Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC-1675c � cep
NOTICE IS HEREBY GIVEN that City of Arcadia, California will be accepting bids for
Installation of a 6" Waterline, Fire Hydrant, and Six 2" Domestic Services, as specified in
accordance with the contract documents. Bids will be accepted at the Public Works Services
Department, 11800 Goldring Road, Arcadia, CA 91066.
Copies of the bid forms and specification documents may be obtained at the Public Works
Services Department, 11800 Goldring Road, Arcadia, California. Said specifications, bid - -
forms and contract documents are hereby referred to and incorporated herein and made a part
hereof by reference and all bids must strictly comply therewith.
The City reserves the right to accept any bid in whole or in part, or to reject any or all bids and
to waive any informalities or irregularities in the bids or in the bidding process, and all bids
are binding for a period of forty -five (45) days after the bid opening and may be retained by
the City for examination and comparison, as specified in the contract documents.
CITY OF ARCADIA
March 28, 2000
1
CITY OF ARCADIA
INSTALLATION OF 6" WATERLINE, FIRE HYDRANT
AND DOMESTIC SERVICES AT CRYSTAL COURT
I. GENERAL INSTRUCTIONS
A. Each bidder shall be held responsible for familiarizing himself /herself with
conditions to be encountered and requirements of the specifications.
B. Bids must be made on forms furnished by the City. Do not remove the
specifications or any of the pages herein but submit as a complete package.
C. Bids must be returned by April 5, 2000 before 4:00 p.m. and the start of work
wi I I be on Apri 1 17, 2000.
D. The successful bidder and subcontractor will be required to obtain a City of
Arcadia Business License ($161.10). Contractor must be a general contractor
with a valid license.
E. A corporation to which an award is made must furnish evidence of its corporate
existence and evidence that the officer signing the contract is duly authorized
to do so, along with contract executed by the corporation.
F. The contract, if it is awarded, will be to the lowest responsible bidder whose bid
complies most closely with the requirements described. The award, if made,
will be made within five (5) days after the bid opening. No contract will be
awarded to other than a contractor who has successfully completed a minimum
of two (2) projects similar in nature and quality to this project.
II. INSURANCE
A. The contractor shall maintain adequate Workers' Compensation Insurance
under the laws of the State of California for all labor employed by him or by
any subcontractor under him who may come within the protection of such
Workers' Compensation Insurance Laws.
B. Contractor shall carry commercial liability insurance with combined single
limits of at least one million dollars ($2,000,000) naming the City of Arcadia
as additional insured. Proof of such insurance in a form and content approved
by the Arcadia City Attorney is a condition precedent to execution of this
Contract by the City. Insurance shall be maintained with insurers listed "A"
or better in Best's Insurance Guide and be authorized to do business in the
State of California and shall carry a 10 day Notice of Cancellation clause.
Contractor shall also maintain property damage insurance in the amount of
one million dollars ($1,000,000).
2
III. WORKING HOURS
Work for this job shall be done Monday through Friday, 7:00 a.m. to 4:30 p.m. No work shall
be performed on weekends, holidays, and on alternate Fridays (check with City for closed
Fridays).
IV. CONTACT PERSON
Should you have any questions, please call Ramil Parial, Engineering Assistant at (626) 256-
6582.
9
SECTION 1 - SPECIAL PROVISIONS
1. DESCRIPTION OF WORK
The intent of these specifications is to prescribe and provide for the complete and finished
performance and accomplishment, in every respect, of the entire contemplated work or
improvement indicated by the detailed specifications; and it shall be understood that the
Contractor undertaking the execution of all or any part of such work or improvement will be
required to perform, construct and complete the same in a thorough, satisfactory and
workmanlike manner in accordance with the provisions of the specifications, and to furnish
and provide in connection therewith all necessary labor, tools, implements, equipment,
materials and supplies except such as may otherwise be specified will be furnished by the
City.
2. GENERAL DESCRIPTION OF WORK
The work performed under this contract shall include the furnishing of all labor, materials, and
equipment necessary to perform the construction and installation of a 6" waterline, one 6" fire
hydrant, and six 2" domestic services connected to six 1 Y2" water meters. This contract also
includes the excavation of trench and one 7'x5' tapping pit, with backfilling and compaction
of base material and /or paving after work is completed. All work shall be done in accordance
with the specifications and as shown on the detail drawings.
3. TIME OF COMPLETION
The Contractor shall complete all fieldwork in every detail at the locations within fifteen (15)
working days. Work will commence on or before April 17, 2000 and will end May 5, 2000.
The Contractor shall not perform any fieldwork prior to said date.
4. RESPONSIBLE REPRESENTATIVE
The Contractor shall designate in writing before starting work an authorized representative
who shall have the authority to represent and act for the Contractor, and who shall be
authorized by the Contractor to execute all contract related documents including change
orders and contract quantity agreements. The designated person shall act as the Contractor's
public relations representative to answer and negotiate solutions to resolve public complaints
that result from Contractor's activities. The designated representative shall be available at all
times during regular working hours throughout the contract duration to respond,in person to
any party initiating contract related complaints.
Said authorized representative shall be present at the site of the work at all times while work
is actually in progress on the contract. When work is not in progress and during periods when
work is suspended, arrangement acceptable to the Public Works Services Director shall be
made for any emergency work, which may be required.
11
Whenever the Contractor or his authorized representative is not present on any particular part
of the work where it may be desired to give direction, orders will be given by the Public
Works Services Director, which shall be received and obeyed by the superintendent or
foreman who may have charge of the particular work in reference to which orders are given.
Any order given by the Public Works Services Director, not otherwise required by the
Specifications to be in writing, will on request of the Contractor, be given or confirmed by the
Public Works Services Director in writing. An alternate designated representative shall not be
substituted without prior written consent from the Public Works Services Director.
5. BIDDER'S DESIGNATION OF SUBCONTRACTORS
Any subcontractors doing work in excess of one -half of one percent (' /z %) of the total bid shall
be designated on this form.
The undersign certifies that he has used the sub -bids of the following listed subcontractors in
making up this bid and that the subcontractors listed will be used for the work they bid,
subject to the approval of the Public Works Services Director, and in accordance with the
applicable provisions of the contract documents.
WORK STATE
SUBCONTRACTED SUBCONTRACTOR ADDRESS & PHONE LICENSE NO.
6. STANDARD DRAWINGS
Unless otherwise noted on the plans, all standards to be used shall be the latest City or
CalTrans Standards.
7. PERMITS
The Contractor shall procure all permits and licenses, and pay all charges and fees as
necessary. The contractor shall comply with all provisions of all permits whether obtained by
the City or by the Contractor.
