Loading...
HomeMy WebLinkAboutC-2181 - Jasmine Creek Storm Drain Phase I0 4 October 30, 1981 John T. Malloy, Inc. 606 N. Larchmont Los Angeles, CA 90004 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: Ohio Casualty Insurance Co. Bonds No.: 2 -160 -924 Project: Jasmine Creek Storm Drain, Phase I Contract: C -2181 The City Council on October 13, 1981, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on October 22, 1981 in Book No. 14,266,Page 30. Please notify your surety company that the bonds may be released 35 days after recording date. Wanda E. Andersen City Clerk WEA:lr cc: Public Works Dept. File City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 '' f';'PORT REACH 3ti'J4- /P,RD 3L,1CHi CAL1 F. 92663 No NIMS ANION 29498 oWO a1w Do m Gme n" Cafe 6109 BK 14266Po 30 [in NOTiCF. OF COMPi,F.TION PUBLIC WORKS HCONO[O IN OFFICIAL KCOM OF ORM COUNTY. CALIFORNIA .gzs PM OCT22'81 LEE A. WWCH, CouOtY Recorder 'I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on October 13, 1981 the Public Works project consisting of Jasmine Creek Storm Drain, Phase___ (C -2181) on which John T. Mallov, Inc., 606 N. Larchmont, Los Angeles, CA 90004 wasth n and Ohio Casualty Insurance was el completed. J: OF NEWPORT BFACH v C Public Works Director VERIFICATION 1, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 20, 1.981 at Newport Beach, California. l Public Vorks Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on October 13, 1981 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 20, 1981 at Newport Beach, California. City Clerk (Deputy) NOTTCF: OF COMF`I.ETION PUBLIC WORKS to All Laborers and Material Men and to Every Other Person Interested YOU WILL PLEASE TAKE NOTICE that on October 13, 1981 the Public Works project consisting of Jasmine Creek Storm Drain, Phase__ (C -2181) on which John T. Malloy, Inc., 606 N. Larchmont, Los Angeles, CA 90004 was the contractor, and Ohio Casualty Insurance Co. was the surety, was completed. VERIFICATION I, the undersigned, say: JClY:0F,.,NEWPORT BFACH � Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 20, 1981 at Newport Beach, California. <_ l / - Public .'Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on October 13, 1981 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 20, 1981 at Newport Beach, California. Y`.' 76 City Clerk (Deputy) 6 0 October 20, 1981 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation is Notice of Completion for Public Works project consisting of Jasmine Creek Storm Drain, Phase I, Contract No. C -2181 on which John T. Malloy, Inc, was the Contractor and Ohio Casualty Insurance Co. was the surety. Please record and return to us. Irene Butler Deputy City Clerk IB:1r attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 QS COTre� Ohllr� AL October 13, 1981 Or, T 13 1981 CITY COUNCIL AGENDA By the CITY COUNCIL ITEM N0. TO: CITY COUNCIL CITY OF NEWPORT BEACH FROM: Public Works Department SUBJECT: ACCEPTANCE OF JASMINE CREEK STORM DRAIN, PHASE I (C -2181) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the Jasmine Creek Storm Drain Phase I has been completed to the satisfaction of the Public Works Department. The bid price was $432,824.00 Amount of unit price items constructed 430,547.00 Amount of change orders 16,437.10 Total contract cost 446,984.10 Funds were budgeted in the General Fund. Approximately half of the project cost was paid by the Orange County Flood Control District. Eight change orders were issued. The first and second in the amount of $2,198.06 provided for the removal of an existing 12 -inch pipe and concrete headwall encountered in the trench. The third, in the amount of $500.00 provided for the connections to the new drain of two existing 8 -inch drains. The fourth, in the amount of $1,352.62 provided for removal of an additional portion of an existing concrete structure at the connection point of the new drain. The fifth, in the amount of $2,784.05, provided for additional shoring, trenching, and damage repair required due to the breaking of a 6 -inch water main, the existence of which was not known. The sixth, in the amount of $2,000.00 provided for the replacement of two asphalt drive approaches with concrete. The seventh, in the amount of $2,954.76, provided for the construction of a new 6 -inch water main westerly of Goldenrod Avenue. The eighth, in the amount of $3,647.61, provided for the replacement of broken existing concrete improvements in the vicinity of the project and seal coating of utility trenches. The design engineering was performed by ASL Consulting Engineers of Santa Ana.. The contractor is John T. Malloy of Los Angeles. The contract date of completion was August 25, 1981. The work was completed on August 20, 1981. Acceptance has been delayed pending restoration A the landscapingride Drive park. amin B. Nolan Public Works Director GPD:rb May 5, 1981 lr--.j CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR FROM: Citv Clerk SUBJECT: Contract No. 2181 Description of Contract Jasmine Creek Storm Drain, Phase I Effective date of Contract May 5th, 1981 Authorized by Resolution No. 10,026 , adopted on 3 -27 -81 Contract with John T. Malloy, Inc. Adress 606 N. Larchmont Los Angeles, CA 90004 Amount of Contract $ 432,824.00 Wanda E. Andersen City Clerk WEA:bf City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 by. the .City Counci:T'. °: jT -day o _MEP ,1981; : -.,... wi V-V i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JASMINE CREEK STORM DRAIN, PHASE I CONTRACT NO. 2181 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: Page la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2181 in accordance with the Plans and Special Provisions, and will take in full payment therefor. the following unit prices for the work, complete in place, to wit: TEM NO.. