel: 80 oz/in width Adhesion to backing: 60 oz/in width Water vapor transmission: < 0.2 gm /1001n2/ 24 hr @ 70 °F Dielectric strength: ? 25 KV Color: White The second outer mechanical layer tape shall be Polyken #956 YGII' UV1 (30 mils thickness). `Second Mechanical outer layer tape shall have UV protection. A statement reflecting the required UV protection shall be included in the certification. d. Total Coating System —The physical properties of the total coating system shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests': 100 percent Polyethylene based backings 100 percent Butyl based elastomers Adhesion to steel: ? 100 oz/in Adhesion to backing: >_ 60 oz/in width SP 31 OF 67 Adhesion to primed steel: ? 300 oz/in Tensile strength: >_ 85 lb/in width Elongation: > 200% Dielectric strength: 20 KV Insulation resistance: 1 x 10 12 ohms Water vapor transmission: <_ 0.25 gm /100 24 hr @70 °F Cathodic disbonding @ 20 °C (68 °F) for 30 days; 0.2 in (ASTM G -8) Shear rate @ 66 °C for 4 weeks, 0.2 mm /day Impact: 90 in -lbs Penetration: 11 -15% The Total Coating System shall be the Polyken YGIII System. e. Plant Coated Fittings` and Plant Repair Cold - Applied Plastic Tape Material Anti - corrosion inner layer —The physical properties of the anti - corrosion inner tape layer for plant coated fittings and plant repair cold- applied plastic tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing— Polyethylene tape backing shall consist of greater than or equal to 98 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be blend of colorants and stabilizers to insure color and long -term stability. Adhesive -100 percent Butyl based elastomer with resins for adhesion, cathodic disbanding, and long term in- ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Water vapor transmission: 24 hr @ 70° F Dielectric strength: Total 50 mil Backing 10 mil: Adhesive 40 mil 25 lb/in width 150% 225 oz/in width 60 oz/in width < 0.2 gm /100in2/ a" The anti - corrosion inner tape layer for plant coated fittings shall be Polyken 932 - 50.(50 mil thickness) Outer Mechanical Layer Tape —The physical properties of the outer mechanical layer tape for plant fittings and plant repair cold applied plastic tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C214, Section 4.2, "Coating System Tests ": Backing— Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density polyethylene and the f SP 32 OF 67 remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive -100% Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Total 30 mil Backing 25 mil: Adhesive 5 mil Tensile strength: ? 45 Win width Elongation: ? 200% Adhesion to steel: 80 ozlin width Adhesion to backing: 40 oz/in width Water vapor transmission: < 0.2 gm /100in2/ 24 hr @ 70° F Dielectric strength: >_ 25 KV The outer mechanical layer tape for plant fittings and plant repair cold - applied plastic tape shall be Polyken #955 (30 -mils thickness). "For fittings type coated at the plant, which cannot be machine coated as specified herein. Field Joint, Field Coated Fittings, and Field Repair Cold - Applied Plastic Tape Material Joint Filler Tape —The physical properties of the joint filler tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C209, Section 4.2, "Coating System Tests": Color: Thickness: Elongation: Solids Content: Penetration Hardness: Low Temperature Flexibility: Chemical Resistance: Black 125 mil > 600% 98% minimum 85 -105 DMM (300 GM moving load) No cracking when bent around a 1 inch mandrel at -10 °F No visible deterioration after 30 days immersion in the following solutions: 5% Caustic Potash 5% HCL 5% H2SO4 Saturated HS The lap joint filler material shall be Polyken 939. Field Joint, Field Fitting, and Field Repair Outer Layer Tape —The physical properties of the field joint, field fittings, and field repair outer layer tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI /AWWA C209, Section 4.2, "Coating System Tests': SP 33 OF 67 Backing — Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long -term stability. Adhesive -100 Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in- ground performance. Thickness: Total 50 mil Backing 10 mil: Adhesive 40 mil Tensile strength: ? 25 lb/in width Elongation: ? 150% Adhesion to steel: 225 oz/in width Adhesion to backing: 60 oz/in width Adhesion to primed steel: 350 oz/in width Water vapor transmission: < 0.2 gm /100in2/ 24 hr @ 70 °F Dielectric strength: 28 KV g. The final tape coating shall be free of holidays, as determined by the provisions as specified in ANSI /AWWA Standard C214, prior to application of cement mortar coating. h. The following material physical property tests shall be performed in addition to those required by ANSI/AWWA C214, Section 4.2: Inner Layer Shear Rate Method —The shear test apparatus shall consist of a temperature - controlled surface to which is attached a flat steel test panel having a ground steel surface. This steel plate shall be used as the testing surface to which the primer and tape will be applied. A uniform layer of primer shall be applied to the test panel with a 25 -micron drawdown bar. Allow primer to air dry for 15 seconds. A 5 -cm by 6 -cm tape sample shall then be applied to the primer surface after the appropriate dry time. Secure tape by placing the rough side of 180 grit cloth reinforced sandpaper on the tape backing surface. Place a 5 -cm by 6 -cm aluminum block having a rubber coated surface on the smooth side of the block having a rubber coated surface on the smooth side of the grit sandpaper- tape - pri mer -test panel composite. Apply a normal load (6 kg) to the composite and shall then conditioned at the test temperature for 48 hours. After conditioning, apply a 3 -kg shear load to the composite and determine the shear rates as follows: If the sample slips less than 6 -mm in 24 hours, the shear rate shall be calculated from the 18th to the 24th hour. If the sample slips more than 6 mm before the 24th hour test period elapses, the shear rate shall be calculated between the 3rd and 5th mm. Thermal Stability —The tape -primer -test panel composite for thermal stability measurements shall be prepared in accordance with the preparation of the SP 34 OF 67 peel adhesion specimens. Condition the composite at 20 °C under a normal load of 0.2 kg1CM2for 48 hours. After conditioning, the composite shall be placed in an air - circulating oven at 100 °C and aged for 1000 hours. Remove samples from the oven at selected time intervals and condition at 20 °C for 24 hours. The peel force shall be measured at 20 °C in an Instron at peel rates of 100 mm per minute. Hydrolytic Stability —The tape - primer -test panel composite for hydrolytic stability measurements shall be prepared in accordance with the preparation of the peel adhesion specimen. After conditioning the samples at 20 °C for 48 hours, place the composite samples in a water bath of distilled water set at 98 °C and aged for 1000 hours. Remove samples from the water bath periodically and condition at 20 °C for 24 hours. The peel force shall be measured at 20 °C in an Instron at a peel rate of 100 mm per minute. Coating of Field Joints: a. Joints of pipe sections to be coated with cold - applied plastic tape coating shall be prepared and wrapped with cold - applied tape as specified herein. b. Prior to welding any field joints, an 18 -inch strip of heat resistant material shall be wrapped over the entire coated pipe sections on each side of the joint to be welded to avoid damage to the coating by the hot weld spatter. No grounding shall be made on the coated portion of the pipe. c. Immediately prior to exterior welding of the pipe for double welded lap joints, remove storage primer and wire brush area to be welded per the manufacturer's recommendations. d. No joint coating will be permitted until the welding has been completed and the pipe section has cooled sufficiently so as not to damage the integrity of the coating system. e. No trapped air will be permitted in the joint. f. The pipe surface shall be clean of mud, mill lacquer, wax, tar, grease, or any foreign matter. Visible oil or grease shall be removed using an approved solvent that will not leave any residue on the pipe surface. g. After joint welding, flash rusting shall be removed by mechanical means such as a wire brush. Wire brush the weld, storage primed steel and all exposed steel. All burrs and weld slags shall be removed to achieve a smooth surface. The pipe surface shall be free of any moisture and all foreign matter prior to the application of primer. Fittings and Field Wrapping Procedure: a. Fittings coated in the field, which cannot be plant machine coated in accordance with the previous sections, and field joints shall be tape coated in SP 35 OF 67 accordance with AWWA Standard C209 using materials as previously specified. The field fitting and field joint cold - applied plastic tape shall be furnished by the same manufacturer as the plant applied plastic tape manufacturer. A 55 percent overlap shall be maintained on all field coated fitting and joint tape wrap to produce a minimum thickness of 100 -mils. Tape shall be applied to the entire fitting and joint and shall extend a minimum of 3 inches onto the mill coat. End splices shall be a minimum of 6 inches and shall be staggered. The tape coating shall overlap at least 3 inches on the adjacent tape wrap. The tapes shall be applied with sufficient tension to conform with the surface irregularities. The finished wrap shall produce a smooth, wrinkle -free surface. b. Fittings coated at the plant, which cannot be machine coated in accordance with the previous sections, shall be tape coated in accordance with AWWA Standard C209 using materials as specified in the previous sections. The plant coated fitting cold - applied plastic tape shall be furnished by the same manufacturer as the plant applied plastic tape manufacturer. An inner tape layer of Polyken 932 -50 shall be applied with a 1 -inch nominal, % -inch minimum, tape overlap on all plant coated fittings. An outer layer of cold - applied plastic tape as specified in the previous sections shall be applied with a 55 percent overlap on all plant coated fittings. The total tape coat system for plant coated fittings shall have a minimum thickness of 110 mils. c. All completed tape coated fitting and field joints shall be tested by the pipe manufacturer or Contractor in the presence of the Engineer with an electrical flaw detector. Applied voltage shall be in the range of 11,000 to 15,000 volts. Any holidays found shall be repaired by the Contractor at no expense to the Owner. d. The tape manufacturer shall furnish a technician to provide assistance during the initial joint wrapping to ensure proper installation of the materials. The technician shall be retained, at the Contractor's expense, for a minimum of five working days of joint wrapping for each project heading. At the completion of the 5-day period, the tape material manufacturer's representative shall meet with the Contractor and Engineer to review and update the joint wrapping operation plan. The tape manufacturer representative shall be retained by the Contractor for the duration of the work and shall respond to field problems and questions from the Contractor and Engineer within a sufficient time period so as not to cause delay in the installation and backfill of pipe. Costs incurred for retention of the tape manufacturer's representative shall be borne by the Contractor. All changes to the pipe manufacturer's operation are to be properly documented and updated by submittal within 3 working days of this meeting. Copies of all modifications are to be submitted to the Engineer in accordance with shop drawing submittal procedures as required in these specifications. e. When more than 30 percent of the tape coating is removed from the circumference of the pipe for the installation of fittings, the entire pipe tape SP 36 OF 67 coating shall be removed. The fitting shall be reprimed and retaped in accordance with these specifications. f. Tape coating repair for fittings and field joints shall be in accordance with the procedure described in this section. Inspection of Tape Coating a. All coating work shall be done in the presence of the Engineer. Any coatings applied in the absence of the Engineer will be rejected. b. The Contractor shall provide the Engineer with reasonable facilities and space, at the Contractor's expense, for the inspection, testing, and obtaining of any information required to determine the characteristics of the material to be used. The Contractor shall furnish to the Engineer at least two electrical pipe coating flaw detectors at the plant and one electrical pipe coating flaw detector per pipe installation heading in the field to aid in the inspection of the tape coating. Detector shall have manuals for operations attached. Two electrical flaw detectors shall remain the property of the Owner upon completion of the work. c. The Engineer shall have free access to plants of the manufacturer furnishing the materials and to worksite. Holiday Detection for Tape Coating: a. The total system shall be tested prior to shipment. The detector for the test shall impress a voltage conforming to NACE Standard RP- 02 -74. b. All holidays electrically or otherwise detected, due to flaws, or mishaps, shall be clearly marked upon discovery and immediately repaired. Wrapping of the first outer layer of tape of any pipe section shall be discontinued until the detected holiday has been repaired and approved by the Engineer. Repairs shall be done using methods specified in the previous sections. After the repair, the affected areas shall then be retested with the holiday detector prior to the application of the outer layer wrap. This process will be done until the coating has successfully passed the test. Tape Coating Repairs Plant and field cold - applied plastic repair tapes shall be furnished and installed in accordance with AWWA Standard C209 during plant and field applied tape materials as specified in the previous sections. The joint cold- applied plastic repair tapes shall be from the same manufacturer as the plant applied plastic tape manufacturer. The tapes and primer shall be completely compatible with the tape system used for straight -line pipe. Any damage in the form of holidays, flaws, or mishaps found in the total coating system shall be repaired by removing the outer tape layers and inner tape layer from the damaged area of the pipe. The damaged area shall be thoroughly cleaned using the methods and materials approved by the Engineer. The methods and materials to be used in repairing the damaged areas will depend on the type and cause of damage. After cleaning, a suitable primer shall be applied, followed by a patch of repair tape over the affected area. The patch repair tape shall overlap the undamaged coating by SP 37 OF 67 a minimum 4 inches in all directions. The repaired area shall then be retested with a holiday detector. An outer tape layer shall be the same material as the "second outer layer tape" as specified in the previous section and shall overlap by a minimum 6 inches past the repair tape area. At the discretion of the Engineer, depending on the extent of the repair area, the