5
SECTION 2 -CONSTRUCTION SPECIFICATION
1. SCOPE
The work performed under this contract shall include the furnishing of all labor, materials, and
equipment necessary to perform the construction and installation of a 6" waterline, one 6" fire
hydrant, and six 2" domestic services. This contract also includes the excavation of trench and
one 7'x5' tapping pit, with backfilling and compaction of base material and /or paving after
work is completed. All work shall be done in accordance with the specifications and as
shown on the detail drawings.
2. MATERIALS — PIPING, VALVES, AND FITTINGS
Unless otherwise noted, shall conform to the attached Technical Specifications and /or the
City's standards.
3. HANDLING AND STORING OF MATERIALS
All materials stored at the site of the work shall be neatly stacked on supports at least three
inches above the ground surface and protected from the weather by suitable covering. The
ground underneath and in the vicinity of all stacks shall be cleared of weeds and rubbish.
4. TRAFFIC CONTROL
The Contractor shall adhere to the following traffic control requirements:
a. The Contractor shall maintain traffic control devices throughout the construction
period. Signs shall be removed immediately after the work is completed. All traffic
control devices in place shall conform to the latest editions of the Work Area Traffic
Control Handbook (WATCH) and the State of California Manual of Traffic Controls.
b. At least one traffic lane shall be maintained in each direction of First Ave. at all times.
c. Safe ingress and egress to residences and /or other construction along the work shall be
maintained at all times.
5. MEASUREMENT AND PAYMENT
For items of work for the lump sum price is established in the contract, the measurement will
be the lump sum of waterline, hydrant, and services completed in place. Payment for the
installation of waterline, hydrant and domestic services will be made at lump sum. Such
payment will constitute full compensation for all labor, materials, equipment, tools, and all
other items incidental and necessary to the completion of the work.
0
SECTION 3 - TECHNICAL SPECIFICATION
A. EARTHWORK AND GRADING
1. EXCAVATION — GENERAL
The Contractor shall furnish all labor, materials, tools, equipment, transportation, watering,
compacting and all incidental work and services required for satisfactory completion of
earthwork and grading.
Earthwork and grading shall conform to Section 300 of the Standard Specifications for Public
Works Construction (SSPWC), except as modified herein. The work shall consist of
performing all operations necessary to excavate roadways, slopes, benches, ditches, channels
or other items shown on the plans and to backfill depressions or ditches caused by removal
of obstructions, and to shape and compact all subgrade all in accordance with these
specifications. Unless otherwise provided in the proposal as separate pay items, general site
preparation, clearing and grubbing, removal of excess grass and weeds and grading of
roadway shall be included in this item.
2. PRESERVATION OF PROPERTY
The Contractor shall provide such dust control equipment and methods as may be required
to protect adjacent property from annoyance or damage from dust caused by his /her
operations. Failure to control such dust shall be cause for the Engineer to stop the work until
said dust is controlled, and the Contractor shall have no recourse to collect from the City for
any loss of time or expense sustained by him due to such suspension of work.
4. REMOVAL AND DISPOSAL OF MATERIAL
Material removed during clearing and grubbing, including any excess excavation, shall be
removed from the site of the work and disposed of at a location acceptable to the Engineer.
Burning of materials on the site will not be permitted.
5. ROADWAY EXCAVATION
Excavation shall conform to the lines, grades and cross - sections shown on the plans and no
payment will be made for quantities in excess of those shown or hereinafter specified. When
solid rock, scale, hardpan or like materials are encountered in the excavation, it shall be
excavated to not less than 6- inches below subgrade and replaced with select material
approved by the Engineer. Said select material shall be compacted to not less than 95 percent
of maximum density. Whenever reference is made to maximum density, it refers to the
maximum density as determined by ASTM.
All soft or unsuitable material that will not readily compact to the density specified shall be
removed to the depths shown on the plans or ordered by the Engineer and disposed of as
directed by the Engineer. Excavation in areas not shown on the plans or authorized by the
7
Engineer will not be paid for and the Contractor shall, at his /her own expense, backfill and
compact unauthorized excavation areas to the original ground elevation and to the density
specified.
All rocks or lumps larger than 2-1/2 inches in size in the upper 6- inches of the subgrade which
will not break up under the operation of grading equipment shall be removed and the resulting
space refilled and compacted with selected material approved by the Engineer.
6. SUBGRADE PREPARATION
Subgrade preparation shall consist of (1) preparing basement soil or original ground to receive
aggregate base or pavement; (2) preparing basement soil in roadway excavation areas to
receive aggregate base or pavement.
The roadbed shall be graded to the approximate elevation and cross - section shown. All rocks
and lumps of earth over 2 -' /z inches in size and other unsuitable material shall be removed and
disposed of from the upper 6- inches of the roadbed. The subgrade then shall be watered,
shaped to the required grade and cross - section and thoroughly compacted.
The surface of the finished subgrade shall be true and uniform and shall not vary more than
0.1 foot below and not more than 0.5 foot above the theoretical cross - section at any point
thereon. Any subgrade that does not conform to these requirements immediately prior to
placing subsequent material thereon, shall be reworked, watered and recompacted.
7. FINISHING SLOPES AND SURFACES
The surface of all areas of earth and other materials shall be finished to a reasonably smooth
and compact surface substantially in accordance with the surface lines and cross - sections
shown and to the elevations indicated on the drawings or as directed. The degree of finish for
graded slopes shall be that ordinarily obtainable from either blade- grader, scraper or hand
shovel operations.
8. SUBGRADE PROTECTION
During construction and until final acceptance of the work, excavations, and subgrades shall
be kept shaped and effectively drained at all times. Where ruts develop in the subgrade, the
subgrade shall be brought to grade, reshaped if required, and recompacted prior to the placing
of any paving material. Storage or stockpiling of materials on the subgrade , will not be
permitted. No base course shall be placed until the subgrade has been approved by the
Engineer. Base material shall not be placed on muddy or otherwise unsuitable subgrade.
9. WATERING
All water used for compacting original ground, structure and trench backfill, subgrade, base
and for laying dust caused by grading or traffic shall be included in the price bid for such items
and separate payment will not be allowed for watering.
8
B. WATER DISTRIBUTION PIPELINES
1. GENERAL
The Contractor shall furnish and install all pipe, fittings, valves, supports, bolts, nuts, gaskets,
jointing materials and appurtenances as shown on the Drawings and as specified herein, and
shall furnish and install all auxiliary piping and connection to equipment, all as required for
a complete and workable piping system.