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. Lump Sum Mobilization and clearing including removals as required Twenty Thousand Dollars No and Cents $ 20,000.00 $ 20,000.00 Per Lump Sum 2. 716 Install 60 ".R.C.P. Lineal Feet @ One Hundred Ninety-Five Dollars and No Cents $ 195.00 $139,620.00 Per Lineal Foot 3. 648 Install 57" R.C.P. Lineal Feet One Hundred Ninety Dollars and No Cents $ 190.00 $123,120.00 Per Lineal Foot 4. 21 Install 48" R.C.P. Lineal Feet One Hundred Eighty -Five Dollars and nir; Cents Per Lineal Foot $ 185,00 $ 3,885.00 Page lb 1 1 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 107 Install 18" R.C.P. Lineal Feet @ Seventy -Five Dollars and No Cents.. $ 75.00 $ 8,025.00 Per Lineal Foot 6. 2 Construct Manhole No. 2 per City Each of Newport Beach Std. 307 -L @ Two Thousand Eight Hundred Dollars and No Cents $ 2,800.00 $ '5,600.00 Each 7. 2 Construct Manhole No. 4 per City Each of Newport Beach Std. 308 -L @ Four Thousand Two Hundred Dollars and No Cents $ 4,200.00 $ 8,400.00 8. 1 Construct curb inlet L =5.0' per Each City of Newport Beach Std. 305 -L @ Two Thousand Two Hundred Dollars and No Cents $ .2,200.00 $ 2,200.00 Each 9. 1 Construct curb inlet L =10.0' per Each City of Newport Beach Std. 305 -L @ Two Thousand Six Hundred Dollars and No Cents $ 2;600.00 $ 2,600.00 Each 10. 1 Construct curb inlet L =12.0' per Each City of Newport Beach Std. 305 -L @ Two Thousand Seven Hundred Dollars and No Cents $ 2,700.00. $ 2,700.00 Each 11. 1 Construct curb inlet L =20.0' per Each City of Newport Beach Std. 305 -L @ Three Thousand Five.Hundred Dollars and No Cents $ 3,500.00 $ 3,500.00 Each 0 i r Page 1c ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE. PRICE 12. Lump Sum Guarding underground construction @ Three Thousand Five Hundred Dollars and No Cents Per Lump Sum 13. Lump Sum Traffic control @ One Thousand Dollars. and No Cents .Per Lump Sum 14. 2 Construct pipe collar per City Each of Newport Beach Std. 313 -L @ Five Hundred Dollars and No Cents Each . 15. Lump Sum Construct brick and mortar-bulk- head $ 3,500.00 $ 3,500.00 $ 1,000.00 $ '1,000.00 $ 500.00 $ 1,000.00 @ Three Hundred Dollars and No Cents $ 300:00 $ 300.00 Per Lump Sum 16. 360 Construct 8" A.C. water main Lineal Feet @ Seventeen Dollars and No Cents $.. 17.00 $ .6,120.00 Per Lineal Foot 17. 14,500 Construct asphaltic concrete Square Feet sealant in Bayside Park @ Zero Dollars and Twenty Cents $ .20 $ .2,900.00 Per Square Foot Total Price Written (Phase I without ADDITIONAL BID ITEMS): Three Hundred Thirty -Four Thousand Four Hundred SeventyDollars and No Cents $ 334.470.00 Page Id ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE [E. 19 20 21. 22 23 24 ADDITIONAL BID ITEMS (To be bid by all Contractors) 93 Install 54" R.C.P. Lineal Feet @ Two Hundred Seventy -Eight Dollars and No Cents $ 278.00' $ 25,854.00 Per Lineal Foot 40 Install 30" R.C.P. Lineal Feet @ One Hundred Dollars and No Cents $ 100.00 $ 4,000.00 Per Lineal Foot 1 Construct pipe collar per City Each of Newport Beach Std. 313 -L. @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 Each 2 Construct Manhole No. 2 per City Each of Newport Beach Std. 307 -L. @ Three Thousand Dollars and No Cents $ 3,000.00 $ 6,000.00 Each 130 Jack 54" R.C.P. Lineal Feet @ Four Hundred Fifty Dollars and No Cents $ 450.00 $ 58,500.00 Per Lineal Foot Guarding Underground Construction Lump Sum @ Two Thousand Dollars and No Cents $ 2,000,00 $ 2,000.00 Lump Sum State of California Permit, Traffic Lump Sum Control. and Inspection @ One Thousand Five Hundred Dollars and No Cents $ .11500.00 $ 1,500.00 Lump Sum Page le Total Price Written Words (Phase I with ADDITIONAL BID ITEMS): Four Hundred Thirty Two Thousand Eight Hundred Twenty Four Dollars and No Cents $ 432,824.00 John T: Malloy & Contractor's License No. 391693 A John T. Malloy, Inc. A JT. Venture Bidders Name Date April 15, 1981 Is John T. Malloy Ownelp/V.P. Authorized Signature /Title Bidder's Address 606 N. Larchmont, Los Angeles, California 90004. Bidder's Telephone No. (213) 464 -2705 1 i 0 INSTRUCTIONS TO BIDDERS * Page 2 The attached bid documents shall`be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: Page 1. PROPOSAL 2. INSTRUCTIONS' TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not .less that 10% of total bid price for Phase I.with Additional Bid Items) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY " 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 10% of the total bid.price for Phase I with Additional Bid Items) 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 bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and.Professions' Code. The low bidder shall also possess a City of Newport Beach business license prior to exe- cution of contract. Bids are to be computed upon the 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 total.s. The City shall not beheld responsible for bidder errors or omissions in the PROPOSAL. Quantities indicated in the PROPOSAL are approximate and given solely to allow the. comparison of total bid prices. Contract documents shall bear signatures and.titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures.shall be of a general partner. For sole ownership, the signature shall be of the owner: 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 deter- mination is available in the office of the City.Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevail= ing wage rates (Sections 1770 -7981 inclusive).. The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprentice - able occupations. . The City of Newport Beach reserves the right to award contract items Nos. 1 through 17 only; however, bidders shall bid contract items Nos. ,l through 24. Bidders are informed of City of Newport intent to advertise for bid, on or about June 1, 1981, a.1,000 LF reach of 54" RCP upstream of Station 16 +31.95. Copies of this proposed contract may be previewed at the office of the Public Works Department. 391693 A Contr's.Lic. No. ,& Classification April 15, 1981 Date John T. Malloy & John.T. Malloy Inc. a JT. Venture Biddepr�r( is John T. Malloy Authorized Signature /Title I I 0 DESIGNATION OF SUBCONTRACTOR(S) Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. Structures Robert B. Longway Hacienda Heights 2. Jacking Elmore Sylmar 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. John T. Malloy Bidder John T. /s/ . Authorized Signature/Title OR ORIGINAL SEE CITY CLERK'S FIOCOPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, John T. Malloy & John T. Malloy, Inc., A JT. Venture , as bidder, and Ohio Casualty Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent (10 %) of the amount bid in Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Jasmine Creek Storm Drain, Phase I 2181 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day of April 19 81 John T. Malloy & John T. Malloy Inc., A JT. Venture Bidder (Attach acknowledgement of Attorney -in- Fact) /s/ John T. "Malloy Patricia Haran, Notary Public Authorized Signature /Title ommission Expires April 19, 1982 Ohio Casualty Insurance Company Surety Bys /S. M. Greger Title Attornev -In -Fact 0 0 NON - COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. John T. Malloy & John T. Malloy Inc., A JT. Venture /s/ John T. Malloy Authorized Signature /Title Subscribed and sworn to before me this 15th day of April , 1981 . My commission expires: 1 19, 1982 /s/ Patricia Haran Notary Public • • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. John T. Malloy Bidder /s/ John T. Malloy Authorized Signature Tit e i • • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No._ 1981 City of Newport Beach Lido Soud Sewer 1980 City of Newport Beach Jasmine Creek Drain 1980 City of Newport Beach Harbor Island Sewer John T. Malloy Bidder /s/ John . Malloy ut orizTed Signature /Tit e NOTICE Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15) CONTRACT (pages 16 & 17) Since 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 sub- mission of bid. All costs associated with the specifications.of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the It S ecifications for Public Works Construction (latest edition adopte or use in the uIty ot Ve-w-p—or-t-b-i-a-cTiT, except as supplemented or modified by the Special Provisions for this project. I. s Page 9 PAYMENT BOND BOND NO..X:.1.G.Q 9a KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 27, 1981, has awarded to JOHN T. MALLOY, INC. hereinafter designated as the "Principal ", a contract for Jasmine Creek Storm Drain. Phase I (C -2181) in the City of Newport Beach, in strict conformity with the Drawings and Specifications . and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 r JOHN T. MALLOY, INC. as Principal, and OHIO CASUALTY INSURANCE COMPANY as Surety; are held firmly bound unto the City of Newport Beach., in the sum of gilt/' l lars ($ 36M "w zoo said sum being one -half 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of an and all y 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 a T ' r Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said 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 Principal and Surety above named, on the 30 day of APR 19 1981 Approved as to f rm: ,City Attorney ., JOAN T. 1150Y, M - (Seal ) Name of Contractor Principal - - 94 XL- T. 'Authorized Signature and it e Authorized Signature and Title `{.o iaa if190 gent GLENDALE, CA 91209 Te ep one No. of Agent Y 4 E AFFIDAVIT OF ATTORNEY -IN -FACT FOR SURETY STATE OF ...,Cali forn_i a„ ... ............................... S5. COUNTY OF . Los. Am4jeles .............._..._............ On thisA9. ...... day of ..................... AP.ri.., ................,,. ............................... 19..$l., before me .............T:. L. O'Loughlin Attorney -in -fact, personally appeared ......................... ........ ............l i n of The Ohio Casualty Insurance Company, with whom I am personally acquainted, who being by me duly sworn, did depose and say, that he resides in ...... Gl. cmda1e... CA ............................; that he is the Attorney -in -fact of The Ohio Casualty Insurance Company, the corporation named in and which execut- ed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed and executed the said instrument as Attorney -in -fact of said cor- poration by like order. 11 1 My Comini ires.PATRICIA HARAN a ��*; \; NOTARY PU ELIC Form S -170 ®c:i`.