outer tape layer shall be wrapped around the entire circumference of the pipe. c. If the outer tape layers are damaged and holidays or other flaws are not detected in the inner layer wrap at the same area, the repair of the inner tape layer may not be necessary; however, if the damage is determined by the Engineer, to be severe enough to jeopardize the integrity of the inner tape layer, the Engineer will direct the Contractor to repair the inner tape layer. If such action is taken, the Contractor shall remove the outer tape layers up to the boundaries of the damaged area, taking care not to damage the inner tape layer any further. Before replacing the outer tape layers, a holiday detector shall be applied to the inner tape layer to determine that no damage has been made to this primary tape coating during the outer layer removal process. The repair of the outer tape layers shall be done in accordance with the requirements of the previous paragraph. The patch repair tape shall overlap the undamaged coating by a minimum of 4 inches in all directions. d. When the area tests showing no holiday, a notation shall be applied to the area indicating the test is satisfactory. Cement mortar coating shall then be applied over the cold- applied plastic tape coat. Protecting Coated Pipe a. The Contractor shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. b. Any tape coated pipe, including exposed tape ends at the cement mortar hold- backs, subjected to ultraviolet exposure longer than 90 calendar days prior to installing cement mortar coating shall be physically inspected by the Engineer prior to installation of plant or field applied cement mortar coating. Ultraviolet degradation will not be accepted; except that if in the opinion of the Engineer, the degree of degradation will not affect the integrity of the coating, he may allow the installation of the pipe section. c. While laying tape and cement mortar coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point. Coated pipe shall be lowered into the trench using belt sling not less than 16 inches wide. The use of chains, hooks or other equipment that might injure the pipe coating will not be permitted. The Engineer shall approve all other pipe handling equipment and methods. Pipe stored alongside of the trench shall be supported on saddles used in transporting the pipe, sandbags, or rock free piles of sand at '% points providing a minimum of 36 inches of bearing surface at each point. d. Immediately before placing the pipe in the trench a visual inspection of the cement mortar coating shall be made. All repairs to defects in the cement mortar coating shall be made prior to the installation of the pipe in the trench in accordance with these specifications. SP 38 OF 67 If damage to the underlying tape coat is suspected and at the direction of the Engineer, the cement mortar coating shall be removed from the damaged area, visually inspected, and electronically tested for holidays in accordance with AWWA C214, subsection 4.3.2 as applicable. Repairs to tape defects are to be made in accordance with previous sections and the tape manufacturer's repair procedure submittal as outlined in the fabrication plan. Repairs to cement mortar coating defects are to be made in accordance with these specifications. The entire coating operation shall be performed as a one - station operation where the pipe is supported at the ends in a manner that will permit the application of the specified coatings. No additional handling following the initial setup of the pipe section, from application of primer, tape coating, and cement -mortar coating, will be allowed. No application involving rollers to support the pipe during the primer application, plastic tape, or cement -mortar coating application will be permitted. 207 -25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 207 -25.1 General All polyvinyl chloride (PVC) pipe shall be SDR -14 (Class 200) and shall be manufactured in strict accordance with the latest revisions of AWWA C900, and Section 207 -21 of the City's Standard Special Provisions. 207 -25.2 Fittings All fittings for PVC pressure pipe shall be ductile iron and shall be in accordance with the latest revisions of AWWA C110, C153, C111, C104 and Section 207 -9 of the Standard Specifications. All fittings shall be push -on type and shall be thrust- blocked and anchored in accordance with the City Standard Plans. 207 -25.3 Pipe Identification All PVC pressure pipe shall have a tracer wire or metallic warning tape installed per Section 207 -22.7 of the City's Standard Special Provisions. 207 -26 TEMPORARY HIGHLINE PRESSURE PIPE 207.26.1 General Highline piping and appurtenances shall be suitable for potable water service and shall have a minimum pressure rating of 200 psi. The highline piping shall be Victaulic joint welded steel pipe or aluminum pipe and shall be suitable for potable water service. Piping shall be a minimum of 6- inches in diameter. All highlining facilities shall be disinfected after installation and prior to be placed into operation. Pressure testing is not required, but the piping and connections shall not leak. All visible leaks shall be repaired immediately. No highline piping shall be allowed to be traveled over without adequately protecting the highlining pipe as well as, safely ramping the pipe for vehicle protection. The Contractor shall obtain approval from the City for all highline piping crossing driveways or streets. Adequate protection of vehicles crossing the highline will be the sole responsibility of the Contractor. The Contractor may consider a shallow trench for the highline if ramping is not feasible. SP 39 OF 67 207 -27 PIPE APPURTENANCES 207.26.1 General Unless otherwise specified, all pipe appurtenances shall comply with the appropriate Standard Drawings of the City of Newport Beach and Section 207 -22 of the City's Standard Special Provisions, unless modified herein. 207.26.2 Valve Boxes Valve boxes shall comply with the appropriate Standard Drawing of the City and Section 207 -22.4 of the City's Standard Special Provisions. 207.26.3 Sleeve -Type Couplings Sleeve -type couplings shall comply with Section 207 -22.6 of the City's Standard Special Provisions. 207- 27.4Nuts and Bolts Above ground and buried nuts, washers and bolts for flanges shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M for bolts, and ASTM A 194, Grade 8M for nuts. A washer shall be provided for each nut. Washers shall be of the same material as the nuts. Bolts for flange insulation kits shall conform to ASTM A 193, Grade B7. Nuts shall conform to ASTM A 194, Grade 2H. SECTION 209 — ELECTRICAL COMPONENTS 209 -3 CORROSION MONITORING SYSTEM 209 -3.1 General Furnish all labor, materials, tools equipment, and incidentals to install cathodic protection and corrosion monitoring facilities on the buried steel piping associated with the City of Newport Beach, for project Irvine Avenue Water 24 -inch Water Transmission Main. Facilities shall include: insulating flange kits, sacrificial anodes, corrosion monitoring test stations, continuity bonding, attendant wiring, inspection, and testing for a complete and workable system. 209 -3.2 Specifications and Standards The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designations only. ANSI B16.21- 92– Nonmetallic Flat Gaskets for Pipe Flanges ASTM C94 -81– Ready -Mix Concrete ASTM D1248- 89– Polyethylene Plastics Molding and Extrusion Materials ASTM D2220- 80– Polyvinylchloride Insulation for Wire and Cable, 75o Operation AWWA C105- 99– Polyethylene Encasement for Ductile Iron Piping for Water and other Liquids. AWWA C217- 90– Cold - Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines SP 40 OF 67 NACE RP0169 -96— Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems NACE RP0286- 97— Electrical Isolation of Cathodically Protected Pipelines NEMA LI- 1- 1983 — Industrial Laminate Thermosetting Products MIL -C- 1848013— Coating Compound, Bituminous, Solvent, Coal Tar Base UL 83- 80— Thermoplastic- Insulated Wires UL 486 -76 —Wire Connectors and Soldering Lugs for Use with Copper Conductors 209 -3.3 Submittals The following information shall be submitted for approval of the Engineer in accordance with the General Requirements of these specifications. Catalog Cuts (5 copies): a. Pre - packaged high potential magnesium anodes b. At -grade test boxes c. Shunts d. Brass split -bolts e. Brass wire tags f. Wire and cable g. Insulating flange kits h. Wax tape wrap 1. Weld caps j. Weld coating k. Polyethylene sheet for DIP encasement 1. Warning tape As -built Drawings: The Contractor shall maintain as -built drawings showing the exact locations of all anodes, insulators, corrosion monitoring test stations, and wire trenching runs. Location changes from the design shall be legibly indicated in red on a blue line copy of the design drawings. These drawings shall be submitted to the Engineer before the work is considered complete. Qualifications: Qualifications of Corrosion Engineer retained by the Contractor for testing purposes. The Corrosion Engineer shall be experienced with buried water line cathodic protection and either be a registered corrosion engineer in the State of California or a NACE International Certified Cathodic Protection Specialist. Test Results: a. Insulator tests b. Continuity tests SP 41 OF 67 c. Anode testing and cathodic protection performance 209 -3.4 Test and Inspection Notification The Contractor shall notify the Engineer at least five days in advance of installation of anodes, insulators, test leads, or test boxes. The Engineer or the Owner shall, at their discretion, inspect and witness the testing of all insulators, anodes, corrosion control or monitoring test stations with the assistance of the Contractor. 209 -3.5 Materials Materials and equipment furnished under this section of the specifications shall be new and of the highest quality, the standard product of manufacturers regularly engaged in the manufacturing of such products, and shall be the manufacturer's latest standard design that complies with specification requirements. All materials and equipment shall bear evidence of U.L. approval when U.L. standards exist. 209 -3.5.1 Pre - Packaged Magnesium Anodes Capacity: High potential magnesium anodes shall have a theoretical energy content of 1000 ampere -hours per pound and have a minimum useful output of 500 ampere -hours per pound. Chemical Composition (High Potential Magnesium): Aluminum 0.01 percent (max) Manganese 0.5 to 1.3 percent Zinc 0.002 percent (max) Copper 0.02 percent (max) Nickel 0.001 percent (max) Iron 0.03 percent (max) Silicon 0.05 percent (max) Other 0.05 percent each (max) and 0.3 percent total (max) Magnesium Balance Open Circuit Potential: The open circuit potential of all anodes, buried in the soil, shall be between 1.55 and 1.65 volts DC versus a copper - copper sulfate reference electrode. Ingot Size and Weight: Anodes shall be 48 -pound bare magnesium ingots with a trapezoidal cross section. Ingot size shall be 32 inches long. Anode Construction: Anodes shall be cast magnesium with a galvanized steel core rod. Recess one end of the anode to provide access to the rod for connection of the lead wire. Silver braze the lead wire to the rod and make the connection mechanically secure before brazing. Insulate the connection to a 600 -volt rating by filling the recess with epoxy and covering any exposed bare steel core or wire with heat shrinkable tubing. The insulating tubing shall extend over the lead wire insulation by not less than one -half inch. Anode Pre - Packaged Backfill Material: The anodes shall be completely encased and centered within a permeable cloth bag in a special low resistivity backfill mix with the following composition: SP 42 OF 67 Gypsum 75% Powdered Bentonite 20% Anhydrous Sodium Sulfate 5% Backfill grains shall be such that 100 percent is capable of passing through a screen of 100 mesh. Backfill shall be firmly packed around the anode such that the ingot is approximately in the center of the backfill and surrounded by at least two inches of backfill material. The resistivity of the backfill shall be no greater than 50 ohm -cm when tested wet in a soil box with no extraordinary means of compaction. The total prepackaged weight shall be approximately 105 pounds. 209 -3.5.2 At -Grade Test Stations Test Box: Test boxes shall be a round, precast concrete with dimensions of 14 -inch O.D. by 11'/2 - inches high, with a cast iron supporting ring and lid and shall have sufficient strength to support occasional vehicular traffic. The lid shall be 9 -5/8 -inch O.D. and cast with the legend "Test Station" using characters as large as space allows. The test boxes shall be flush with grade. Shunts: Anode test boxes shall have 0.01 -ohm shunts rated at 6 amperes, Holloway Type RS or equal, and accurate to plus or minus one percent. Shunts shall be attached to anode and cathode lead wires with split bolt connectors as shown in the drawings. Note that anode leads shall be left unconnected until system activation in the presence of the Engineer. Split Bolt Connector: Split bolt connectors shall be UL 486 copper or brass and sized to accommodate the lead wire and shunt being used. Brass Identification Tags: All test leads shall be identified in each test box with an 18 ga., 1 -1/2 -inch diameter brass tags with a 3/16 -inch diameter hole. All tags shall be die - stamped with the pipe size and service in '% -inch high characters. The tags shall be securely attached to the test leads with un- insulated No. 14 copper wire. Concrete Pad: Test boxes mounted in un -paved areas shall be mounted in a 26- inches square by 4- inches thick, reinforced concrete pad constructed of ASTM C94 Ready -Mix concrete. 209 -3.5.3 Wire and Cable All wire shall be single conductor, stranded copper of the gauge indicated. Wire sizes shall be based on American Wire Gauge (AWG). Copper wire shall be in conformance with U.L. Standard 83 and shall be suitable for direct burial in corrosive soil and water. Wire with high molecular weight polyethylene ( HMWPE) insulation shall conform to the requirements of ASTM D1248 Type 1, Class C, Grade 5. Wire with THWN insulation shall conform to the requirements of ASTM D2220. Test Wires. Wire sizes shall be as shown in the Drawings. All pipe test leads shall have black HMWPE insulation. Anode Lead Wires. All anodes shall have No. 12 AWG wire with white THWN insulation. SP 43 OF 67 Bond Wires. Bond wires at mechanical joints, i.e., valves, flanges and couplings and at ductile iron pipe joints shall be No. 4 or 6 AWG as shown in the drawings with black HMWPE insulation. 209 -3.5.4 Insulating Flange Kit Standard: NACE RP0286 "Electrical Isolation of Cathodically Protected Pipelines." Gasket. ANSI B- 16.21, Type "E" full- faced, laminated glass NEMA LI -1 G -10 material with rectangular nitrile or Viton O -ring seal for operation between 20 °F and 150 °F. Gaskets shall be suitable for the temperature and pressure rating of the piping system in which they are installed. Insulating Sleeves. 1/32 -inch thick tube, full length, laminated glass material as per NEMA LI -1 G10 for operation between 20 °F and 150 °F. For installation at threaded valve flanges, the sleeves shall be half- length. Insulating Washers. 