2. DUCTILE IRON PIPE
a. Pipe: Ductile -iron pipe shall conform to the requirements of American National
Standards Institute Standard ANSI A21.51.86 (AWWA C151 -86), entitled American
National Standard for Ductile Iron Pipe, Centrifugally Cast in Metal Molds of Sand -
Lined Molds, for Water or Other Liquids. Thickness class shall conform to pressure
Class 350 pipe per AWWA Standard C150.
b. Lining and Coating: Ductile iron pipe and fittings shall be cement mortar lined in
conformance with ANSI A21.4 (AWWA C104) and shall be Thickness Class Designation
52 or Pressure Class Designation 350 for water as manufactured by U.S. Pipe or Pacific
States Pipe Co. Pipe shall be furnished in approximately 18 -foot lengths with bell and
spigot ends and shall conform to ANSI A21.51 in all respects except details of the joint.
c. Joints: Ductile iron pipe joints shall be of the push -on rubber gasket type conforming
to ANSI A21.11 (AWWA C111). Mechanical, restrained and flanged joints shall be
provided where shown on the plans.
d. Fittings: Ductile iron fittings for joining ductile iron pipe shall conform to ANSI A21.10
(AWWA C110) and A21.11 (AWWA C111) except that the ends shall be standard
mechanical joints. Where restrained joints are specified, the joint shall be mechanical
joint with a restraining ring and set screws on the retainer gland. The set screws shall
be square head, double heat tested steel screws designed to bite into the pipe surface
to prevent joint separation. Restraining ring shall be Romac Industries, Inc., Grip Ring
Pipe Restrainer, or an approved equivalent.
e. Repair Sleeves: Repair sleeves for joining ductile iron pipe shall conform to ANSI
A21.10 (AWWA C110) and A21.11 (AWWA C111). They shall be new and of current
manufacture and shall be from the following manufacturers: Smith - Blair, Romac, or
Ford. The two ends of pipe shall have a maximum clearance of 1 -' /z" to insure proper
union. The repair sleeves shall be fastened with alloy bolts.
3. PROTECTIVE WRAPPING FOR DUCTILE IRON PIPE — GENERAL
a. The Contractor shall furnish plastic wrapping materials as herein specified, for
installation over ductile iron or cast iron pipe and fittings, except where otherwise
shown on the drawings. Material shall consist of polyethylene film and joint sealing
tape.
M
b. Film shall be manufactured of a virgin polyethylene material extruded in tubular form
for Dupont Alathon or U.S.I. Petrothene resins or approved equivalent.
c. Film may be of natural coloring or may contain 2 to 2.5 percent carbon black, with
stabilizers, except that natural materials will be rejected for use if not completely
installed and covered with backfill material within 48 hours after removal from its
original container. Pigmented material will be rejected for use after 8 days in the
exposed condition noted above.
d. The polyethylene tube shall have a film thickness of at least 8 mils and shall be
approximately 53 inches in width when measured in the flat or collapsed position.
Tube may be refurnished in continuous or cut lengths, but precut material or cutting
of our material shall be sized such that not greater than one transverse seam will occur
per length of pipe.
e. Tape for sealing of joints in polyethylene film shall not be less than 2 inches in width and
shall have adhesive qualities such as to permit strong bonding to both the polyethylene
and pipe surfaces. Tape shall be Polyken No. 900, Scotchrap No. 50, or an approved
equivalent.
4. EXCAVATION AND BACKFILL
The Contractor shall make all necessary excavation to construct and work as shown on the
plans and shall remove all pipes, trees, stones, debris, and other obstructions that may be
encountered in making the excavation.
The connection pit shall be protected safely at all times and shall not remain open for more
than one working day, otherwise, plating the pit shall be required and shall be to the City
Engineer's directions and satisfaction. The plates shall be attached to the roadway by a
minimum of 2 dowels pre - drilled 50 mm (2 ") into the pavement. Subsequent plates are butted
to each other. Fine graded asphalt concrete shall be compacted to form ramps, with
maximum slope of 8.5% and a minimum 300 mm (12 ") taper to cover all edges. When steel
plates are removed, the dowels holes in the pavement shall be backfilled with either graded
fines of asphalt concrete mix or concrete slurry. Contractor shall be responsible for
maintenance of steel plates, shoring, and asphalt concrete ramp.
The Contractor shall do all necessary trench excavations, shoring, and backfilling required for
the proper laying of the pipes. Bottoms of the trenches shall be graded to insure the best
possible bearing for the entire length of the outside periphery of the lower third of the pipe.
The trench shall be excavated to a depth as shown on the trench details on the drawings and
re- filled to invert grade with sand and thoroughly compacted into place at the Contractor's
expense for all labor and material.
If any trench bottom, through neglect of the Contractor, be excavated below the grade as
required by the plans, it shall be re- filled to grade with sand thoroughly compacted into place
at the Contractor's expense for all labor and material.
10
Excavation shall be supported in a safe manner meeting the requirements of CAL OSHA.
Existing improvements of any kind, either on public or private property, shall be fully
protected from damage. If any damage does result to such improvements, the Contractor shall
make the necessary repairs or reconstruction at his /her own expense and as directed by the
City Engineer. Sheet piling or other timbers shall be removed in such a manner as to prevent
caving of the walls of the excavation.
Ledge rocks, boulders and large stones shall be removed to provide clearance of at least 12
inches below and on each side of the pipe, valves and fittings. The minimum width of
excavation shall be 12 inches (6 inches on each side) more than the exterior diameter of the
pipe exclusive of joints and tees. It shall be compacted to not less than 90 percent of
maximum density. The remaining backfill shall be material obtained from the excavation and
shall be placed in layers not exceeding three feet in thickness. Each layer shall be compacted
to not less than 90 percent of maximum density. If the backfill material is sandy or granular
in nature, the three -foot lifts shall be compacted by flooding, jetting, and poling. No
backfilling shall be done until the installation has been approved by the Project Manager or
his duly authorized representative. The backfilling shall be performed in a manner prescribed
by the City of Arcadia Development Services Department/Engineering Section and to the
satisfaction of the City Engineer or his duly authorized representative.
5. CUTTING AND RESTORING EXISTING PAVEMENT
Street destroyed in connection with performing the work required under the contract shall be
replaced with the same kind or better by the Contractor. If a strip of existing pavement less
than 3 feet is left between a trench and a gutter or edge of pavement, it shall be removed and
new pavement placed in its stead. In cutting or breaking up street surfacing, the Contractor
shall not use equipment that will damage the adjacent pavement. Prior to the excavation of
a trench, the existing paving shall be scored with a pneumatic tool or concrete saw in a
reasonably straight line between the asphalt paving to remain in place and that to be removed.
Any alternate method of scoring must be approved by the Development Services
Department/Engineering Section.
Concrete sidewalks, curbs and gutter required to be removed in connection with performing
the work under the contract shal I be cut to the nearest score mark and shall be replaced with
the same kind or better by the Contractor.