�:: �'+ STATE OF CALIFOF.NIA PtZINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires April 19, 1982 ... ....... '....... Nomry Fubhc. * AIMIUM ON THIS 80111 Page 11 its S' !ems FAITHFUL PERFORMANCE BOND BOND NO.. KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 27, 1981 has awarded to JOHN.T. MALLOY, INC. hereinafter designated as the "Principal ", a contract for Jasmine Creek Storm Drain Phase I (C -2181) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, a JOAN T. MALLOY, MO. as Principal, and OHIO CASUALTY INSURANCE COWAW as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of4ar llars said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney,.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 presents.. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice '. , ' , r r r..0 Page 12 Faithful Performance Bond (Continued) 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 Principal and .Surety above named, on the so day of AM , 19 1981 Approved as to form: City Attotney r s JOHN T. MALLOY INC (Seal Name of Contractor (Principal) Authorized Signature a d Title Authorized Signature and Title OHIO CASUALTY INSURANCE COMPANY (Seal ) Name of Surety ChL 414,01 .............. Address of Surety 'Si nat re and Title o ut or ;Agent~ Tl'' ATT M4UV ' Address of gent Y.O. BOX 10190 =XrALE, CA 91209 (2 3) 240 -4310. Telephone No. of Agent r t i >4 / « & / i H w z Q / � \ e < b G > < Q \ | 6 \ � ®` « - } |§ ) 3k {] # ;) }�/ } � \ } \ 7 \ � fa ! ■ ;7| ] %® » 2 @ CL (§ |` /) o #da $ /;iu2 |; \ \ ± » ( � \ /\ \ƒ \! 2;};§ }[!i, � \ \\ ± ! § / \ }\ \\ -\ 3 °G:} - @_2 "9 7 Z's Z's ; -§9� (j / d kG } \i / /\ \ƒ \! 2;};§ }[!i, � \ \\ ± ! § / \ iCERTIFICATE OF INSURANCE ! Page 13 CERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 606 North Larchmont Blvd, #306 f Los Angeles, CA 90004 INSURANCE COMPANIES AFFORDING COVERAGES A AETNA CASUALTY & SURETY COMPANY This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. E. Each Date Occurrence Aqqreqate GENERAL LIABILITY ® Comprehensive Form Bodily Injury $ $ ® Premises - Operations Z Explosion & Collapse Hazard Property Damge $ $ A Q Underground Hazard [Y1 Products /Completed - Operations Hazard B3GL104 704 4 -1 -82 Bodily Injury fy� Contra ctuaI Insurance and Property $ 500 $ 500 ® Broad Form Property Damage Damage Combined p Independent Contractors Lxl Personal Injury Personal Injury $ 500 0 Marine ❑ Aviation AUTOMOTIVE LIABILITY IJ Comprehensive Form Bodily Injury Each Person $ A [x] Owned 3FJ100 164 4 -1 -82 $ \ Bodily Injury Each'Occurrence Property Damage $ ® Hired \.� Bodily Injury and 29 Non -owned Property Damage Combined $ 500 ;N EXCESS LIABILITY ® Unbrella Form A Other than Umbrella Form 3X6- 10672 4 -1 -82 Bodily Injury and Property Dama a Combined $ 11000 $ 1,000 WORKERS' COMPENSATION 1 EMPLOYER'S LIABILITY 3CK955 4 -1 -82 Statutory 100 ac Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). CANCELLATION: Should any of the above described policies be cancelled or coverage,reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the certificate holder by mail, RuV I` OU d'" MULL -j"y 4/30/81 By s Agency: P.O. BOX ;0190 utho i ed Representative Date Issued GLE;;D,,.LE, CA 9109 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: JASMINE CREEK STORM DRAIN, PHASE I CONTRACT NO. 2181 Project title and contract number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. r . Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( X) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ 500,000. each occurrence ach occurrence each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: JASMINE CREEK STORM DRAIN, PHASE I - CONTRACT NO. 2181 Project Title and Contract No.). This endorsement is effective 4 -30 -81 Policy No.83FJ100164 Named Insured JOHN T. MALLOY, INC. at 12:01 A.M. and forms a part of Name of Insurance Company AETNA CASUALTY & SURETY CO. Endorsement No. sentative P.U. box 19190 CA 209 0 CITY OF NEWPORT BEACH • Page 15 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. S. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ Property Damage Liability $ (X) Single Limit Bodily Injury Liability $ and Property Damage Liability Combined each occurrence each occurrence 500,000, each occurrence The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: JASMINE CREEK STORM DRAIN, PHASE I - CONTRACT NO. 2181 Project Title and Contract No. This endorsement is effective 4 -30 -81 Policy No. 83GL104327 Named Insured JOHN T. MALLOY, INC. at 12:01 A.M. and forms a part of dorsement No. Name of Insurance Company AETNA CASUALTY & SURETY CO.By�. Authorized Representative =:sY UV iE4JUi�,ia P.O. BOX 10,90 GLENDALE, CA 91209 Page 16 CONTRACT . THIS AGREEMENT, entered into this ay Of by and between the CITY. OT NEWPORT BEACH, hereinafter "City, a JOHN T. MALLOY INC. hereinafter "Contractor is made with reference to the—following facts: (a) City has heretofore advertised for bids for the following described public work: Jasmine Creek Storm Drain Phase b 2j�1 Title of in Contract: No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on -said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a. careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction.of the following.descr.ibed public work: 2181' on ract• o. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and.workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of . this work as prescribed above, City shall pay to Contractor the sum of Four Hundred Thirty -Two Thousand Eight Hundred Twenty -Four .