1/8 -inch thick laminated glass material as per NEMA LI -1 G10 for operation between 20oF and 150oF. For installation at threaded valve flanges, the sleeves shall be half - length. Steel Washers. 118 -inch thick cadmium plated steel to be placed between the nut and the insulating washer. 209 -3.5.5 Wax Tape Wrap Where Required: All buried non - tape /mortar coated pipe fittings and appurtenances such as valve bodies, flanges, insulating flanges, couplings, etc. shall be wrapped with a wax tape primer and wrap per AWWA C217 and this specification section. Primer: Prime coat with a blend of petrolatum, plasticizer, inert fillers, and corrosion inhibitor having a paste -like consistency. Tape Wrap: Wrap primed surfaces with a synthetic felt tape saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. A compatible petrolatum filler should be used to smooth over irregular surfaces. Outer Covering: The primed and wax -tape wrapped fitting shall be wrapped with a plastic tape covering consisting of 1.5 mil, polyvinylidene chloride or metallocene resin material. The tape shall have high dielectric strength, be stretchable and be able to conform well to irregular shapes. The outer covering shall be Trenton Poly -Ply, Denso Poly -wrap or equivalent. 209 -3.5.6 Alumino- Thermic Weld Kits Weld Kits: Cable -to -metal connections shall be made by the alumino- thermic welding process. Weld kits shall include graphite mold, weld charges and accessories. The charge size and alloy and the mold size shall be as specked by the manufacturer of the weld kit for use on steel pipe. Weld Caps: Alumino- thermic welds shall be sealed with a pre- fabricated plastic cap filled with formable mastic compound on a base of elastomeric tape. Weld caps shall be Royston Handy Cap 2 or equivalent. Prime coat the surface before SP 44 OF 67 application of the weld cap with a material specially designed for this purpose such as Royston Roybond Primer. Weld Coating: All alumino- thermic welds and weld caps shall be coated with a cold- applied fast -drying mastic consisting of bituminous resin and solvents per Mil. Spec MIL- C- 18480B such as Carboline Bitumastic 50, Tnemec 40 -H -413, Tape -coat TC Mastic or "3M Scotch Clad 244." The minimum coating thickness shall be 25 mils (0.025 inch). 209 -3.5.7 Polyethylene Sheet Polyethylene Sheet: All ductile iron pipe shall be fully encased in 8 mil (0.008 inches) polyethylene sheet material in accordance with AWWA C105 method A and as shown in the drawings. The polyethylene encasement shall be installed in a near perfect condition without pinholes or tears and shall be fully protected from damage during backfilling. 209 -3.5.8 Plastic Warning Tape Warning Tape: The plastic warning tape shall be 3- inches wide and shall have a printed warning "Caution - Cathodic Protection Cable Buried Below". 209 -3.6 Execution All work shall be performed by qualified, continuous, competent supervision. Work conform to NACE RP0169 or NACE RP0286. 209 -3.6.1 Magnesium Anodes experienced personnel working under not specifically described herein shall Inspection: All lead wires shall be inspected to ensure that the lead wire is securely connected to the anode core and that the lead wire insulation has sustained no damage. Anode lead wire -to -anode connection failures shall require replacement of the complete anode and lead wire assembly. Pre - Packaged Anode Inspection: Each unit shall be inspected to ensure that the backfill material completely surrounds the anode and that the cloth bag containing the anode and backfill material is intact. If the prepackaged anodes are supplied in a waterproof container or covering, that container or covering shall be removed before installation. Excavation Type and Depth: Anodes are to be installed in augured holes 12 feet deep as shown in the drawings. Location: Approximate anode locations are shown in the drawings. Anode positions can be adjusted slightly to avoid interference with existing structures. The Engineer must approve alternate anode positions, greater than 10 feet from those shown in the drawings. Handling: Care shall be taken to ensure that the anode is never lifted, supported, transported, or handled by the lead wire. All anodes shall be lowered into the hole using a sling or a rope. Soaking Requirements, Pre - Packaged Anodes: All prepackaged anodes shall be completely submerged in water for 30 minutes before being placed in the hole or trench. Once in the hole or trench, 15 gallons of water shall be poured on top of SP 45 OF 67 the anode such that it is completely covered with water. Allow the anodes to soak for a minimum of 30 minutes before any soil backfill is added. Backfill with native, rock -free (1/2 -inch maximum rock size) soil such that the soil backfill is 3 to 5 inches over the top of the anode. Add an additional 5 to 10 gallons of water to the hole or trench to completely saturate the soil around the anode. Allow the anode and soil to soak for 15 minutes (minimum) before completing the backfill operation. Anode Upper Backfill: After the anode has soaked in the hole or trench, the hole or trench is back-filled with native trench spoil (not sand) with all stones over 1 -inch diameter removed. Backfill in 18 -inch lifts and carefully tamp to compact the soil. No voids shall exist around the anode bags and the anode lead wire shall not be damaged. 209 -3.6.2 At -Grade Test Stations Location: At -grade corrosion monitoring test boxes shall be placed just behind the curb and /or over the pipe as shown in the drawings. The Engineer must approve alternate test station positions. Test boxes shall not be placed in the roadway or traffic lanes. Native Soil: The bottom of the box shall be native soil not gravel, rock, or sand. Test Lead Attachment: Test leads shall be attached to the pipe using the alumino- thermic weld process as shown in the drawings and as described below. A single 18 -inch slack wire coil shall be placed at each weld. Wire Installation: All buried lead wires (test or anode) shall be installed without damage or splices. All wire leads shall terminate at an anode, the pipe or in a test box. Provide slack wire in the test box such that all wires extend above the top of the box (grade) by 18 inches. Anode Connection: Contractor shall connect the shunt to the pipe lead with a split bolt connector as shown. The anode lead shall be left unconnected for testing and completion by the Engineer. The Contractor shall connect a second split bolt to the other end of the shunt for connecting the anode lead to the shunt; however, the anode wire shall be left out of the connection until the system is activated in the presence of the Engineer. Concrete Pad: A 26 -inch square by 4 -inch deep, reinforced (No. 4 rebar) concrete pad is required around each at -grade test station that is not located in a paved area. The pad shall be flush with grade except in grass areas where it shall be slightly raised. 209 -3.6.3 Wire and Cable Test Lead Trenching and Backfilling: Horizontal test lead and anode lead runs shall be placed in a trench with a minimum depth of 24 inches. The bottom of the finished trench shall be sand or stone -free earth. Test lead shall be centered in the bottom of the trench and covered and tamped in a 6 -inch layer of stone -free earth. Trench spoil can be used for the remainder of the backfill unless directed otherwise in these specifications. Soil compaction shall be as specified elsewhere in these specifications. Do not stretch or kink the conductor. Care shall be taken when installing wire and backfilling trench so insulation is not SP 46 OF 67 broken, cut, or bruised. Do not place roots, wood scraps, organic matter or refuse in the backfill. Plastic Warning Tape: Plastic warning tape shall be run in the wire trench at a depth of 12- inches and above each buried wire. Damaged Wire: If any wire insulation is damaged during installation, it shall be rejected and replaced completely at the Contractor's expense. All rejected wire shall be removed from the job site at the close of each workday. Splicing: No wire splices are allowed unless specifically approved by the Engineer. 209 -3.6.4 Insulating Flange Kits Fange Kit Preparation: Insulating kits shall be installed as shown on drawings and as recommended by the manufacturer. Moisture, soil, or other foreign matter must be carefully prevented from contacting any portion of the mating surfaces prior to installing insulator gaskets. If moisture, soil, or other foreign matter contacts any portion of these surfaces, the entire joint shall be disassembled, cleaned with a suitable solvent, and dried prior to reassembly. Pre - Assembly: All insulating flange kits 20- inches or greater shall be pre - installed and tested in the pipe spool before it is installed in the trench. If possible, smaller flanges shall be pre - installed and tested above grade. Component Compatibility: The Contractor shall be responsible that insulating flange kits fit up properly. Specifically, the Contractor is responsible to verify that the bolts or studs are the correct material and size and that there is the correct number of bolts (studs), nuts, sleeves, insulating washers and steel washers. The Contractor shall also verify that the gasket sealing surfaces match up properly on both flanges and that there is enough clearance for the sleeves between the bolts or studs and the flange hole. Misaligned or non - compatible flange kits shall be replaced by the Contractor at the Contractor's expense. Alignment: Alignment pins shall be used to properly align the flange and gasket. Bolt Tightening: The manufacturer's recommended bolt- tightening sequence shall be followed. Bolt insulating sleeves shall be centered within the insulation washers so that the insulating sleeve is not compressed and damaged. Testing: All insulating flanges must be tested as specified below. All buried insulating flanges must be tested before backfilling and before the wax tape primer and wrap are applied. Insulating flanges over 20- inches in diameter shall also be tested after assembly in the pipe spool but before installation in the ditch. 209 -3.6.5 Casing, Insulation, and Seals Where the pipeline is installed in a casing, the pipeline must be fully insulated from the casing. No metal contact between the pipeline and the casing will be tolerated. Casing insulation must be tested and approved by the Corrosion Engineer before the casing is sealed. Seal the annular space against intrusion of water. SP 47 OF 67 209 -3.6.6 Wax Tape Coating All buried pipe, pipe fittings and appurtenances such as tapping saddles, valves, flanges, insulating flanges, couplings and adapters (except casings) that are not tape /mortar coated shall be wrapped with petrolatum wax tape per AW WA C217 and this specification section. Surface Preparation: All surfaces to be wrapped, including bolt and nut surfaces, must be clean and free of all moisture, dirt, mud, dust, mill scale, wax, paint, oil, grease or any foreign substance. Clean using a power or hand wire brush and by wiping with a clean cloth. If oil or grease is present clean using a suitable, safe solvent that does not leave a residue. The surface shall be dry prior to the application of the coating. Primer: Apply primer by brush, hand, glove or roller. A thin coating of primer shall be applied to all surfaces and worked into all crevices. The primer shall be applied generously around threaded bolts and nut, coupling tie rods, flanges, followers, and other irregular surfaces and shall completely cover all exposed surfaces and fill all voids. The primer should overlap the pipe coating by a minimum of 3- inches. Wax Tape: The petrolatum wax -tape shall be applied immediately after primer application. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud -ends. Coupling tie rods and odd surfaces must be individually wrapped with wax tape to ensure complete coverage with tape directly against all surfaces. After all bolts and irregular surfaces are covered with short sections of tape, the tape shall be circumferentially wrapped over the flange, valve or coupling with sufficient tension and pressure to provide continuous adhesion without stretching the tape. The tape shall be formed by hand into all voids and spaces. There shall be no gaps or air spaces under the tape. The barrel of couplings shall be wrapped under the tie rods. The tape shall be applied with at least a 55 percent overlap. The wax tape system shall have a minimum thickness of 50 -mils over smooth surfaces and 100 -mils over sharp projections such as bolts and nuts. Outer Covering: The Gear plastic outer covering shall be applied by hand such that the material conforms and adheres to the wax tape surface. Coupling tie rods shall be individually wrapped. Two layers of plastic outer wrapping shall be applied. 209 -3.6.7 Continuity Bonding Ductile Iron Joints: No continuity bonds are required on the ductile iron joints. Mechanical Joints: All buried non - welded pipe joints and all mechanical joints (i.e., flanges, valves, couplings expansion joints) not specifically identified as an insulating joint shall be bonded with bond wires as indicated in the drawings. Bond Wires and Wax Tape: Attached, test and inspect bond wires before wax tape wrap is applied. 209 -3.6.8 Wire to Pipe Connections Welds: All connections of copper wires to the cathode /structure shall be made by the alumino - thermic weld method as shown in the drawings. SP 48 OF 67 Preparation of Wire and Cable: Use a cutter to prevent deforming cable ends. Do not deform cable. Clean oily or greasy cable with a rapid -drying solvent, which leaves no residue. Remove only enough insulation from the cable to allow the alumino- thermic weld connection to be made. Preparation of Metal: Remove all coating, dirt, grime, and grease from the metal structure at weld locations by wire brushing and /or use of suitable safe solvents. Clean the structure to a bright, shiny surface free of all serious pits and flaws by using a file. The area of the structure where the attachment is to be made must be absolutely dry. Wire Position: The wire is to be held at a 30- degree angle to the surface when welding. Only one wire shall be attached with each weld. Testing of All Completed Welds: As soon as the weld has cooled, the weld shall be tested by the Contractor as described below. Re- welding Failed Welds: Before attempting a weld where a previous weld has failed, it is necessary to completely remove all weld metal and remnants of the previous weld by grinding or by filing. Coating of All Completed Welds: Assure that the area to be coated is thoroughly wire brushed, clean, and completely dry. Apply the elastomeric weld cap primer and then the weld cap to the weld. Apply a bituminous mastic coating over the weld cap at sites where wax tape is not applied. Apply bituminous coating in accordance with the manufacturer's recommendations. This coating shall overlap the structure coating a minimum of three inches. Allow sufficient time to dry. Wax tape can be applied over the weld cap in lieu of the bituminous coating. 