Immediately after completing the backfilling of any section of pipeline in a paved area,
temporary resurfacing at least 1 '/2 inches in thickness, shall be placed over the backfilled
trench and maintained by the Contractor at his /her own expense. Upon completion of
substantial parts of the project, but not before the pipeline is tested the temporary resurfacing
shall be replaced with permanent resurfacing.
In all cases the repaving and repairing shall be done in accordance with the requirements of
the local authorities having jurisdiction in the area of the work.
11
6. INSTALLATION OF PIPE — GENERAL
The Contractor shall install pipe closure sections, fittings, valves and appurtenances shown,
including bolts, nuts, gaskets, jointing materials and thrust blocks.
a. All pipe and fittings to be delivered to the job site must be inspected by the Water
Division's duly authorized representative prior to unloading. It will be the Contractor's
responsibility to give the Water Division ample notice prior to unloading as set forth
under Section 10 -1.
b. Valves shall be certified as tested prior to installation.
c. At all times when the work of installing pipe is not in progress, all openings into the
pipe and the ends of the pipe in the trenches or structure shall be kept tightly closed
to prevent entrance of animals and foreign materials. 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 his /her own expense restore and replace the pipe to its specified
condition and grade if it is displaced due to floating. The Contractor shall maintain the
inside of the pipe free from foreign materials and in a clean and sanitary condition until
its acceptance by the City.
d. Where closure sections are required by the Contractor's laying operation, the sections
shall be installed in accordance with the applicable section of these Specifications.
e. The pipe sections shall be laid in the trench to true alignment and grade in accordance
with the Drawings. Exceptional care shall be taken in placing the pipe and making the
field joint. Bumping of the pipe in the trench will not be permitted. Concrete thrust
blocks shall be provided at the locations and of the sizes as shown in Arcadia's
Standard Drawings.
f. Special care shall be taken during unloading and placing the pipe in trenches. Fabric
or other approved slings shall be used for ductile iron or cement mortar lined and
coated steel pipe. Sandbags shall be used to support all stockpiled pipe. Bell holes
shall be dug under each bell to permit even bearing of the pipe along the entire length.
g. Pipe ends shall be reamed to the full bore of the pipe. Threads shall conform to ANSI
B2.1. In making up threaded joints, an accepted thread lubricant shall be applied to
the male threads only.
h. Flanged joints shall be made up square with even pressure upon the gaskets and shall
be perfectly watertight.
Bell and spigot joints shall be made up concentrically with the rubber gasket
completely retained by the bell or spigot groove. A feeler gage shall be used to
determine if each joint has been properly assembled.
12
j. Unless otherwise shown, concrete thrust blocks shall be constructed at all changes in
direction. Thrust blocks shall be constructed against undisturbed earth. Each thrust
block shall be placed so that valves and fittings are accessible for repair. Size of thrust
blocks shall be as shown or as directed by the Engineer.
7. INSULATING BUSHINGS AND UNIONS
Pipe and fittings made of non - ferrous metals shall be isolated from ferrous metals by nylon
insulating pipe bushings or unions as manufactured by Smith Blair, Corrosion Control
Products, Co., or approved equal.
8. SERVICE LATERALS, WATER METERS, AND METER BOXES — GENERAL
a. New service laterals are to be installed of 2" copper tubing at the location shown on
the Drawings. All 2" service laterals shall utilize a double strap service saddle for tap
to main.
b. Service lateral material shall be Type K soft copper tubing.
c. Service laterals are to be installed, chlorinated, pressure tested and flushed before
connection is made to meters.
d. No joints shall be made in service lateral runs without the City Inspector's permission.
All joints so allowed shall be silver solder joints.
e. The Contractor shall furnish all fittings necessary to connect new service laterals to
existing water meters, including new angle meter stops and bushings.
f. All 17/2" water meters and boxes shall be provided by the city prior to construction. Call
Rob Cunningham at (626) 256 -6591 to schedule for pickup.
9. VALVES
a. All valves and gates shal I be new and of recent manufacture. The flanges may be either
raised or plain faced and shall be faced and drilled to 125 -pound American Standard
dimensions. Each valve body shall be tested to a pressure equal to twice its design
water working pressure, except that gate valves shall be tested in accordance with
"Standard for Gate Valves for Ordinary Water Works Service" (AWWA C500).
b. All interior parts of valves manufactured of bronze or brass except valve stems, shall
conform to the requirements of ASTM B62. Gate valve stems shall be of bronze,
containing aluminum and having a minimum tensile strength of 60,000 psi, a yield
strength of 40,000 psi and elongation of at least 100 percent in two inches, as
determined from a test coupon poured from the same ladle from which the valve stems
to be furnished are poured.
13
c. Except as otherwise provided, all ferrous surfaces (excluding non - corrosive surfaces)
in the water passages of all valves, 4 -inch and larger, shall be coated with an epoxy
coating meeting the requirements of Section 12 -19. All buried valves shall be provided
with an exterior protective coating in accordance with Section 12 -20.
10. FIRE HYDRANTS
a. Fire hydrants shall be James Jones (model 2050) or Clow (model 371 OR) conforming
to AWWA C503 for Wet - Barrel Fire Hydrants. Fire hydrants shall be new and of
current manufacture.
b. Each hydrant shall be furnished with a cement - lined, cast -iron bury with 8 -hole
American Standard Cast Iron Flange drilling, and break -off bolts. Hydrant heads shall
be painted with two coats of Rustoleum "School Bus Yellow ".
c. Hydrants shall be positioned with the 4" coupling screw thread facing the cul -de -sac.
11. RESILIENT WEDGE GATE VALVES
a. Resilient wedge gate valves shall be M &H, American Darling or Clow and shall
conform to AWWA C509 for Resilient Seated Gate Valves. Resilient gate valves shall
be designed for a water working pressure of 200 psi and shall be designed for bi-
directional seating. In addition, non - rising stem gate valves shall be equipped with "O"
ring seals. Unless otherwise shown, gate valves shall have non - rising stems and shall
be furnished with flanged ends. Gate valves shall be new and of current manufacture
and shall be as manufactured by Kennedy, or approved equal.
b. All interior parts of gate valves shall be constructed of bronze conforming to the
requirements of Subsection 14.
c. Ferrous surfaces in the water passages of valves 4- inches in diameter and larger shall
be epoxy coated in accordance with Section 14. The coating shall not be applied to
stainless steel, brass or bronze surfaces.
12. VALVE BOXES
Valve cans and covers or valve boxes shall be as follows:
Gate valves - 6" adjustable valve boxes with 14 gage galvanized top section and 14 -gage black
steel bottom section, and cast iron cover with a 4" minimum body depth.