($ 432,824.00 This compensation includes any.loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions 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. 3. All of the respective rights and obligations.of City.and Contractor are.set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) instruction to Bidders and documents referenced .therein . (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) N 06 Page 17 (f� pta and ipecial.Provisions for. Jasmine Creek Store ra1n „ -hase. 2181 Title of ro ect ontract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk APPROVED AS TO FOR My AttorneyN CITY OF NEWPORT BEACH Lt% %, `ter►% JONO T M4L L d P, - Contractor By T. Its By Its CITY CONTRACTOR A • SP 1 of 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JASMINE CREEK STORM DRAIN, PHASE I CONTRACT NO. 2181 I. SCOPE OF WORK The work to be done under this contract consists of constructing 1397 lineal feet of storm drain pipe, manholes, catch basins, connector pipes and appur- tenant structures as shown on the plans. Also included is.the construction of 360 lineal feet of 8" water main and appurtenant structures. Additional work which may be done under this contract consists of constructing the up- stream 235 lineal feet of storm drain pipe and manholes shown as "Additional Bid Items" on the plans and proposal. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. D- 5122 -S), the City's Standard Special Provisions and Standard Drawings, and the Standard Specifications (Standard Specifications for Public Works Construction, 1979 Edition), copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department. II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The contractor shall complete all work on the contract within 120 consecutive calendar days after award of the contract by the City Council and as specified in Section 6 of the Standard Specifications. The contractor shall submit a construction schedule for review by the Engineer. This schedule shall be approved by the Engineer prior to the start of any work. III. PAYMENT The unit or lump sum price for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the workin place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the pro- posal, shall be included in the price bid for other related items of work. IV. TRAFFIC CONTROL AND ACCESS General. Traffic and access shall comply with Section 7 -10 of the "Standard Specifications for Public Works Construction ", the requirements set forth herein, and the attached Encroachment Permit issued by the State of California. . SP2of8 Traffic Plan. After notification of award and at least 15 calendar days prior to start of construction,the Contractor shall submit to the Engineer, for approval, his proposed traffic plan. A minimum traffic plan is included herein and on the drawings; however, this plan is not mandatory and is included to indicate the required level of detail on a traffic plan submitted. The Contractor shall be fully responsible for the adequacy of any traffic plan utilized, including the suggested plan, for conformance with his intended con- struction schedule and staging and to provide for its proper implementation. Detours and Transitions. All detours and transitions shall be installed prior to and be approved by the Engineer before any construction begins within the roadway. The length of detour transition approach shall be a minimum of 200 feet in length. The Contractor shall be responsible for installing and main- taining traffic cones and barricades in their proper locations as well as traffic control signs on the approaches and throughout the work area. Traffic cones and delineators shall be used to delineate centerlines and lane lines and shall be spaced 15 feet apart throughout the transitions into and out of the detour and through the construction area. Barricades shall be used to protect the work area, to close left turn lanes and at other locations required by the Engineer, and shall be spaced a maximum of 30 feet apart. Provide "KEEP RIGHT" (R7R) signs at each end of the transitions and at 100 foot centers. Provide the following signs at each approach in advance of the work areas: C18R "ROAD CONSTRUCTION AHEAD" C1R "DETOUR AHEAD" Temporary No Parking. Temporary no parking is authorized along Iris Avenue. The Contractor shall post "Temporary No Parking" signs after notifying and receiving approval from the City of Newport Beach Traffic Engineer. Type of sign and method and location of posting shall also be subject to the Traffic Engineer's approval. The Contractor shall notify all affected residences and business establishments at least two days prior to the posting of signs. Traffic Requirements. The traffic requirements specified herein shall apply to all phases in the construction of this project, including the placing of temporary resurfacing and restoration of permanent resurfacing. All lanes for moving traffic shall be at least 10 feet in width with clearances of 2 feet from any vertical obstruction and 5 feet from any open excavation. Traffic require- ments shall apply only during the time construction is in progress. Traffic flow in Pacific Coast Highway shall be maintained at all times. Access to busi- nesses at the corners of Iris Avenue and Pacific Coast Highway shall be maintained at all times. Construction Signs and Barricades. All warning signs, lights and devices to be used by the Contractor shall conform to the standards of the "Manual of