209 -3.6.8 Polyethylene Encasement Loose Wrap: All DIP pipe, flanges, couplings and valves shall be fully encased in a double wrap of 8 -mil plastic sheet. The sheet shall be installed with multiple longitudinal folds or laps so that there is adequate room for the plastic to give over irregular surfaces when compressed by the soil. Properly done the installation will look bunched, gathered and generally sloppy. End Seal: Seal and secure the plastic sheet with two wraps of 10 mil polyethylene backed pipe tape. 209 -3.7 Testing And Inspection 209 -3.7.1 Test Leads and Bond Wires Responsibility: The Contractor shall be responsible for testing all test leads and bond wire welds. Test Method: All completed wire connection welds shall be tested for strength by striking the weld with a sharp blow with a two -pound hammer while pulling firmly on the wire. Welds failing this test shall be re- welded and re- tested. Wire welds shall be spot tested by the Engineer. After backfilling pipe, all test lead pairs shall be tested using a standard ohmmeter for broken welds. The resistance shall not exceed 130 percent of the total wire resistance as determined from published wire data. SP 49 OF 67 Acceptance: Welds not loosened or broken by the hammer test can be backfilled. The resistance between each pair of test leads shall not exceed 130 percent of the total wire resistance as determined from published wire data. Ultimate bond wire acceptance shall be determined by the continuity test results. 209 -3.7.2 Test Lead Trenching and Backfill Responsibility: The depth, trench bottom padding, and backfill material shall be inspected by the Engineer at his discretion prior to backfilling. Method: The depth, trench bottom padding, and backfill material shall be visually inspected prior to backfilling. Acceptance: Conformance with these specifications. 209 -3.7.3 Continuity Testing Responsibility: Full metallic continuity is the responsibility of the Contractor. A qualified Corrosion Engineer who is retained by the Contractor shall conduct continuity tests. The Contractor is also responsible for providing test access at either end of the pipe sections requiring testing. Pipe Requiring Continuity Testing: All reaches or sections of pipe that contain one or more bonded, mechanical or non- welded joint must be tested for Continuity. Notification and Scheduling for Testing: The Contractor shall notify the Engineer at least five days before the completed pipe installation is ready for testing. It is advised that continuity testing be done as soon as possible. Test Method: Pipeline continuity shall be tested using the Direct Resistance Method. The Owner must approve alternate methods. The Direct Resistance Method consists of measuring the linear resistance of individual pipe sections between two adjoining test stations (2 -wire minimum) such that the entire line is tested. The resistance of the pipe section is measured by applying a known DC current through the section and measuring the IR drop. Current can be applied through the pipe using any DC source such as a battery. The IR drop shall be measured at a minimum of five different current values. Instruments used shall be sufficiently sensitive to measure a resistance equal to plus or minus 5% of the calculated resistance of the pipe section. Acceptance: The continuity of the pipeline shall be considered acceptable if the actual resistance measured as described above is equal to or less than 130 percent of the calculated pipe section resistance. The calculated resistance shall include the cylinder resistance and the bond wire resistance. If the actual resistance is greater than 130 percent of the calculated value the Contractor shall, at his own expense, locate the open or high resistance joints, make all necessary corrections, and retest until this criterion is met. 209 -3.7.4 Anodes and Cathodic Protection Performance Responsibility: The Contractor is responsible for providing the proper rated potential anode, sufficient anode lead wire length, low resistance connections and the proper anode hole or trench depth. The Contractor shall be responsible for ensuring that the anode pre - packaged backfill sack is undamaged and that SP 50 OF 67 the wire leads are soundly attached. The Contractor's Corrosion Engineer shall test each installed anode for wire connection integrity and for open- circuit potential. Notification for Testing: The Contractor shall notify the Engineer at least five days in advance of plans to install the anodes and five days in advance of system performance testing. At his or her discretion, the Engineer shall witness the anode installation. Cathodic Protection Performance Test Method: The performance of the cathodic protection system will be tested by the Contractor's Corrosion Engineer in the presence of the Engineer. The testing shall include: measurement of all open- circuit anode potentials; pipe -to -soil potentials at each test station and other locations as needed to fully evaluate anode performance before the anodes are connected; initial anode currents after connecting anode leads to the pipe leads; and the pipe -to -soil potential at each previously tested site with all anodes connected. Pre- and post cathodic protection potentials at midpoints between anode beds are required to verify that the pipeline is fully protected. Adequate protection shall be as defined in NACE RP0169. Test Report: All system checkout test results shall be recorded, tabulated and submitted to the Engineer in a report along with the Corrosion Engineer's conclusions regarding the performance of the cathodic protection system. Any deficiencies found during testing shall be reported to the Engineer immediately. The Contractor shall perform repairs due to system installation deficiencies. These repairs and system re- testing shall be provided at no additional cost to the Owner. Acceptance: The system will be accepted if all anodes, insulators, test stations, and supporting facilities are installed and working properly. 209 -3.7.5 Insulator Testing Responsibility: Insulators shall be tested and certified by the Contractor's Corrosion Engineer. Testing shall be done in the presence of the Engineer and the Owner at their discretion. Test Sequence: Buried Insulating flanges must be assembled onto the pipe spool and tested above grade prior to installation of the spool in the trench and the application of wax tape. Notification for Inspection: The Contractor shall notify the Engineer at least five days in advance of the testing of insulator installations. Method: Two test methods are required. a. Spool Test Above - Grade: The assembled flange shall be tested with a Gas Electronics Model 601 Insulator Checker specifically designed for the testing of insulating devices. The testing shall be done by a qualified Contractor's Corrosion Engineer and in accordance with NACE RP0286 -97. b. Fully Assembled in the Trench: Retest with the Insulator Checker as above. Measure the pipe -to -soil potential of the pipe on each side of the insulator with a reference cell placed in the same location. A shorted condition is indicated by identical potentials. SP 51 OF 67 Acceptance: a. Above Grade: The installation of the insulators shall be considered acceptable when the Insulator Checker test results indicate no shorts or partial shorts are present (zero percent meter deflection). b. In the Trench: No shorts or partial shorts as indicated by the Insulator Checker. Pipe -to -soil potentials on each side of the insulator must differ by a minimum of 20 millivolts. If the potential difference is less than 20 millivolts the Corrosion Engineer shall recommend additional tests to verify insulator performance. The additional tests shall be conducted with the approval of the Construction Manager. c. The installation shall be considered complete when the testing device indicates that no shorts or partial shorts are present. If shorts are detected the Contractor shall assist the qualified Corrosion Engineer in finding partial shorts or shorted bolts. All disassembly and re- assembly necessary to gain the acceptance of the qualified Corrosion Engineer shall be done at the Contractor's expense. 209 -3.7.6 Pipe Casing Test Responsibility: Before final acceptance of the installation, casing insulation must be tested and approved by the Corrosion Engineer. Test Method: Pipe -to -soil potentials on between the water main and casing must differ by a minimum of 20 millivolts. If the potential difference is less than 20 millivolts the Corrosion Engineer shall recommend additional tests to verify casing isolation. The additional tests shall be conducted with the approval of the Construction Manager. Acceptance: The installation shall be considered complete when the testing device indicates that no shorts or partial shorts are present between water main and casing. If shorts are detected the Contractor locate and correct the shorted condition. No metal contact between the pipeline and the casing will be tolerated. All remedial work to eliminate metallic contact necessary to gain the acceptance of the qualified Corrosion Engineer shall be done at the Contractor's expense. 209 -3.7.7 Tape Coating Responsibility: the Engineer shall inspect all wax tape coating applications. Notification for Inspection: The Contractor shall notify the Engineer at least five days in advance of completion of wax tape applications. Test Method: Each tape wrapped component shall be visually inspected. The inspector shall verify that all irregular components are individually wrapped and that the tape if fully molded to the surface without gaps or voids. Backfilling shall not be done until this inspection is complete and the Engineer approves the tape wrap application. Acceptance: Conformance with this specification section. SP 52 OF 67 209.3.7.8 Compliance with Specifications Deficiencies: Any deficiencies or omissions in materials or workmanship found by these tests shall be rectified by the Contractor at his expense. Deficiencies shall include but are not limited to: unconnected or broken anode or test leads; incorrect anode type; improper or un -clean wire trench backfill; lack of 18- inches slack wire on each test lead in each test box; shorted or partially shorted insulators; inadequate insulator coating; failure to notify the Engineer in sufficient time to test buried insulators; high metallic pipeline resistance; and improperly mounted or located test boxes. SECTION 214 — PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." PART 3— CONSTRUCTION METHODS SECTION 300— EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3 -1 General Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday." 300 -1.4 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words "1 'h 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. SP 53 OF 67 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 for the 2 -inch final cap. Base trench paving A.C. shall be III -133 -AR -4000. All cracks '/ -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom. Asphalt paving shall be done the day after the cold - milling (grinding) is completed. No segment of street shall be left in a cold- milled state for more than one day." 302 -5.4 Tack Coat Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one –tenth (1110) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303— CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." SP 54 OF 67 303 -5.4 Joints 303 -5.4.1 General Add to this section: "The Contractor shall make all necessary sawcuts to replace A.C., P.C.C., and brick that were damaged during the construction of improvements shown on the plans. 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." 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, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 306 — UNDERGROUND CONDUIT CONSTRUCTION 306 -1.1.1 General Add to this section: "Per the Geotechnical Evaluation prepared for this project, the soils within the IRVINE AVENUE AT SANTIAGO DRIVE TO DOVER DRIVE AT WESTCLIFF DRIVE project should be readily excavated by conventional earthmoving equipment. Excavation shall include without classification the removal of all material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an off -site location. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor. All excess native material excavated during the construction shall become the property of the Contractor and shall be disposed of by him outside the limits of work in accordance with the applicable ordinances and regulations of the governmental agencies having jurisdiction. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor." 306 -1.1.2 Maximum Length of Open Trench Total open trench at any one time is not to exceed 500 linear feet.. In addition, the Contractor shall place the base paving (for temporary pavement) flush with surrounding pavement within at least three (3) calendar days after traffic is allowed back onto the trench. SP 55 OF 67 306 -1.1.5 Removal and Replacement of Surface Improvement Add to this section: "The thickness of the existing AC pavement and base sections will vary. The Contractor shall assume an existing minimum pavement section of 6-inch AC over 12 -inch AB. The type and depth of the existing pavement and base sections shown below were obtained from improvement plans or soil borings and the City does not guarantee the accuracy of this determination. 306 -1.1.6 Bracing Excavations Add to this section: Braced Shoring shall be designed per the lateral earth pressures provided in the project geotechnical report. 306 -1.1.7 Dewatering The Contractor shall provide and maintain at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water, from any source, entering the excavations or other parts of the work. Dewatering shall be accomplished by methods that will ensure a dry excavation and preservation of the lines and grades of the bottoms of excavations. For pipeline work, the methods may include sump pumps, deep wells, well points, suitable rock or gravel placed below the required bedding for draining and pump purposes, temporary pipeline and other means. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accord with the provisions of this section or other requirements. Standby pumping equipment shall be provided on the jobsite. A minimum of one standby unit (one for each ten in the event well points are used) shall be available for immediate installation should any well unit fail. The design and installation of well points or deep wells shall be suitable for the accomplishment of the work. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. Disposal methods shall conform to the Porter - Cologne Water Control Act Amendment of 1972; and the California Administrative Code, Title 23, Chapter 3. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property. Conveyance of the water shall be such as to not interfere with traffic flow. No water shall be drained into work built or under construction without prior consent of the CNB. Water shall be desilted before disposal of any sewer, storm drain or other conveyance system. The system used for desilting the water shall be baffled structure and shall provide not less than five minutes detention time and shall be designed to have a "flow- through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow- through limitations specified above. The Contractor shall ensure that all extracted and discharged water meets the basin plan water quality criteria. An NPDES permit will be required for this job. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Water Discharge Permit for Construction Dewatering issued to the City. A copy of the permit is attached in Appendix B. SP 56 OF 67 306 -1.2.1 Bedding Add to this section: "Bedding material shall be clean, well graded imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be a granular material free from clay balls, organic material and other deleterious substances. The bedding material shall extend 6- inches minimum below the pipe and 12- inches above the pipe and shall be compacted to a minimum relative compaction of 90 %. In the event the subgrade soils below the bedding are excessively weak or disturbed during excavation, the unsuitable soils shall be overexcavated to expose firm native material or removed and recompacted for a minimum depth of twenty -four (24) inches below the proposed bedding (recompacted to 90% relative compaction)." 306 - 1.2.14 Installation of Cement Mortar -Lined and Tape Wrapped /Mortar Overcoat Steel Pipe Add Section 306 - 1.2.14 as follows: "306- 1.2.14.1 Installation of Pipe The Contractor shall install all pipe, fittings, closure pieces, bends, reducers, tees, crosses, outlets, manifolds, and other steel plate specials, bolts, nuts, gaskets, jointing materials, and all other appurtenances as indicated and as required to provide a complete and workable installation. No pipe shall be installed when the lining or coating /interior or exterior surfaces show cracks that may be harmful as determined by the Engineer. Such damaged lining and coating /interior and exterior surfaces, shall be repaired, or a new undamaged pipe shall be provided. All pipe damaged prior to Substantial Completion shall be repaired or replaced by the Contractor. The Contractor, shall inspect each pipe and fitting to insure that there are no damaged portions of the pipe. The Contractor shall remove or smooth out any burns, gouges, weld splatter or other repairable defects prior to laying the pipe. Trenches shall be in a reasonably dry condition when the pipe specials are laid. Necessary facilities including slings shall be provided for lowering and properly placing the pipe sections in the trench without damage. The pipe and specials shall be laid to the line and grade shown, and they shall be closely jointed to form a smooth flow line. Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign substance which may have collected thereon and shall be kept clean at all times thereafter. In placing pipe in the trench, the pipe shall be held by the sling that supported the pipe section at the quarter points. The sling shall be constructed with padded attachment straps as approved by the manufacturer of the pipe. Bare cable or chain attachment straps will not be allowed. The pipe shall not be dragged on the bottom of the trench but shall be supported by the sling while being fitted to the adjacent pipe section. Immediately before placing each section of pipe in final position for jointing, the bedding for the pipe shall be checked for firmness and uniformity of surface. When the pipe is being laid, it shall be turned and placed where possible, so that any SP 57 OF 67 slightly damaged portion will be on top. The damaged area shall be repaired for the protection of any exposed steel. All damaged areas shall be repaired using materials and methods acceptable to the City. Pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coating on field joints. The protective stulling and bracing shall be removed after the sand backfill has been thoroughly compacted and prior to completing the interior joints. The Contractor will be required to provide the necessary access points for the removal of the stulling and bracing as well as for the inspection of the interior lining as specified in Section 306 - 1.2.14.3. The Contractor may elect to install construction access manways to provide the necessary access points. Construction access manways shall be constructed per Detail 1 on Sheet H2 as shown on the enclosed Attachment 'A' and shall be ultimately buried once access is not longer required. The exact location of the manways shall be determined by the Contractor but shall not be located any closer than 1,000 feet between each manway. The proposed manways shall be identified on the line lay diagrams and shall be shown on the "as- built" drawings to be submitted at the completion of the project. After each section of pipe has been set into position, it shall be attached to the adjoining section by means of an arc - welded joint as shown on the Plans. The use of dogs, clips, lugs, or equivalent devices welded to the pipe for the purpose of forcing it into position will not be permitted. Care shall be exercised at all times to avoid contaminating any pipe, valves or fittings. During laying operation, no debris, tools, clothing or other material shall be placed in the pipe. Dirt shall be prevented from entering the pipe and if necessary, the pipe shall be swabbed before placing in position. If the pipe - laying crew cannot place the pipe into the trench without getting foreign material into it, the City may require placing a heavy canvas cover over each end of the pipe that shall remain in place until the pipe lengths are to be joined. Each section of pipe shall be laid in the order and position shown on the laying schedule. In laying pipe, it shall be laid to the set line and grade, within approximately one inch plus or minus. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the City may change the alignment and /or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed the maximum deflection recommended by the pipe manufacturer. No joint shall be misfit by any amount which will be detrimental to the strength and water tightness of the finished joint. In all cases, the joint opening, before finishing with the protective mortar inside the pipe, or prior to applying in -place mortar lining, shall be the controlling factor. SP 58 OF 67 Moderate deflections and long radius curves may be made by means of beveled joint rings, by pulling standard joints, by using short lengths of pipe, or a combination of these methods; provided that pulled joints shall not be used in combination with bevels. The maximum total allowable angle for beveled joints shall be 5 degrees per pipe joint. Bevels shall be provided on the bell ends. Mitering of the spigot ends will not be permitted. The maximum allowable angle for pulled joints shall be in accordance with the manufacturer's recommendations or the angle which results from a % -inch pull out from normal joint closure, whichever is less. All horizontal deflections or fabricated angles shall fall on the alignment. All vertical deflections shall fall on the alignment and at locations adjacent to underground obstructions, points of minimum earth cover, and pipeline outlets and structures. The pipe angle points shall match the angle points indicated. Except for short runs, which may be permitted by the City, pipes shall be laid uphill on grades exceeding 10 percent. Pipe that is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. All bends shall be properly installed. The openings of all pipe and specials where the pipe and specials have been cement - mortar lined in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to prevent unauthorized access by persons, animals, water or any undesirable substance. The bulkheads shall be so designed to prevent drying out of the interior of the pipe. The Contractor shall introduce water into the pipe to keep the mortar moist where moisture has been lost due to damaged bulkheads. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any source, shall assume full responsibility for any damage due to this cause, and shall at its own expense restore and replace the pipe to its required condition and grade if it is displaced due to floating. As pipe laying progresses, the Contractor shall keep the pipe interior free of all debris. The Contractor shall completely clean the interior of the pipe of all sand, dirt, mortar, splatter and any other debris following completion of pipe laying, pointing of joints and any necessary interior repairs prior to testing (and disinfection) the completed pipeline. Where pipe support details are indicated, the supports shall conform thereto and shall be placed as indicated; provided that the support for all exposed piping shall be complete and adequate regardless of whether or not supporting devices are specifically indicated. Where indicated, concrete thrust blocks or welded joints shall be provided." 306 - 1.2.14.2 Welded Joints General: Field welded joints shall be in accordance with ANSI /AWWA C206. Where exterior welds are performed, adequate space shall be provided for welding and inspection of the joints. During installation of welded steel pipe in either straight alignment or on curves, the pipe shall be laid so that the lap joint clearance, at any point around the circumference of the joint, shall comply with the requirements of AWWA C206. SP 59 OF 67 Unless double fillet welds are indicated, field welded lap joints may, at the Contractor's option, be made on either the inside or the outside of the pipe. After the pipe and pipe joint are properly positioned in the trench, the length of pipe between joints shall be backfilled to at least one foot above the top of the pipe. Care shall be exercised during the initial backfilling to prevent movement of the pipe and to prevent any backfill material from being deposited on the joint. To control temperature stresses the unbackfilled joint areas of the pipe shall be shaded from the direct rays of the sun by the use of properly supported awnings, umbrellas, tarpaulins, or other suitable materials for a minimum period of 2 hours prior to the beginning of the welding operation and until the weld has been completed. Shading materials at the joint area shall not rest directly on the pipe but shall be supported to allow air circulation around the pipe. Shading of the pipe joints need not be performed when the ambient air temperature is below 45 degrees Fahrenheit. Prior to the beginning of the welding procedure, any tack welds used to position the pipe during laying shall be removed. Any annular space between the faying surfaces of the bell and spigot shall be equally distributed around the circumference of the joint by shimming, jacking, or other suitable means. The weld shall then be made in accordance with ANSI /AWWA C206. Where more than one pass is required, each pass except the first and final one shall be peened to relieve shrinkage stresses; and all dirt, slag, and flux shall be removed before the succeeding bead is applied. All welding shall be done by an unvarying arc - welding process which excludes the atmosphere during the process of deposition and while the metal is in a molten state. The size and type of electrode used, and the current and voltage required, shall in all cases be subject to the approval of the City. The weld sticks and flux to be used for automatic processes shall be 6012 or better. Rusted or otherwise damaged electrodes shall not be used, and violation of this provision shall be sufficient cause for rejection of the work. Used flux from automatic welders shall be sifted free of fines and coarse pieces and shall have all mill scale removed before reusing. All welds shall be of uniform composition, neat, smooth, full strength, ductile, and shall be made with a technique which will ensure uniform distribution of load throughout the welded section with a minimum tendency to produce eccentric stress or distortion in the weld or in the metal adjacent thereto. There shall be no greater evidence of oxidation in the metal of the weld than in the metal of the unwelded plate. All welded joints shall be of a type that will produce complete fusion of the plates and shall be free from unsound metal, pinholes, and cracks. The finish of welded joints shall be reasonably smooth and free from grooves, depressions, burns, and other irregularities, and there shall be no valley or undercut in the center of edges of any weld. All back chipping on both automatic and hand welding, whether for repairs or preparation of the groove for the original weld, shall be subject to inspection before SP 60 OF 67 being filled with weld metal. All butt welds shall be back chipped with a round -nosed tool to sound metal and inspection before welding the reverse side. Field joints shall be lap welded slip or buttstrap as shown on the Plans. At all single welded butt - strapped field joints, the outside weld or welds, as the case may be, shall be made with one (1) downhand pass and one (1) uphand pass. Fitting of butt straps shall be done with angle -bar clips and bolts pulled tight; provided that such angle -bar clips shall be removed to the satisfaction of the City upon completion of welding. The use of chains and jacks to pull up straps will not be permitted. In all hand welding, the metal shall be deposited in successive layers so that there will be at least as many passes or beads in the completed weld as indicated in the following table: 3/16 1 1/4 2 5/16 3 3/8 3 For all hand butt welds and other hand welds where possible, except plain 90- degree fillet welds, the plate edges shall be so prepared that there will be sufficient angle in the welding groove to prevent side arcing of the electrode and to permit penetration at the deepest point of the groove. All such welds shall be back chipped with a round -nosed tool to clean metal on the reverse side from the side of deepest penetration before any welding is done on said reverse side. Each hand pass and each back chipped welding groove shall be subject to inspection before the ensuing pass is made. Each hand pass shall be the full width of the weld. For all hand welds, not more than 118 -inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side will not be permitted. All porosity and cracks, trapped welding flux, or other defects in the welds shall be completely chipped out in a manner which will permit proper and complete repair by welding. Defective welds shall in general be repaired by hand welding; provided that the repair of defects in automatic welds shall be made on automatic welding machines where, in the City's opinion, the defect is so extensive as to make a hand repair undesirable. The Contractor's equipment for all welding and flame cutting shall be designed and maintained in such conditions, at all times, as to permit qualified welding operators to obtain the requirements prescribed in these specifications, and shall be approved by the City. The use of a semiautomatic welding process will not be permitted. In all welding by an automatic process, both the rate of deposition of weld metal and the SP 61 OF 67 rate of travel of the electrode shall be automatically controlled. The submerged melt process shall be used for automatic welding. Welding shall be done by skilled welders who have had adequate experience in the method and materials to be used. All welding operators shall be qualified under the standard qualification procedure of the latest edition of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications. Any welder or welding operator performing work under this contract shall have been qualified for the process involved within the past three (3) years. The Contractor, when required by the City, shall conduct tests of his welders to determine their ability to produce welds that are in compliance with these specifications. Tests shall be made in accord with the above -named qualification procedure using machines and electrodes similar to those that are to be used on the work and in the presence of the City, who shall determine the quality of the work done. In lieu of test conducted in the presence of the City, the City may require that welders be qualified under the ASME qualification procedure by a testing agency approved by the City. The specimens shall be welded in the same position in which the welder is qualifying to work, and the same number of passes shall be used. The City may call for additional test plates as the work progresses and may demand the removal of any welder from the work under the contract whose work on the pipe is not satisfactory, regardless of the quality of the test welds. The Contractor shall furnish all materials and bear all expense of qualifying welders. The sequence of welding and welding procedures shall be subject to approval by City. As soon as practicable after welding of each joint, all field - welded joints shall be tested by the liquid penetrant inspection procedure conforming to the requirements of ANSI /ASTM E 165 under Method "B" and "Leak Testing." All defects shall be chipped out, re- welded and retested. Upon retest, the repaired area shall show no leaks or other defects. Following tests of the joint, the exterior joint spaces shall be coated in accordance with these specifications after which backfilling may be completed. 