13. INSTALLATION OF VALVES
All buried valves shall have the operating nuts in a vertical position except as otherwise noted.
Valve boxes, where called for, shall be centered over the operating nuts and shall be set
plumb. Operating nuts installed at four feet below grade or greater shall be equipped with an
extension.
14
14. SHOP APPLIED EPDXY COATINGS FOR VALVE INTERIORS
a. Surface Preparation: All oil and grease shall be removed from the metal, using an
oil -free solvent (methyl - ethyl- ketone or trichloroethylene) and clean dry rags. The
surface shall be sand- blasted to white metal. In order to obtain maximum
adhesion of epoxy coating, the grit used for blasting shall be coarse enough to
impart a tooth in the metal equal to 25 percent of the thickness of the coating to be
applied. The metal shall be cleaned after sandblasting with clean, dry compressed
air.
b. Powder Epoxy: The epoxy shall be one hundred percent epoxy material and shall
be 3M Company's Scotchcoat No. 134 or approved equal.
c. Preheating: Areas that are not to be coated shall be masked using 500 - degree
masking tape, similar to 3M Company's Permacel. The part to be coated shall be
placed in an oven and preheated to the temperature specified by the epoxy
manufacturer. An accurate temperature- measuring device such as pyrometer shall
be used to determine the substrate temperature.
d. Application: The epoxy shall be applied as a powder to the heated metal by one
of the following methods:
1) Electrostatic Method: The powder shall be applied to the heated, grounded
metal part which has been electro- statically charged by means of a current of
approximately 1 -1/2 amperes at approximately 400 volts. After application of
the epoxy, the part shall be reheated as specified by the manufacturer to fuse
the epoxy. Equipment for applying the epoxy powder shall be the Sames
Electrostatic Powder Spray, or approved equal. Particular care shall be given
to protection of non - ferrous masked parts. The finished product shall be
carefully examined for epoxy interference on working parts.
2) Heat Fusion Method: The part shall be prepared as outlined above and heated
for a sufficient period to drive out all moisture from the metal. Epoxy powder
shall be applied using as air spray device designed to exclude moisture from the
spray air. The part must be preheated to maintain a surface temperature high
enough to cause instant epoxy fusion during the entire application process.
After coating, the part shall be reheated as specified by the manufacturer.
Particular care shall be taken to protect non - ferrous masked parts. The finished
product shall be carefully examined for epoxy interferences on working parts.
e. Thickness of Coating: The minimum dry coating thickness shall be 8 mils,
provided, however, that the thickness of coating in the grooves of valves or fittings
designed to receive a rubber gasket shall be approximately 5 mils.
f. Inspection: Coating thickness shall be checked with a nondestructive magnetic type
thickness gage. Coating integrity shall be tested with an 87 -volt Tinker Rasor
holiday tester or a spark testing unit operating at approximately 2,000 volts.
15
g. Field Repairs: If small local repairs are necessary, they shall be made using 3M
Company's Scotchclad 134 field repair kit, or approved equal. The surface must
first be cleaned with an oil -free solvent (methyl - ethyl- ketone or trichlorethylene)
and clean dry rags.
15. BURIED MISCELLANEOUS FERROUS SURFACES
Buried valves and flanged joints, sleeve -type and victaulic coupling and other buried
miscellaneous ferrous piping and metal surfaces (excluding any cast iron pipe) shall be
thoroughly cleaned and field- coated with a 1/8 -inch thick coating of EC244 as manufactured
by 3M or approved equal. The coating shall be applied in strict accordance with the
manufacturer's recommendations.
16. TESTING AND DISINFECTING
The Contractor shall furnish all equipment, labor and materials required for testing and
disinfecting the piping. Water for testing and disinfecting will be furnished by the City without
charge to the Contractor, but shall be metered through a fire hydrant meter provided by the
City. Disinfection shall be accomplished by chlorination. Chlorine dosages will be computed
by the Engineer, who will furnish the Contractor with detailed instructions for proper
application of the chlorine. All chlorinating and testing operations shall be done in the
presence of the Engineer. Prior to testing and disinfecting, the pipeline shall be thoroughly
flushed.
17. TESTING PIPELINES
The Contractor shall test the piping after backfilling operations are completed. The test shall
be made by placing a temporary bulkhead in the pipe and filling the lines slowly with water.
At no time during pipeline construction will heavily chlorinated water be pressure tested
against a valve connected to a City water main. Care shall be used to see that air is permitted
to escape during filling. After the line has been completely filled, it shall be allowed to stand
under slight pressure for a sufficient length of time to allow the mortar lining to absorb what
it will and to allow the escape of air from any air pockets, but for not less than 24 hours.
During this period, bulkheads, valves and connections shall be examined for leaks. If any are
found, these shall be stopped or in case of leakage through valves in the main line or through
bulkheads, provision shall be made for measuring such leakage during the test. The test shall
consist of holding the test pressure on each section of the line for a period of 4 hours. The test
pressure at the lowest point in the line shall be 150 psi. The water necessary to maintain this
pressure shall be measured through a meter or by other means satisfactory to the Engineer.
The leakage shall be considered the amount of the water entering the pipeline during the test,
less the measured leakage through valves and bulkheads. The leakage shall not exceed 5
gallons per inch of diameter per 1000 L.F. per 24 hours. Any noticeable leaks shall be
replaced with new pipe or equipment until the leakage is reduced to permissible limits.
18. DISINFECTING THE PIPELINES
a. Chlorination shall be by means of a chlorine -water mixture applied by means of a
solution -fed chlorination device. The maximum chlorine dosage entering the pipeline
shall be 100 ppm. Chlorinated water shall be retained in the pipeline long enough to
destroy all nonspore- forming bacteria and, in any event, for at least 24 hours. After the
chlorinated water has been retained for the required time, the chlorine residual in the
line shall be at least 50 ppm or one half of the initial chlorine dosage. If less than 50
ppm or one half of the initial chlorine dosage is indicated the line shall be flushed and
the chlorination process shall be repeated until a test has indicated a residual of at least
50 ppm of chlorine. All valves within the scope of project shall be operated while the
lines are filled with the heavily chlorinated water.
b. After the specified retention period, the heavily chlorinated water shall be flushed from
the main until the chlorine concentration in the water leaving the main is no higher
than that generally prevailing in the system. The heavily chlorinated water flushed
from the pipeline shall be reduced to 1 ppm chlorine prior to discharging into a storm
drain system. The Contractor shall perform this at his /her own expense. A chlorine
residual determination shall be made to ascertain that the heavily chlorinated water has
been removed from the main.
c. The City will collect water samples for analysis prior to placing the new facilities in
service. The Contractor shall provide approved sampling points at least every 500 L.F.
of pipeline main as specified by the City. Should any sample fail to meet the
requirements of the City of Arcadia Water Division, the chlorination procedures shall
be repeated. The Contractor will be responsible for the cost of additional water
analysis. After final flushing and before the new main is connected to the existing
distribution system, two consecutive sets of acceptable samples, taken 24 hours apart,
shall be collected from the new main.
d. The water main and all existing services shall be flushed out until the chlorine residual
is not greater than that prevailing in the system prior to placing back in service.
e. Existing water mains that have been shut down and cut into for connections or
installation of tees and valves shall be sterilized to the satisfaction of the Water
Engineer or his duly authorized representatives.
f. As an optional procedure water mains and appurtenances must be completely installed,
flushed, disinfected, and satisfactory bacteriological sample results received prior to
permanent connections being made to the active distribution system. Sanitary
construction practices must be followed during the installation of the final connection,
so that there is no contamination of the new or existing water main with foreign
material or groundwater.