Traffic Controls - Warning Signs, Lights; and Devices for use in Performance of Work Upon Highways" issued by the Department of Transportation, State of California, latest edition. A 0 6 SP3of8 Backfilling and Plate Bridging. The Contractor shall either bridge the trench excavation using steel plates (minimum one inch thick.with one foot of bearing area on each side of the trench) or backfill the trench with suitable material to support temporary traffic loading, to maintain access to business driveways and local street intersections affected by the trenching operation. Adequate signing, barricading and delineation will be utilized in either case, unless the roadway is completely opened to traffic by backfilling the trench and restoring pavement. Length of open trench shall not exceed 200 feet in street areas. Fencing Around Excavation. The Contractor shall provide temporary six foot high chain link fence around all areas of open trench during off work hours. Restoration of Stri in and Pavement Markings. Restoration of striping and pavement markings sha 1 be done by the City. Flagmen. If it becomes necessary, in the opinion of the Engineer, to properly move traffic through the construction area, uniformed flagmen shall be on duty during the entire period the roadway is constricted. Payment. The cost for traffic control as detailed in this section and as required for this construction project is included as Bid Item No. 13 or 14 of work listed in the Proposal. 92.1HUM The City has obtained the following approvals and permits which are available for inspection at the Public Works Department: 1. Coastal Development Permit: California Coastal Commission. 2. Project Approval: California Regional Water Quality Control Board - Santa Ana Region (see also Section XII; Surface and Ground- water Control). The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and per- mits: All costs involved in complying with these provisions shall be included in the price bid for the various items of work, and no additional compensation will be made therefor. The Contractor shall obtain the following permits prior to any construction: 1. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section XIII, Guarding Underground Construction). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge (see Section XIV.A. Mobilization and Clearing). • • SP4of8 VI. STATE OF CALIFORNIA PERMIT AND INSPECTION The Contractor shall obtain State of California permit and inspection as required on the attached Encroachment Permit issued by the State of California. All ex- penses incurred by the Contractor for the State of California bonds and inspec- tion shall be included in bid Item No. 24; "State of California Permit, Traffic Control and Inspection." VII. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Con- tractor. VIII. NOTICE TO RESIDENTS Between 48 and 55 hours before closing a section of street or restricting vehic- lar access to and from driveway approaches, the Contractor shall distribute to each affected residence a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water service to any residence., the Contractor shall distribute a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the City. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. IX. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. At least 48 hours prior to perform- ing construction work, the Contractor shall request each utility company to locate its facilities. Construction of the storm drain will cause work to be performed over, under and very near existing sewer, gas, electric, and water lines. The Contractor shall protect in place and be responsible for, at no additional cost, any damage to utilities encountered during construction of the items shown on the plans. Existing structures abutting proposed improvements are indicated on the plans. Prior to construction, the Contractor shall .verify the location of existing buildings and structures and shall protect them in place and be responsible .for, at his own expense, any damage to them resulting from construction of the.im- provements. X. WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for delivery by contacting Mr. Gil Gomez at (714) 640 -2221. Water for such use is provided by the City free of charge. XI. GUARANTEE The Contractor shall guarantee for a period of one year after acceptance of the work by the City Council all materials and workmanship against any defects, 4 ' X1I except that replacement landscape and established per Section 308 -6 defects shall be repaired at the SURFACE AND GROUNDWATER CONTROL A. Surface Water SP5of8 material, including lawn, shall be maintained of the Standard Specifications. Any such Contractor's expense. Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from directly entering storm drains or the bay. Prior to commencing construction, the Contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6809 Indiana Avenue, Suite 200, Riverside, California 92506, Telephone (714) 684 - 9330). Upon approval of the plan by the City and the Board, the Contractor shall be responsible for the implementation and maintenance`of the control facili- ties. B. Groundwater Groundwater may be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from groundwater and has prepared his bid accordingly. Should significant quantities of groundwater be en- countered during construction, the Contractor shall submit his plan for groundwater control to the City and the Board for approval as in Subsection above. XIII. GUARDING UNDERGROUND CONSTRUCTION; SOILS REPORT The Contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety.(DIS), State of California, prior to any con- struction. All costs incurred to obtain the DIS permit and to comply with the provisions of such permit and the State of California Encroachment Permit at- tached herein shall be included in lump sum prices bid for guarding underground construction, Bid Items Nos. 12 and 23. A geotechnical investigation was conducted and a report prepared by Converse Ward Davis Dixon for this project. A copy of the report is available for re- view in the City Public Works Department. The Contractor is cautioned that (1) rubble and loose fill material has been encountered while trenching through Bayside Drive Park during previous projects, and (2) the summaries of soil borings contained in the report and reproduced on the plans apply only at the locations of the borings and at the times of drillings. Excavations and trenches that extend below an imaginary plane inclined at 45 degrees below the edge of nearby adjacent existing structures, such as the foun- dation piers of the Bayside Drive foot - bridge, trees to be preserved, or other facilities, shall be properly shored to maintain positive ground support. Ex- cavations and trenches in improved streets shall be properly shored to maintain positive ground support. . • SP6of8 XIV. CONSTRUCTION DETAILS A. Mobilization, Clearing and Other Removals This work shall be performed in accordance with the applicable requirements of Subsection 300 -1 and Section 308 of the Standard Specifications, except as modified herein: All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal. 2. All material removed during clearing and grubbing; utilities recon- struction; or excavation from trench or street areas down to the subgrade plane, that is not suitable for use on this project as di- rected by the Engineer, or as otherwise specified herein, shall be- come-the property of the Contractor and shall be disposed of away from the job site in a manner and at a location acceptable to cognizant agencies. Existing water mains, valves, fittings, fire hydrants, etc. that are removed by the Contractor shall, as determined by the Engineer, remain the property of the City. The Contractor shall deliver these mater- ials to the City Utilities Yard at 949 West 16th Street. Items shown to be removed and replaced in kind shall be done in accordance with Subsection 7 -9 of the Standard Specifications. Payment for all removals shall be included in the lump sum price for Mobilization and Clearing. Contractor shall be responsible for damage to the existing irriga- tion system in the green belt adjacent to Bayside Drive. Any repair or replacement of the existing system shall be approved by the Engineer. Construction drawings for the existing system are available from the City of Newport Beach Public Works Department. Landscaping in the green belt shall be protected by the Contractor at his expense. Con- tractor shall be responsible for irrigation and maintaining the green belt area for the duration of the project. Landscaping removed shall be replaced in kind by the Contractor except that lawn planting may be accomplished by seeding. All trees removed will be at the direc- tion of the Engineer. Trees shall be removed in such a manner as not to injure standing trees, plants and improvements which are to be preserved. All costs incurred for irrigation, replacement, and main- tenance, including the plant establishment period, shall be included in the lump sum price for Mobilization and Clearing. Storm Drain Improvements Storm drain pipe and fittings shall be in accordance with Section 207- 6.2 of the Standard Specifications. The size and class shall be as shown on the Plans. i SP7of8 Storm drain bedding and backfill shall conform to the City of Newport Beach STD -316 -L and Section 306 of the Standard Specifications. Imported, select, granular bedding material may be needed southwest of Pacific Coast Highway where borings indicated the subsoils generally consist of clayey material or bedrock. All costs incurred for backfill and earth work as shown on plans shall be included in the price per L.F. of pipe and additional compensation will not be made. Payment for plugging existing catch basin outlets and for modifying existing catch basins shall be part of the cost for catch basin connec- tions and included in the price per lineal foot for pipe. All costs incurred in the abandonment or removal of existing storm drain pipe shall be included in the lump sum bid for Mobilization and Clearing and additional compensation will not be made. Jacking operations shall conform to appropriate Sections of 306-2 of the Standard Specifications. Based on the boring data the subsurface conditions which might be expected at the pipe jacking location beneath Pacific Coast Highway are dense marine terrace sands in the northern end of the proposed jacking section and probably moderately hard to hard bedrock at the southern end. These materials should permit the jacking of a pipe (or steel casing), although some difficulty can be expected in advancing through bedrock. In order for the pipe to advance properly, the pilot excavation ahead of the jacking head should extend no more than 12 inches to reduce the possibility of ground loss. The jacking