306 - 1.2.14.3 Joint Coating and Lining The interior and exterior joint recesses shall be thoroughly wiped clean and all water, loose scale, dirt and other foreign material shall be removed from the inside surface of the pipe. The cement for joint grout and mortar shall be portland cement acceptable under ASTM C150. After the pipe has been laid and after sufficient backfill has been placed between the joints to hold the pipe securely in place, the outside annular space between pipe sections shall be completely filled with grout formed by the use of polyethylene foam -lined fabric bands. The grout shall be composed of one part cement to not more than two parts sand, thoroughly mixed with water to a consistency of thick cream. The grout space prior to filling shall be flushed with water so that the surface of the joint to be in contact with the grout will be thoroughly moistened when the grout is poured. The joint shall be filled with grout by pouring from one side only, and shall be rodded with a wire or other flexible rod or vibrated so that the grout completely fills the joint recess by moving down one side of the pipe, around the SP 62 OF 67 bottom of the pipe and up the opposite side. Pouring and rodding the grout shall be continued to allow completion of the filling of the entire joint recess in one operation. Care shall be taken to leave no unfilled space. Grouting of the outside joint spaces shall be kept as close behind the laying of the pipe as possible except that in no case shall grouting be closer than three joints of the pipe being laid. Grout Bands (Diapers): The grout bands or heavy -duty diapers shall be polyethylene foam -lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist rodding of the mortar and allow excess water to escape. The foam plastic shall be 100 percent closed cell, chemically inert, insoluble in water and resistant to acids, alkalies and solvents. The fabric backing shall be cut and sewn into 9 -inch wide strips with slots for the steel strapping on the outer edges. The polyethylene form shall be cut into strips 6 inches wide and slit to a thickness of '% -inch which will expose a hollow or open cell surface on one side. The foam liner shall be attached to the fabric backing with the open or hollow cells facing toward the pipe. The foam strip shall cover the full interior circumference of the grout band with sufficient length to permit an 8-inch overlap of the foam at or near the top of the pipe joint. Splices to provide continuity of the material will be permitted. The polyethylene foam material shall be protected from direct sunlight. The polyethylene foam -lined grout band shall be centered over the joint space with approximately equal widths extending over each pipe end and securely attached to the pipe with steel straps. After filling the exterior joint space with cement grout, the flaps shall be closed and overlapped in a manner that fully encloses the grout with polyethylene foam. The grout band shall remain in position on the pipe joint. Joint Lining: After the backfill has been completed to final grade, the interior joint recess shall be filled with mortar of stiff consistency mixed in proportions of one part cement to two parts sand. The mortar shall be tightly packed into the joint recess and troweled flush with the interior surface, and all excess shall be removed. At no point shall there be an indentation or projection of the mortar exceeding 1116 -inch. For pipe smaller than 24- inches in diameter, before the spigot is inserted into the bell, the bell shall be daubed with mortar containing one part cement to two parts sand. The spigot end then shall be forced to the bottom of the bell and excess mortar on the inside of the joint shall be swabbed out. The City will field inspect the inside of the pipeline and /or TV inspect the interior mortar lining prior to pressure testing of the new main. The Contractor will be required to provide necessary access points and ventilation for the interior inspection of the water main. 306 - 1.2.14.4 Installation of Pipe Appurtenances. Protection of Appurtenances: Where the joining pipe is concrete or coated with cement mortar, buried appurtenances shall be coated with a minimum thickness of one -inch of cement mortar having one part cement to net more than two parts plaster sand. Installation of Valves: All valves shall be handled in a manner to prevent any injury or damage to any part of the valve. All joints shall be thoroughly cleaned and SP 63 OF 67 prepared prior to installation. The Contractor shall adjust all stem packing and operate each valve prior to installation to insure proper operation. All valves shall be installed so that the valve stems are plumb and in the location indicated. Installation of Flanged Joints: Before the joint is assembled, the flange faces shall be thoroughly cleaned of foreign material with a power wire brush. The gasket shall be centered and the connection flanges drawn up watertight without unnecessarily stressing the flanges. All bolts shall be tightened in a progressive diametrically opposite sequence and torqued with a suitable, approved and calibrated torque wrench. All clamping shall be applied to the nuts only. All buried flanges shall be coated and protected per Section 209 -3.6.5 "Wax Tape Coating." Insulated Joints: Insulated joints and appurtenant features shall be made by the Contractor as shown on the Drawings. The Contractor shall exercise special care when installing these joints to prevent electrical conductivity across the joint. After the insulated joint is completed, the City will perform an electrical resistance test. Should the resistance test indicate a short circuit, the Contractor shall remove the insulating units to inspect for damage, replace all damaged portions, and reassemble the insulating joint. The insulated joint shall then be retested to assure proper insulation. Flexible Coupled Joints: When installing flexible couplings, care shall be taken that the connecting pipe ends, couplings and gaskets are clean and free of all dirt and foreign matter with special attention being given to the contact surfaces of the pipe, gaskets and couplings. The couplings shall be assembled and installed in conformity with the recommendation and instruction of the coupling manufacturer. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling manufacturer. Coupling bolts shall be tightened so as to secure a uniform annular space between the follower rings and the body of the pipe with all bolts tightened approximately the same amount. Diametrically opposite bolts shall be tightened progressively and evenly. Final tightening shall be done with a suitable, approved and calibrated torque wrench set for the torque recommended by the coupling manufacturer. All clamping torque shall be applied to the nut only. Upon completion of the coupled joint, the coupling and bare metal of the pipe shall be cleaned, primed and epoxy coated (16- mils). Bonding and Electrical Conductivity: All un- welded pipe joints shall be bonded for electrical conductivity in accordance with the details indicated. 306 -1.3 Backfill and Densification Add to this section: "Based upon the Geotechnical report, onsite soils may be used as compacted backfill, provided it is free of organic material and construction debris if approved by the City's Geotechnical Engineer. Where proper compaction of native material is not feasible, import sand having a minimum sand equivalent of 30 shall be used. Cost of said import soil shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor. Water dens cation (jetted backfill) of bedding and backfill shall not be allowed. SP 64 OF 67 306 -1.4 Testing Pipelines Delete Section in its entirety. Replace with the following: "Hydrostatic testing shall conform to the requirements of the Section 306 -1.4.5 of the City's Standard Special Provisions. The test pressure as measured at the lowest elevation along the pipeline shall be 225 psi and the duration of the test shall be a minimum of four (4) hours." 306 -1.4.7 Water main Disinfection Water main disinfection shall conform to the requirements of Section 306 -1.4.7 of the City's Standard Special Provisions. Disposal of all water used during flushing of the pipeline shall be in conformance with Section 7 -8.9 of these specifications. 306 -5 ABANDONMENT OF CONDUITS AND STRUCTURES 306 -5.3 Abandoning Water Mains Contractor shall remove existing water mains and appurtenances at the locations shown on the plans or as directed by the Engineer. Water mains specified to be abandoned in place shall be abandoned at the nearest valve by blind flanging the valve or by installing plugs and thrust blocks at pipe ends. 306 -5.2 Abandoning Valves Where the valves are located in the parkway, the valves shall be abandoned by closing the valves, removing the valve cans, filling the hole with satisfactory material, and compacting it to 90 percent relative compaction and restoring the area to match adjacent. Where the valves are located in concrete, the valve shall be abandoned by closing the valve, sawcutting the concrete, removing the valve can, and filling the hole with concrete. Where the valves are located in asphalt, the valves shall be abandoned by closing the valves, sawcutting the asphalt, removing the valve cans, filling the hole with slurry to the bottom of the asphalt section, and providing an asphalt cap on the slurry. 306 -5.3 Abandoning Fire Hydrants All fire hydrants required to be abandoned shall be removed to the bottom of the bury and the service line capped at nearest valve. All abandoned hydrants shall be salvaged and delivered to the City Utilities yard. 306 -5.4 Removal of A.C. Pipe and Fittings The Contractor will be required to remove asbestos cement pipes during the prosecution of his work. Removal of existing asbestos material shall be performed by a Contractor registered by CAL/OSHA and certified by the State Contractor's Licensing Board for asbestos removal. Copies of the certification shall be submitted to the City prior to the commencement of any asbestos removal activities. The Contractor shall comply with all State and Federal laws regarding handling all removal of asbestos materials. The Contractor shall be responsible for the proper removal and disposal of all asbestos materials. The Contractor shall not field cut the existing A.C.P. In the specific instance of making connections to the existing A.C.P., disconnect, at the nearest joints, the length of pipe to be connected to the new pipe. This length of existing A.C.P. will be replaced by the new pipe making the tie -in. Contractor shall handle the A.C. pipe in strict conformance with all applicable SP 65 OF 67 CAL /OSHA, EPA and governing health agency requirements. The Contractor shall provide sufficient supervision and monitoring to assure conformance. SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNALS TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops Amend this section to include: "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -513 and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement." SECTION 308— LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 GENERAL Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall arrange for this work with the City's Urban Forester, Mr. John Conway at (949) 644 -3083, a minimum of five workdays prior to beginning work. Method of pruning and removing tree roots shall be determined, approved, and inspected by the City's Urban Forester as follows: Root Pruning a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of the work. He may inspect any and all work sites as necessary. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk of root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. SP 66 OF 67 d. Roots greater than two inches in diameter that must be removed, must be pre - approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Landscape and Irrigation Systems a. The Contractor shall coordinate the marking of the existing irrigation pipes and control wiring a minimum of 48 hours in advance by contacting Randy Kerns, Park Maintenance Supervisor, relative to the work performed in or around landscape areas. All repairs of landscape and irrigation and subsequent final approval shall be coordinated with the Mr. Kerns at 949 - 644 -3082. b. Contractor shall repair all existing landscape and irrigation systems that were damaged during construction of improvements shown on the plans. Existing landscape and irrigation systems shall be repaired to original conditions and approved by the City of Newport Beach." SECTION 310 — PAINTING PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 -mils wet. The final striping shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at SP 67 OF 67 0.45 -mm minimum thickness for all striping except crosswalks and limit lines – which shall be 0.90 -mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 — PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT Amend this section with: The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry. PART 4 SECTION 400 — ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements Add to this section: "The Contractor shall use crushed miscellaneous base as base materials." F: \Users\PBW\Shared \ContractsNFY 05 -06\IRVINE AVE 24-IN WATER C3708\SPECS C- 3708.doc APPENDIX A- GEOTECHNICAL BORING LOGS WESTCLIFF 1r WA 13TH ST. q� B -a 0 l� VINE A I B -6 4 SANT1400 DR. Figure 1 APPROXIMATE BORING LOCATION MAP kECn j: 600837 -001 scale: NTS Date: 4/05 IRVINE AVENUE AND DOVER DRIVE, WATERMAIN IMPROVEMENTS . /Geol. VMC /ELB Drafted By: BOT CP By: BOT NEWPORT BEACH, CALIFORNIA LeightanConsuNne,lnc. :1aR I NG1900B MIWF_4- 060GURV.aWG(0C-2P06p 14:17M) PIOROtl WM . GEOTECHNICAL BORING LOG B -1 Date 4-14 -05 Sheet 1 of 1 Project Irvine Avenue and Dover Drive Watermain Improvements Project No. 600837-001 Drilling Co. Redman Drilling Type of Rig CME 75 HT Hole Diameter 8 -inch Drive Weight 140 lb Drop 30" Elevation Top of Hole Location See Boring Location Map `o_ s d C 8 DESCRIPTION z° a u"vi U. CLL �J •.