17
g. As another optional procedure, the new pipe, fittings and valve(s) required for the
connection may be spray- disinfected or swabbed with a minimum 1 percent solution
of chlorine just prior to being installed, if the total length of connection from the end
of a new main to the existing main is equal to or less than 18 feet. This option must
be approved by the City prior to implementation.
h. As another optional procedure the pipe required for the connection must be set up
aboveground, disinfected, and bacteriological samples taken if the total length of
connection from the end of a new main to the existing main is greater than 18 feet.
After satisfactory bacteriological sample results have been received for this "pre -
disinfected" pipe, the pipe can be used in connecting the new main to the active
distribution system. Between the time that satisfactory bacteriological sample results
are received and the time that the connection piping is installed, the ends of this piping
must be sealed with plastic wraps or watertight plugs or caps. This option must be
approved by the City prior to implementation.
19. COMPACTION TESTS
Tests to determine compaction shall be made by a representative of the City at the expense
of the City. Maximum density shall be determined in accordance with ASTM D1557 method,
modified to use three layers. Field density tests shall be performed in accordance with the test
procedure specified in ASTM D1556. At least one compaction test shall be taken for every
50 L.F. of pipeline main or as determined by the City.
vvvvvvavvvvvvvvvvvvvvvvvsysvvvvvvvvvvvvvvvvvvvvvvvvvvvv ■vvvvvvvvevvvvvevvvvvvaI
END OF SECTION 3
18
INSTALLATION OF 6" WATERLINE, FIRE HYDRANT
AND DOMESTIC SERVICES AT CRYSTAL COURT
PUBLIC WORKS SERVICES DEPARTMENT
CITY OF ARCADIA
Arcadia, CA
Gentlemen:
Pursuant to the Notice Inviting Bids for the above described work, the undersigned as a
bidder, declares that he has carefully examined the location of the proposed above described
work and that he has read and examined the contract documents and is familiar with all bid
requirements, and hereby proposed and agrees, if this bid is accepted by the City of Arcadia,
that within five (5) days, excluding Sundays, after written notice of award of contract is mailed
to bidder, bidder will execute and deliver to Public Works Services Department the contract
form provided in the contract documents and the insurance certificates required therein in a
form approved by the City Attorney. Contractor will also furnish all labor, materials and
services necessary to perform and complete all work required by the contract documents and
all addenda thereto issued by said City prior to the opening of bids, for the above described
work for the unit price set forth in the bidding schedule which is attached hereto and by this
reference is incorporated herein.
Said bidder further agrees to complete all work required under the contract within the time
stipulated in said contract documents and to accept in full payment therefor the price in the
Bidding Schedule.
Dated: i
Name of Bidder: l� !
(Complete Corporate, Partnership, Fictitious or Sole Proprietorship Name)
M.
Title: 1 1 �
Address:
19
BID SCHEDULE
CRYSTAL COURT 6 - INCH WATER LINE PROJECT
ITEM
DESCRIPTION
QTY UNIT
UNIT PRICE
EXTENSION
1.
Mobilization and Demobilization complete
1 LS
•
° cc
2.
Excavation of 7' x 5' Connection Pit
35 SF
` to
3.
Provide and install trench and excavation safety
1 LS
1000-
I bob °
measures per OSHA requirements
4.
Traffic Control of First Ave.
1 LS
`
5.
Furnish and Install 6" D.I. Waterline in Crystal Court,
200 LF
14'°`
complete including all required fittings, joints, gaskets,
bolts, excavation, backfill, testing and chlorination
6.
Locate and construct 6" cut -in connection at Sta.
1 LS
`
0+ 12.00 with all required fittings, backfill, valve and
appurtenances
7.
Furnish and Install 6" F.E. x M.J Gate Valve, with all
4 EA
required gaskets, bolts, excavation, backfill and
appurtenances
8.
Furnish and Install 6" F.E. Tee, with all required gaskets,
1 EA
' co
bolts, excavation, backfill, and appurtenances
9.
Furnish and Install 6" Repair Sleeve with all required
1 EA
gaskets, bolts, excavation, backfill, and appurtenances
10.
Furnish and Install New 2" Copper Service, complete
6 EA
p
°
including fittings, meter and meter box *, valves, piping,
angle meter stop, backfill, joint and appurtenances
11.
Furnish and Install 6" Fire Hydrant Assembly, with all
1 EA
required fittings, valve, gaskets, bolts, excavation, piping
backfill and appurtenances
*Meters and boxes to be supplied by the city prior to construction
Total Bid Price:
Written in Figures
1711 I-1qW'7#1JP rllv Ai
Written in Words
The undersigned firm does agree to perform all work as required in the attached specifications at the rates as
quoted.