�_. G Ox p6 wm Vy O W t7 a my Z^ 2 o 'o� Logged By MPP n 0. G U U)— Sampled By MPP F B 3 -inch of Asphalt Concrete over 3 -inch of aggregate base Q0.5' -S: Silty SAND, tight brown to brown, slightly moist to moist, fmc to medium grained sand Hand auger to 5 feet AG-1 SM 5 2 S-1 3 SM Q5': Silty SAND, loose, brown to dark brown, moist, fine to medium !ra 10 7 R -1 11 SM @19: Same as above, medium dense, greenish brown, moist to very 19 moist is— 3 S-2 3 1 1 1 1 CLNR Q15': CLAY, medium stiff, grey, saturated, low to medium plasticity —4 Total depth of hole: 16.5 feet Free ground water encountered at 14 feet during drilling Hole found with soil cuttings and cement end top 6 -inch patched with cold mix asphalt 20 25 30 SAMP TYPES: TYPE TESTS: S SPLILI T SPOON G GRAB SAMPLE [>$ DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMIT'S B BULKSAMPLE CN CONSOLMAnON IS EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B -2 Date 4 -14 -05 Sheet 1 of 1 Project Irvine Avenue and Dover Drive Watermain Improvements Project No. 600837 -001 Drilling Co. Redman Drilling Type of Rig CME 75 HT Hole Diameter 8 -inch Drive Weight 140 lb Drop 30" Elevation Top of Hole Location See Boring Location Map G w DESCRIPTION 2l am r d t Z yLL so w a Ox Oa w: VN c U r, a A my 20 fob Logged By MPP rn a V Sampled By MPP 0 3 -inch of Asphalt Comma over 3 -inch of aggregate base Silty SAND, light brown to brown, slightly moist to orangish moist, fine to medium grained sand Hand auger to 5 feet BAG-1 SM 5 8 QS': To p : Sil ty CAY, stiff ye llowish brown to brown, slightly moist R -1 14 Ctl tomaist,low las city 20 Bottom Silty SAND, medium dense, orange brown to brow, moist, fine to medium grained sand 10 4 S -1 5 SM Q10': Silty SAND, loose, grayish brown, moist, fine to medium 5 grained sand 15 17 ¢C315% Same as above, medium dense, some gravel and mineral R -2 18 SM aggregate, saturated Total depth of hole: 16.5 feet Free Tound water encountered at I I feet during drilling. Hole backfilled with soil cuttings and cement and top 6 -inch patcbed with coil mix asphalt 20 25 30 SAMPLITSPOO TYPE IRTESTS: S SPLIT SPOON G GRAB SAMPLE D$ DIRECT SHEAR $A SIEVEANALYSIS R RING SAMPLE C CORE SAMPLE MI] MAXIMUM DENSITY AL A77ERBERG LIMITS B BULK SAMPLE ON CONSOLIDATION El EXPANSION INDEX T TUBESAMPLE OR CORROSION RV R -VALLE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B-3 Date 4 -14 -05 Sheet 1 of 1 Project _ Irvine Avenue and Dover Drive Watermain Improvements Project No. 600837 -001 Drilling Co. Redman Drilling Type of Rig CME 75 HT Hole Diameter 8 -inch Drive Weight 140 lb Drop 30" Elevation Top of Mole Location See Boring Location Map LEIGHTON CONSULTING, INC. w ' Z r t w°`° DESCRIPTION o t w n w Cr Vy 'moo w Ii o �J r G E O x my 10 o c UJ ° a it 20 t Logged By MPP a rn a ° Sampled By MPP a- 2.5-inch of Asphalt Concrete over 2 -inch of aggregate base Q0.4' Silty SAND, brown to brown, tly to -5': orange reddish sli moist moist, fine to medium grained sand, with gravel at top foot Hand auger to 5 feet BAG-J. SM 5 7 S -1 9 SM Q5': Silty SAND, dense, orange brown to brown, moist, fine to 22 medium grained sand 10 15 obo: Top Same as above, medium dense, grey whitish brown R -1 19 CL Bottom: Panay CLAY, stiff, greenish brown, very moist, low plasticity, y 14 with silt 15 S S -2 9 SM Q15': Silty SAND, medium dense, greyish - whitish brown, saturated, 16 fine to medium grained sand 20 y 0': Top: Same as shove R -2 11 SM/C1 Bottom: CLAY, stiff, grayish brown, moist, low plasticity Total depth of hole: 21.5 feet Free ground water encountered at 11 feet during drilli ng Hole bacid0ed with soil cuttings and cement and top 6-inch patched with cold mix asphalt 25 30 SAMPLE TYPES: TYPE TESTS: S SPLIT SPOON G GRAB SAMPLE D5 DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS B BULK SAMPLE CN CONSOLIDATION El WANSION INDEX T TUBESAMPLE CR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B-4 Date 4 -14 -05 Sheet 1 of 1 Project _ _ Irvine Avenue and Dover Drive Watermain Improvements Project No. 600837 -DD1 Drilling Co. Redman Drilling Type of Rig CME 75 HT Hole Diameter 8 -inch Drive Weight 140 lb Drop 30" Elevation Top of Hole Location See Boring Location Map LEIGHTON CONSULTING, INC. o m 1 = m DESCRIPTION m am _ ao ° '+ °ti w a _o ac H 0 Vy ,y a my �a �� Logged By MPP a NI S a Sampled By MPP 0 2.5 -inch of Asphalt Concrete ()a 0.roe Silty SAND, brown to reddish broom, slightly moist to moist, fine to medium grained send Hand auger to 5 feet G -1 SM 5 23 R -1 26 SM Q5': Silty SAND, medium dense, reddish brown, moist, fine to 29 medium grained sand, trace of gravel 10 4 S-1 89 SM @101: Same as above, olive brown to greenish brown 15 9 R -2 12 SM Q15': Same as above, grayish brown, saturated Total depth of hole: 16.5 feet Free pound water encountered at 12 feet during drilling Holebackfi0ed with soil cuttings and cement and top 6 -inch patched with coil mix asphalt 20 25 30 SAMPLE PES: TYPE OF TESTS: S S SPLIT SPOON G GRAB SAMPLE 05 DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERSERG LIMITS a BULH SAMPLE CN CONSOLIDATION El EXPANSION INDEX T TUBESAMPLE CR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B -5 Date 4 -14 -05 Sheet 1 of 1 Project Irvine Avenue and Dover Drive Watermain Improvements Project No. 800837-001 Drilling Co. Redman Drilling Type of Rig CME 75 HT Hole Diameter 84nch Drive Weight 140 lb Drop 30" Elevation Top of Hole Location See Boring Location Map °® 05--L- DESCRIPTION F ie �m p t� n 3— 0 ;� >ly Cla RJ a O K 6 0� V O w t7 a m m o gU H:3 Logged By MPP T a Sampled By MPP 0 3.5 -imb of Asphalt Concrete over 3 -inch of aggregate base Silty brown to brown, fine @0.5'-5': SAND, orangish reddish moist, to medium grained send Hand auger tD 5 fed AG -1 SM 5 2 S -1 2 SP @5': SAND, loose, yellowish brown, saturated, fine to medium grained ' 3 Sand, trace of sill 10 8 R -1 13 ML @10': Sandy SILT, stiff orange brown to brown, saturated, fine to 18 medium grained sand, trace of micaceous material 15 4 S-2 SM QIS': Silty SAND, medium dense, whitish grey, saturated, fine to 19 n m Total depth of hok: 16.5 fed Free mound water encountered at 6 feel during drilbng Hole backfilled with soil copings and cement and top 6 -inch patched with cold mix asphalt 20 ZS 30 SAMP TYPES: TYPE TESTS: SPLIT S $PLR SPOON G GRAB SAMPLE DS DIRIR ECT SFEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERSBZG LIMITS , SAMPLE ON CONSOLIDATION B EXPANSION INDEX T = SAMPLE OR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B-6 Date 4 -14 -05 Sheet 1 of 1 Project Irvine Avenue and Dover Drive Watermain Improvements project No. 600837 -001 Drilling Co. Redman Drilling Type of Rig CME 75 HT Hole Diameter 84nch Drive Weight 140 lb Drop 30" Elevation Top of Hole Location See Boring Location Map ° m �y DESCRIPTION am s z° >m Ro a 03.. 2S m'i.1 O a am VV O iii 4 E m C or 20 _rq OM Logged By MPP T N a Sampled By MPP I' D 4 -inch of Asphalt Concrete @0.3' -51: Silty SAND, orange brown to reddish brown, moist, fine to medium grained sand Hand auger to 5 feel BAG-1 SM 5—:- 13 R -1 16 SM @5': Same as above, medium dense, orange brown, fine to medium 20 grained sand, trace of micaceous material 10- 6 S -1 13 SM @10': Same as above, saturated 15 S R -2 !I SM @15': Same as above, whitish brown, fine to coarse gained sand Total depth of hole: 16.5 feet Free rvind water encountered at 10 feet during drilling Hole backfilled with soil cuttings and cemart and top 6 -inch patched with cold mix asphalt 20 25 30 SAMPLE TYPES: TYPE TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS B SULKSAMPLE ON CONSOLIDATION El EXPANSION INDEX WV T TUBE SAMPLE OR CORROSION RV R VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B -7 Date 4-14 -05 Sheet 1 of 1 Project Irvine Avenue and Dover Drive Watermain Improvements Project No. 600837 -001 Drilling Co. Redman Drilling Type of Rig CME 75 HT Hole Diameter 84nch Drive Weight 140 lb Drop 30" Elevation Top of Hole Location See Boring Location Map LEIGHTON CONSULTING, INC. ffi 6 0 „ E� ti DESCRIPTION m ot jy n Q Moo N: Logged By MPP in a Sampled By MPP 0 8 -inch of Asphalt Concrete over 2 -inch of aggregate base @0.8' -5': Silty SAND, orangish brown to brown, slightly moist to mist, fine to medium grained sand Hand auger to 5 feet BAG-1 SM 5— 5 ' S-1 7 SP @5': SAND, medium dense, orange brown to brown, mois4 fine to 12 medium grained sand, tare of alt 10 14 @10': Top: Clayey SAND, medium dense, orangish brown, slightly R -1 24 25 SC(CL moist to mist true to medium grained sand Bottom: Sandy CLAY, stiff, orange brown to reddish brown, slightly moist, low plasticity 15 • 5 @I5': SAND, medium dense, grayish white to light brown, moist to ' S -2 7 $p very moist, fine to medium greened sand, trace of silt Total depth of hole: 16.5 feet No free Bgoound water encountered during drith Hole backfilied top 6 with aril cuttings arnd cement and -inch patched with cold nuz asphalt 20 25 30 SAMPLE TYPES: TYPE TESTS: Ak S SPOT SPOON G GRA83AMPLE 03 DIRIR ECT SHFAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS 8 SULKSAMPLE CN CONSOLIDATION EI EXPANSION INDEX T TUBESAMPLE CR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B -8 Date 4 -14-05 Sheet 1 of 1 Project Irvine Avenue and Dover Drive Watermain Improvements Project No. 600837 -001 Drilling Co. Redman Drilling Type of Rig CME 75 HT Hole Diameter 8 -inch Drive Weight 140 lb Drop 30" Elevation Top of Hole Location See Boring Location Map LEIGHTON CONSULTING, INC. ° � m � a� O 3 m � p m Uy F- 'p i LL mIL 3 v C x O 0. LU ° t9 ¢ E 0 00U) 2 fV Logged By MPP a a� Sampled By MPP 0 9 -inch of Asphalt Concrete over 6 -inch aggregate bast Q1.3' -5': SAND, yellowish brown to orange brown, slightly moist to moist, fine to medium grained sand, trace of silt Hand auger to 5 feet AG-1 SP 5— 10 R -1 16 23 SM a@5': Silty SAND, medium dense, gla sb white to yellowish brown, fine to sand, trace moist, medium grained of gravel 10 4 S-1 4 SM @10': Same as above, loose 6 Is— 6 /y�� 15': Top: Same as above &ttD= R -2 9 in SM/ Silty CLAY, stiff, grey, moist low plasticity, trace of sand Total depth of hole: 16.5 feet No free �groomu��td water encountered during drilli ng Hole baclfilled with soil cuttings and cement and top 6 -inch patched with cold mix asphalt 20 25 30 SAMPLETYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS 4 B BULKSAMPLE CN CONSOLIDATION El EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV RNALUE —J LEIGHTON CONSULTING, INC. 0 1 . California Regional Water Quality Control Board Santa Ana Region Winston H. Hickox Intemet Address: http: //w .swrcb.ca.gov/rwgcb8 Secretary for 3737 Main Street, Suite 500, Riverside, California 92501 -3348 Environmental Phone (909) 782- 4130 - FAX (909) 781 -6288 Protection The energy challenge facing California is real. Every Californian needs to take immediate action to reduce energy consumption. Fora list ofsimple ways you can reduce demand and cut your energy costs, see our website at w .sivmb.ca.gov1rwgcb8. October 20, 2003 Tim Deutsch City of Newport Beach P.O. Box 1768 Newport Beach, CA 92658 -8915 WASTE DISCHARGE REQUIREMENTS, ORDER NO. R8- 2003 -0061, NPDES NO. CAG998001 (DE MINIMUS DISCHARGES), CITY OF NEWPORT BEACH, NEWPORT BEACH, ORANGE COUNTY Dear Mr. Deutsch: On September 12, 2003, you submitted a Notice of Intent to discharge wastewater under the terns and conditions of the Regional Board's general permit, Order No. R8- 2003 -0061. Effective immediately, you are authorized to discharge wastewater from this project under the terms and conditions of Order No. R8- 2003 -0061. Enclosed is Monitoring and Reporting Program No. R8 -2003- 0061 -040, which specifies the frequency of sampling and the constituents to be monitored. Please note that modifications to the sampling frequency and constituents to be monitored can be considered on a case -by -case basis. Orange County Public Facilities and Resources Department has requested that we have dischargers in Orange County call Doug Witherspoon at (714) 834 -2366 regarding local agency requirements for this discharge. Order No. R8- 2003 -0061 will expire on August 1, 2008. If you wish to terminate coverage under this general permit prior to that time, please notify us immediately upon project completion so that we can rescind your authorization and avoid billing you an annual fee. If you have any questions regarding the permit or the monitoring and reporting program, please contact Najah Amin at (909) 320 -6362. Sincerely, t� Gerard J. Thibeault Executive Officer Enclosures (2): Monitoring and Reporting Program No. 118- 2003 -0061 -040 cc w/o enc: US EPA Permits Issuance Section (WTR -5) - Doug Eberhardt State Water Resources Control Board, Division of Water Quality - Jim Maughan Orange County Public Facilities and Resources Department - Doug Witherspoon JISlNuportBeach California Environmental Protection Agency ea Recycled Paper California Regional Water Quality Control Board Santa Ana Region GENERAL WASTE DISCHARGE REQUIREMENTS FOR DISCHARGES TO SURFACE WATERS THAT POSE AN INSIGNIFICANT (DE MD41MUS) THREAT TO WATER QUALITY Monitoring and Reporting Program No. R8- 2003 - 0061 -040 NPDES No. CAG998001 for City of Newport Beach Newport Beach, Orange County A. MONITORING AND REPORTING REQUIREMENTS Monitoring and reporting shall be in accordance with the following: 1. All monitoring reports, or information submitted to the Regional Board shall be signed and certified in accordance with 40 CFR 122.22. 2. All laboratory analyses shall be performed in accordance with test procedures under 40 CFR 136 (revised as of May 14, 1999) "Guidelines Establishing Test Procedures for the Analysis of Pollutants," promulgated by the United States Environmental Protection Agency (EPA), unless otherwise specified in this monitoring and reporting program (M &RP). In addition, the Regional Board and/or EPA, at their discretion, may specify test methods that are more sensitive than those specified in 40 CFR 136. Unless otherwise specified herein, organic pollutants shall be analyzed using EPA method 8260, as appropriate, and results shall be reported with ML or PQL and MDL. 3. Chemical, bacteriological, and bioassay analyses shall be conducted at a laboratory certified for such analyses by the State Department of Health Services or EPA or at laboratories approved by.the Executive Officer of the Regional Board. 4. All analytical data shall be reported with method detection limits (MDLs) and with identification of either practical quantitation levels (PQLs) or limits of quantitation (LOQs). 5. Whenever the discharger monitors any pollutant more frequently than is required by this general permit, the results of this monitoring shall be included in the calculation and reporting of the data submitted in the discharge monitoring report specified by the Executive Officer. M &RP No. R8- 2003 - 0061 -040, NPDES No. CA G998001 Page 2 of 4 City of Newport Beach 6. The discharger shall deliver a copy of each monitoring report in the appropriate format to: California Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501 -3348 7. The discharger may request a reduction in the constituents to be monitored and/or a reduction in monitoring frequency for a specific constituent(s) subject to the approval of the Executive Officer when the conditions stipulated in Provisions E.7. of this general permit are met. 8. The discharger shall assure that records of all monitoring information are maintained and accessible for a period of at least five years from the date of the sample, report, or application. This period of retention shall be extended during the course of any unresolved litigation regarding this discharge or by the request of the Board at any time. Records of monitoring information shall include: a. The date, exact place, and time of sampling or measurements; b. The individual(s) who performed the sampling, and/or measurements; C. The date(s) analyses were performed; d. The individual(s) who performed the analyses; e. The analytical techniques or methods used, including any modification to those methods; f. All sampling and analytical results, including 1) Units of measurement used; 2) Minimum reporting limit for the analysis (minimum level, practical quantitation level.(PQL)); 3) Results less than the reporting limit but above the method detection limit (MDL); 4) Data qualifiers and a description of the qualifiers; 5) Quality control test results (and a written copy of the laboratory quality assurance plan); 6) Dilution factors, if used; and 7) Sample matrix type; and; g. All monitoring equipment calibration and maintenance records; b. All original strip charts from continuous monitoring devices; i. All data used to complete the application for this general permit; and, j. Copies of all reports required by this general permit. 9. Weekly samples shall be collected on a representative day of each week. M &RP No. R8- 2003- 0061 -040, NPDES No. CAG998001 City of Newport Beach B. EFFLUENT MONITORING Page 3 of 4 A sampling station shall be established for the point of discharge where representative samples of the discharge can be obtained before the discharge mixes with the receiving waters. The following shall constitute the effluent monitoring program: C. REPORTING Five days prior to any discharge from locations already reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the date and time of the proposed discharge. 2. Five days prior to any planned discharge° from locations not yet reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the following: 1) Specific type of the proposed wastewater discharge (see listing on Finding 1 of the Order); 2) The estimated average and maximum daily flow rates; 3) The frequency and duration of the discharge; Unless it is known that chlorine is not in the discharge. Z Not applicable (fall wastewater will percolate prior to reaching receiving waters. 3 lnitiallyfor new well developments. If TIN and TPH are present, continue monitoring. 4 For those unplanned discharges, as much prior notification as possible is required before any discharge is initiated. ° Consti en Flow --- - - - - -- gpd Daily During the first 30 minutes of each Oil and Grease Grab mg/I discharge and then weekly thereafter for continuous discharges Total Residual Chlorine 1,2 " Total Suspended Solids 2 " Total Petroleum Hydrocarbons Grab µg/1 " Total Dissolved SolidS2 mg/I Once annually at each discharge point Total Inorganic Nitrogen Once annually at each discharge point C. REPORTING Five days prior to any discharge from locations already reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the date and time of the proposed discharge. 2. Five days prior to any planned discharge° from locations not yet reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the following: 1) Specific type of the proposed wastewater discharge (see listing on Finding 1 of the Order); 2) The estimated average and maximum daily flow rates; 3) The frequency and duration of the discharge; Unless it is known that chlorine is not in the discharge. Z Not applicable (fall wastewater will percolate prior to reaching receiving waters. 3 lnitiallyfor new well developments. If TIN and TPH are present, continue monitoring. 4 For those unplanned discharges, as much prior notification as possible is required before any discharge is initiated. M &RP No. R8- 2003 - 0061 -040, NPDES No. CA G998001 City of Newport Beach Page 4 of 4 4) The affected receiving water(s); 5) A description of the proposed treatment system (if appropriate); and 6) A description of the path from the point of initial discharge to the ultimate location of discharge (fax a map if possible); 3. Monitoring reports shall be submitted by the 30th day of each month following the monitoring period. The monitoring reports shall cover the previous month's monitoring activities and shall include: a. The results of all laboratory analyses for constituents required to be monitored (see Section B. above), b. The daily flow data, C. A summary of the discharge activities (when and where discharge occurred, description of type of discharge, etc.) including a report detailing the discharger's compliance or noncompliance with the requirements of the general permit and discharge authorization letter, and d. For every item where the requirements of the general permit and discharge authorization letter are not met: 1) A statement of the actions undertaken or proposed which will bring the discharge into full compliance with requirements at the earliest time, and 2) A timetable for implementing the proposed actions. e. If no discharge occurs during the previous monitoring period, a letter to that effect shall be submitted in lieu of a monitoring report. 4. All reports shall be signed by a responsible officer or duly authorized representative of the discharger and shall be submitted under penalty of perjury. Ordered by.A erard J. Thibeault Executive Officer October 20, 2003 California Regional Water Quality Control Board Santa Ana Region ORDER NO. R8- 2006 -0004 Amending Order No. R8- 2003 -0061, NPDES No. CAG998001 As amended by Order No. R8 -2005 -0041 General Waste Discharge Requirements for Discharges to Surface Waters That Pose An Insignificant (De Minimus) Threat to Water Quality The California Regional Water Quality Control Board, Santa Ana Region (hereinafter Regional Board), finds that: On August 22, 2003, the Board adopted Order No. R8- 2003 -0061, NPDES No. CAG998001, General waste discharge requirements for discharges to surface waters that pose an insignificant (De Minimus) threat to water quality. On March 4, 2005, Order No. R8- 2005 -0041 amended Order No. R8- 2003 -0061 to allow for coverage of previously excluded groundwater related discharges and/or de minimus discharges within the San Diego Creek/Newport Bay Watershed. Coverage of these discharges under R8 -2003- 0061 could be authorized provided that the discharges do not contain nitrogen, selenium or TMDL pollutants of concern at levels that pose a threat to water quality. 2. Type of discharges regulated under Order No. R8- 2003 -0061 did not include discharges of filter backwash water from treatment facilities. Filter backwash water from water treatment facilities discharges pose a de minimus threat to water quality. 3. It is appropriate to amend Order No. R8 -2003 -0061 to include discharges of filter backwash water from water treatment facilities in Finding No. 1 of Order No. R8 -2003- 0061. 4. In accordance with Water Code Section 13389, the amendment of Order No. R8 -2003- 0061, NPDES No. CAG998001 is exempt from those provisions of the California Environmental Quality Act contained in Chapter 3 (commencing with Section 21100), Division 13 of the Public Resources Code. 5. The Board has notified the dischargers and other interested agencies and persons of its intent to amend Order No. R8- 2003 -0061 and has provided them with an opportunity to submit their written views and recommendations. 6. The Regional Board, in a public meeting, heard and considered all comments pertaining to the amendment. IT IS HEREBY ORDERED that Order No. R8 -2003 -0061 shall be amended as follows: Order No.R8- 2006 -0004 Page 2 of S Amending Order R8 -2003 -0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements 3. Order No. R8 -2003 -0061, Page 3 of 14, revise Finding 9 as follows: 9. This general permit regulates de minimus discharges (as listed below) to surface waters. An entity(ies) /individual(s) proposing de minimus discharges is hereinafter referred to as "discharger" and upon authorization, is subject to the terms and conditions of this Order. a. Construction dewatering wastes; (except storm water dewatering at construction sites)'; b. Wastes associated with well installation, development, test pumping and purging; C. Aquifer testing wastes; d. Dewatering wastes from subterranean seepage, except for discharges from utility company vaults; e. Discharges resulting from hydrostatic testing of vessels, pipelines, tanks, etc.; f. Discharges resulting from the maintenance of potable water supply pipelines, tanks, reservoirs, etc.; g. Discharges resulting from the disinfection of potable water supply pipelines, tanks, reservoirs, etc.; h. Discharges from potable water supply systems resulting from system i. j, k. " 1.. m. n. on failures, pressure releases, etc.; Discharges from fire hydrant testing or flushing; Non - contact cooling water; Air conditioning condensate; Swimming pool drainage; Discharges resulting from diverted stream flows; Other similar types of wastes, which pose a de quality, yet technically must be regulated requirements; and minimus threat to water under waste discharge Decanted filter backwash wastewater and/or sludge dewatering filtrate water from water treatment facilities. Order No. R8- 2003 -0061, Page 5 of 14, revise Finding 19 as follows: 19. The de minimus discharges described in Finding No. 9, above are not expected to cause toxicity, therefore no toxicity limits are specified in this general permit. Order No. R8- 2003 -0061, Page 6 of 14, revise first paragraph as follows: IT IS HEREBY ORDERED that dischargers, their agents, successors, and assigns, who are discharging the types of wastes listed in Findings No. 9, above, in order to meet the provisions contained in Division 7 of the California Water Code and regulations adopted thereunder and the provisions of the Clean Water Act as amended and regulations and guidelines adopted thereunder; shall comply with the following: Storm water discharges are covered under separate permit. Order No.RS- 1006-0004 Page 3 of 5 Amending Order R8- 2003 -0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements 4. Order No. R8- 2003 -0061, Page 6 of 14, revise Discharge Specifications A.1. to include A.l.a. and A. Lb as follows: 1. The discharge of wastewater shall not contain constituent concentrations in excess of the following limits: a. For types of discharges a through n as listed in Finding No. 9 of the Order: EFFLUENT LIMITATIONS APPLICABLE TO ALL RECEIVING WATERS Constituent Maximum Concentration Oil and Grease 15 mg/1 Sulfidds 0.4 mg/l Total Residual Chlorine 0.1 mg/l Total Suspended Solids4 75 mg/l Total Petroleum hydrocarbons 100 pg/l (ppb) b. The discharge of decanted filter backwash wastewater and/or sludge dewatering filtrate water from water treatment facilities (Finding No. 9.o., above), shall not contain a total suspended solids maximum daily concentration in excess of 30 mg/L. 5. Order No. R8- 2003 -0061, Page 13 of 14, revise Application Requirements I.2. as follows: 2. FOR A NEW DISCHARGERS: At least 60 days before the intended start of a new discharge or individual permit expiration; the discharger shall submit an application for coverage under this Order. The authorization letter from the Executive Officer is required prior fo commencement of the discharge for those types of wastes covered by this permit as described in Finding No. 9. The application shall consist of the following information: 6. Monitoring & Reporting Program No. R8- 2003 -0061, Page 3 of 5, revise Effluent Monitoring B.2. to include B.2.a. and B.2.b. as follows: 3 Compliance shall be determined at a point before wastewater mixes with any receiving water. 4 Not applicable ifall wastewater will percolate prior to reaching any receiving water. 5 New discharger is an entity/individual who is not currently authorized to discharge waste under this general permit and who is proposing de minimus discharge to be covered under this general permit. Order No.R8- 2006 -0004 Amending Order R8- 2003 -0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements 2. The following shall constitute the effluent monitoring program: Page 4 of S a. For types of discharges a through n as listed in Finding 9 of the Order: Constituent Type of Units Minimum Frequency of Sample Sampling and Analysis Flow -- - - - - -- gpd Daily During the first 30 minutes of Oil and Grease Grab mg/1 each discharge and as directed by the Executive Officer, thereafter Sulfides " " Total Residual Chlorine 1.2 " Total Suspended Solids Grab " Total Dissolved Solids (ppb) by the Executive Officer, Total Inorganic Nitrogen " Total Petroleum Hydrocarbons Grab mg/l " b. For the type of discharge listed in Finding 9.o. of the Order, the following shall constitute the effluent monitoring program: Constituent Type of Units Minimum Frequency of Sample Sampling and Analysis. Flow --- - - - - -- gpd Daily During the first 30 minutes of Total Residual Chlorine"' Grab mg/1 each discharge and as directed by the Executive Officer, thereafter Total Suspended Solids2 " During the first 30 minutes of Aluminum (See note 1 below) Grab µSfl each discharge and as directed (ppb) by the Executive Officer, thereafter Iron (See note 1 below) " Manganese (See note 1 below) " Unless it is known that chlorine is not in the discharge. Not applicable if all wastewater will percolate prior to reaching receiving waters. Order No.R8- 2006 -0004 Page 5 of 5 Amending Order R8- 2003 -0061, NPDES No. CAG998001 General De Minimas Waste Discharge Requirements Note 1: For analysis of these constituents, the Discharger shall use the following reporting detection levels: Aluminum (50 ug/L); h-on (100 ug(L); and Manganese (20 ug(L). . 7. Monitoring & Reporting Program No. R8- 2003 -0061, Page 4 of 5, revise Reporting C.2.1. as follows: 1) Specific type of the proposed wastewater discharge (see listing on Finding 9 of the Order); 8. All other conditions and requirements of Order No. R8- 2003 -0061 shall remain unchanged. - 1, Gerard J. Thibeault, Executive Officer, do hereby certify that the foregoing is a full, true, and correct copy of an order adopted by the California Regional Water Quality Control Board, Santa Ana Region, on January 18, 2006. 24�,4 �Feq�gl �fierard J. Thibeault Executive Officer