Signature of Bidder: //
10
M
REFERENCES
PHONE NUMBER CONTACT
2. COMPANY NAME
3
TYPE OF WORK
ADDRESS
PHONE NUMBER CONTACT
COMPANY NAME
TYPE OF WORK _
ADDRESS
PHONE NUMBER
21
CONTACT
PROJECTS
CITY OF CORONA
815 W. 6" Street, Corona, CA 91720
Foothill Transmission Waterline 30" & 24" DIP - $1,438,176.00
Contact: John O'Donnell (909) 739 -4953
Completion: December 8, 1999 - Current
CITY OF GLENDORA
116 East Foothill Blvd., Glendora, CA 91741
Sierra Madre Avenue 30" Water Transmission Main - $718,634.00
Contact: Jerius Williams (626)914 -8200
Completion: October 15 — December 31, 1999
CITY OF RIVERSIDE
3900 Main Street, Riverside, CA 92522
Rubidoux Avenue Storm Drain - $1,190,782.00
Contact: Dick Clelland (909) 782 -5889 or Ron Mueller (909) 782 -5913
Completion: October 12, 1999 — February 2000
EASTERN MUNICIPAL WATER DISTRICT
PO Box 8300, 2270 Trumble Road, Perris, CA 92570
Winchester Park Area Sewer System - $129,776.00
Contact: Tom Damotte (909) 928 -3777
Completion: August 8 - November 23, 1999
DESERT WATER AGENCY
1200 Gene Autry Trail South, Palm Springs, CA 92264
1998/1999 Replacement Water Pipelines - $845,880.25 / 848,683.19
Contact: Mark Krause or Steve Johnson (760) 323 -4971
Completion: June 21- October 10,1999
RANCHO CALIFORNIA WATER DISTRICT
42135 Winchester Road, Temecula, CA 92589
Temecula Valley H.S. Reclaimed Waterline - $168,747.00 / 247,263.02
Contact: Craig Mapes (909) 676 -4101
Completion: June 14 - August 1999
CITY OF ARCADIA
INSTALLATION OF 6" WATERLINE, FIRE HYDRANT
AND DOMESTIC SERVICES AT CRYSTAL COURT
r nNJTRArT
THIS CONTRACT, made and executed this day of
1999, by and between the City of Arcadia, California, herein referred to as "City ", and
hereinafter referred to as "Contractor" and
"Bidder ".
WITNESSETH: City and Contractor do mutually agree as follows:
1. The Notice Inviting Bids, Bid, Specifications and all amendments thereof, when
approved by the parties hereto, copies of which are attached hereto, are hereby incorporated
in and made a part of this Contract by reference, as though fully set forth herein, and all of the
foregoing shall constitute the Contract documents.
2. Contractor agrees to construct the Crystal Court waterline, fire hydrant, and
domestic services in the City within the time frame listed on the bid page and shall be
completed no later than May 5, 1999 in strict conformance with the Contract documents.
3. City agrees to pay Contractor the amount specified in the Contract documents
and in the manner specified therein.
4. Time is of the essence in this Contract. If Contractor should fail to complete the
project, as specified in paragraph 2 above, City may give 30 days' written notice to Contractor
to complete said work, and if Contractor fails to do so, Contractor shall be liable to City for
damages incurred by such failure, including, but not limited to, the price differential to
perform the Crystal Court Project in conformance with the Contract documents on the open
market from another vendor, with or without advertised competitive bidding.
22
5. Contractor agrees that City is not obligated to make payment until completion
of Crystal Court Project, inspection for compliance, and acceptance by the Public Works
Services Director or his designee.
6. Contractor shall obtain adequate liability, collision and property damage
insurance to cover the work done at the City and all operators thereof at no cost to the City.
Such insurance must be approved by the City Attorney and shall remain in effect until written
acceptance of the Parking District 1 improvement by the Public Works Services Director.
7. Contractor agrees that in the performance of this Contract, Contractor is an
independent Contractor, not an employee, agent or officer of the City.
8. This Contract shall be interpreted, construed and given effect in all respects
according to the laws of the State of California.
9. Contractor shall not assign this Contract, or any part thereof, or any monies due
or to become due thereunder without prior written consent of City.
10. Contractor shall indemnify and hold harmless the City, and its officers and
employees, from and against any and all claims, demands, suits, loss, damage, injury and
liability, including costs and expenses incurred in connection therewith, however caused,
resulting from, arising out of, or in any way connected with the performance of the Contract,
including delivery and unloading of the supplies and equipment.
11. Contractor shall hold the City, its officers, agents, and employees, harmless from
liability of any nature or kind, including costs and expenses, for infringement or use of any
copyrighted or uncopyrighted composition, secret process, patented or unpatented invention,
article or appliance furnished or used in connection with the Contract.
12. Contractor warrants that no gratuities (in the form of entertainment, gifts, or
otherwise) were offered or given by the Contractor, or any agent or representative of the
23
Contractor, to any officer or employee of the City with a view toward securing the Contract
or securing favorable treatment with respect to any determinations concerning the
performance of the Contract. For breach or violation of this warranty, the City shall have the
right to terminate the Contract, either in whole or in part, and any loss or damage sustained
by the City in procuring on the open market any items which the vendor agreed to supply
shall be borne and paid for by the Contractor. The rights and remedies of the City provided
in this clause shall not be exclusive and are in addition to any other rights and remedies
provided by law or under the Contract.
13. Rights and remedies of City for default:
(a) In the event any item furnished by the Contractor in the performance of
the Contract should fail to conform to the specifications therefor, the City may reject
the same and it shall thereupon become the duty of the Contractor to reclaim and
remove the same forthwith, without expense to the City and immediately to replace
all such rejected items with others confirming to such specifications; provided that
should the Contractor fail, neglect or refuse so to do, the City shall thereupon have the
right to purchase in the open market, in lieu thereof, a corresponding item and to
deduct from any monies due or that may thereafter become due to the Contractor and
difference between the price named in the Contract documents and the actual cost
thereof to the City.
(b) In the event of the cancellation of the Contract, either in whole or in
part, by reason of the default or breach thereof by the Contractor, any loss or damage
sustained by the City in procuring any items which the Contractor therein agreed to
supply shall be borne and paid for by the Contractor.
24
(c) The rights and remedies of the City provided above shall not be
exclusive and are in addition to any other rights and remedies provided by law or
under the Contract.
14. Subject to the provisions of this Contract, all terms, covenants, conditions and
provisions hereof shall insure to and shall bind each of the parties hereto and each of their
respective heirs, executors, administrators, successors and assigns.
15. EQUAL OPPORTUNITY: During the performance of this Contract the
Contractor /vendor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex or national origin.
CIVIL RIGHTS ACT OF 1964: Under Title VI of the Civil Rights Act of 1964, no person shall,
on the grounds of race, color or national origin, be excluded from participation in, be denied
the benefits of, or be subjected to discrimination under any program or activity receiving
federal financial assistance.
16. MINORITY: Minority vendor /contractors are encouraged to bid. Please check
if you are one of the following:
Black/African- American
Hispanic
Asian and Pacific Islander
American Indian or Alaskan Native
Woman Owned Business
25
I (Bidder), Agy- _rTAUT-Velli , certify that all of the above required
documents have been completed. I also understand that failure to submit a completed bid
package will result in rejection of bid.
Printed Name
By: City of Arcadia
Gary F. Le is ( t
Genera ervices Manager
26
LF l y 2006
Date
Date
GERTIFICA: : '7-.OF LIABILITY
'1
INSURAivv
DATE (MM /DDY)
/Y04/17/00
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Schrimmer Cavanagh Ins. Agency
P. 0. Box 788
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
La Habra
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
CA 90633 -0788
INSURERS AFFORDING COVERAGE
INSURED
INSURER A: TRANSCONTINENTAL INS GROU
MARK TRAUTWEIN
INSURER B: TRANSPORTATION INS COMP
DBA: TRAUTWEIN CONSTRUCTION
INSURER C: AIU
19792 EL RIVINO RD
RIVERSIDE CA 92509
INSURER D:
INSURER E:
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
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
INSR TYPE OF INSURANCE
LTR POLICY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION
DATE MM /DD YY DATE MM /DD /YY LIMITS
A GENERAL LIABILITY
X B1 75174139
12/01/99 12/01/00 EACH OCCURRENCE $ 1 000,000
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE � OCCUR
--
FIRE DAMAGE (Any one fire) $ 50, 000
t I
MED EXP (Any one person) $ 1 '000
PERSONAL & ADV INJURY $ 1 , 000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $ 2,000,000
POLICY PRO_
PRODUCTS - COMP /OP AGG $ 1 , 000,000
JECT LOC
B AUTOMOBILE LIABILITY
X ANY AUTO 1075174142
12/01/99 12/01/00 COMBINED SINGLE LIMIT
(Ea accident) $ 1 , 000,000
X ALL OWNED AUTOS
X SCHEDULED AUTOS
BODILY INJURY
(Per person) $
X HIRED AUTOS
X NON -OWNED AUTOS
ILY INJURY
accident) $
!PROPERTY DAMAGE
accident) $
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT $
OTHER THAN EA ACC $
AUTO ONLY: AGG $
C EXCESS LIABILITY
BE 3579141
X OCCUR CLAIMS MADE
12/01/99 12/01/00 EACH OCCURRENCE $ 4,000,000
AGGREGATE $ 4,000,000
DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND
A EMPLOYERS' LIABILITY 0175174125
WC STA7U- pTH-
TORY LIMITS EE RR
12/01/99 12/01/00
E.L. EACH ACCIDENT $ 1 000,000
E.L. DISEASE - EA EMPLOYEE $ 1 1000,000
OTHER
El, DISEASE - POLICY LIMIT $ 1 , 000,000
A CONTRACTORS EQUIPMENT 81 75174139
12/01/99 12/01/00 SPECIAL FORM, RC 145,000
DEDUCTIBLE 500
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
CITY OF ARCADIA IS NAMED ADDITIONAL INSURED.
CERTIFICATE HOLDER T I ADDITIONAL INSURED; INSURER LETTER: —
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
CITY OF ARCADIA
DATE THEREOF, THE ISSUING INSURER WILL EX1MXXU fib MAIL 30 DAYS WRITTEN
11800 GOLDRING ROAD
P.O. BOX 60021
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT X01JGX82�GX118$X�XOiX$�X9CDQLL
ARCADIA CA 91066fl(
D6Ml AC�d�Xd7( kDC ��Xk1�D iXX) EX9(•SX�CX4TYUX�4(X74�X�)QRSC�R
XifRl>CDmXXmS, 'EXCEPT 10 DAYS FOR NON PAYMENT OF PREMIUM
AUTHORIZED REPRESENTATIVE
JOAN S. CAVANAGH
ACORD 25-S (7197)
© ACORD CORPORATION 1988
State of California
C«W,„er CONTRACTORS STATE LICENSE BOARD
ABain ACTIVE LICENSE >
License Number 745695 Emily I NDI V
TRAUTWEIN CONSTRUCTION
Business Name
classilication(s) A C34
Expiration Bate 02/28/2002
l
Apr 20 00 04: 14p qnmm. DEV. DIV. 1321-479173 P.1
CITY OF ARCADIA
240 West Huntington Drive- P.0, Box 60021 *Arcadia, CA 91066
(626) 574-5430 • Fax (626) 447-9173 • Attn: Bus, License office
BUSINESS LICENSE APPLICATION
-I Mg
PlfiQ06 Ch—k Ong �
NEW APPLICATION N
CHANGE OF OWNER
CRANGF OF A0Dnrz55
0 C
MANGE OF BUS11i NAME
HOME OCCUPATION
❑ rifflail VVIOlesairc savico SArvit'Ali -XV !;moral CoMmoicir Q Sub Conlrootoir 01`171CIAL 1U3rz ONLY
IJ Profewlonal ID Property Ownership J ManufaCTi ❑ IndustriAl ❑ Wai ❑ Other
19- - BUSII NEI SS LICENSE 1No. Business Name M 3)EXFI RA TION D ATE —
AI let
sualri Addr6as 7 Lr-
L7=' - - z — FATE TYPE
(Cenwtbe A.D. Box lot 40"Xieppl huakwma per Sort or i m4ssa PrOgisions Cm-setllot? Ilms)
QUOINIESS TYPE
ully
Malili Address
DATE?AID: 06T: I
Business phone zip
Business FaX
Is your business located In the City of Ai IJ Yes No Start ii
Description of Business C-2i.
Ownership: ❑ Corporation ❑ Corp-Ltd Liability 13 Partnership Ptinprietar _ ❑ 11i Parknerali
State License No. --:2 ody .—License Type Expiration Date
Resale No. FEIN No. ^b O SEIN No,
Ono -s-h-
Owner Name
714y 7 TitIo_Z2age,-'— Phone
"URIC Address Cull Phone
City state 674t zip
Soc Is I Security No. 5j(o.'7 - 4/50 -&,2Z Drivers License No.
E -mail No,
Owner Name Title Phone j )
Home Address Cell Phone(
'city State Zip
-
Social Security No. License No. E-mail No.
Name Title y
Call Phwo
Alarm
Name
Liconse No.
City zip
'TYPE OF BU9INE55
EIUSINW04.ICENSE FEE
-
a I a a I &1,31a r V I c 0 it
PIN sni +— VQhICIe
ati�A6 VONC103 going to a location In Arcadia W per vehicle Pao
aeneral building contractor :Base foo
parrvehlole
Opecialty,13611ding Contractor, Bass fee
per vehicle
Prorosatongl per rroli + per employee tit
Prop" '01"&rShIp Commarcial, one fee per unit ov twio[2,,-�,
1
ftartments, li too per Unlit ov r C,4
tour (4)
P81ruili There is a 100% Pdri On: any. business Operation In the City of Arradla without a maild Ilocri
I DCCLAR& UNDER PENALTY OF PERJURY, THAT THE INFORMATION IN TN AP I N S r5a AND CORREC'r.
Signature of Owner or RAPV,-t-4mtatIvo!
RETURN ENTIRE APPLICATION FORM TOA11i P.O, BOX AND MAKE CHECK PAYABLE! TOTHE
CITY OFAI;(;ADIA