reaction available against the jacking pit wall may be estimated using a maximum passive earth pressure of 350 psi /ft. of depth. Any significant voids outside of the in -place pipe shall be properly filled by pressure grouting in a manner approved by the Engineer and as detailed on the plans. Construction in Pacific Coast Highway shall conform to requirements set forth by the State of California Encroachment Permit attached herein. Water Main Construction Water main construction shall conform to applicable portions of the City of Newport Beach Standard Special Provisions and Section 207 and 306 of the Standard Specifications and applicable City of Newport Beach Standard Drawings. Trenching, bedding and backfill requirements shall conform to Section XIV.B.2 of these Special Provisions. All costs incurred in the construction of pipe, bedding, backfill, connec- tions,services, thrust blocks, appurtenant structures and replacement in kind of existing improvements as required shall be included in the price per lineal foot of 8" water main. Additional compensation will not be made. Cost of removal of the existing 8" water main shall be included in the cost for clearing. D. Asphaltic Concrete Sealant in Bayside Park • SP8of8 After asphaltic concrete removals in Bayside Park have been restored as required under Section XIV. A herein, the Contractor shall prepare and apply an asphaltic concrete sealant upon all asphaltic concrete curbs, walkways and driveways between Station 0+00 and Iris Avenue in Bayside Park. Preparation shall include removal of dirt, oil and other debris,trimming overgrowth vegetation; and removing or adding moisture to the asphaltic concrete as recommended by the. sealant manufacturer's printed instructions. Application shall be at the rate of 30 gallons per 1000 square feet of area, or as directed by the Engineer, to produce a smooth, uniform surface appear- ance of old and new asphaltic concrete. Asphaltic concrete sealant shall be a cold - applied asphaltic concrete re- surfacing mastic, such as DOCAL 1105 manufactured by Douglas Oil Company. The mastic may be mixed with up to 20% water, by volume, to achieve optimum application consistency. DEPARTMENT OF THANSPORTATION iCAITRO ENCROACHMENT PERMIT In compliance with (Check One). M Your application of January 21 .19 81. ❑ Utility Notice No. UAqtottmew No R/W Contract No. TO: of of F City of Newport Beach 3300 Newport Blvd, Newport Beach, Ca. 92663 L J and subject to the following, PERMISSION IS HEREBY GRANTED to: 0 .90 to OAT E March 5, 19 FEE PAID D' '— $ NA $ 19 sORD AMOUNT t tg -- IBOND COMPANY PERMITTEE jack or bore under the roadway and construct a 54 -inch RCP storm drain and appurtenant facilities within the State highway right of way on Pacific Coast Highway at Iris Street in the City of Newport Beach, ORA -001- 15.90, as shown on the attached plans, as specified in this permit, and as directed by the State permit engineer in the field. All work within the State R /V) shall be in accordance with the Dept, of Transportation Standard Specifications dated Jan. 1978. Prior to the start of any work authorized by this permit, Permittee shall arrange for a pre -job conference with the Permit Field Engineer, A. Medina, by calling 213 - 834 -8317 between 7:30 AM and 9:00 AM to insure a complete understanding of the requirements by both parties. Traffic shall not be diverted or interrupted without prior approval of the State Inspector. (Continued) In addition to fee, the permittee will be billed actual costs for Review C] Yes a] No; Inspection ❑ Yes In No; Fieldwork ® Yes (if any Cdfnns effort experxled) The following attachments are also included as part of this permit (Crwck alliplicaDW) a) General Provisions: (E Yes b) Utility Maintenance Provisions: Yes ❑ No c) Special Provisions: ® Yes n No d) A Cal -OSHA permit required prior to beginning work: ®Yes ONO M The information in the environmental documentation has been reviewed and considered prior to approval of this permit: []Yes ®N.A. This permit is void unless the work is completed before September 30 1981. This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary permits mad se rime nintai Nsaranees hats been obtained. APPROVED. LAB:ne H. HECKEROTH DI#Wct Director cc: LBCIi ATG.BEACH MEDINA sr � tINA •/2, A. District Permit Engineer S DEPARTMENT OF TRANSPORTATION ICALTRANS) GENERAL PROVISIONS TO ENCROACHMENT PERMIT DM- M -P202B (REV. 1/81) 1. Authority: This permit Is Issued in accordance with Chapter 3 of Divi- sion 1, commencing with Section 660. of the Streets and High- ways Code. 2. Revocation: Except as otherwise provided for public corporations, franchise holders, and utilities, encroachment permits are revocable on five days' notice. These General Provisions. Utility Maintenance Provisions, and this Encroachment Permit Issued hereunder are revocable or subject to modification or abrogation at any time. without prejudice. however, to prior rights, Including those evidenced by joint use agreements. franchise rights, or reserved right for operating purposes in a grant of highway easement. 3. Permits for Record Only: If occupation of highway right of way Is under joint use agreement or under prior easement, encroach- ment permits will be Issued to the permittee for the purpose of providing Caltrans with notice and a record of work and for the terms and'condltions relating to public safety. No new or different rights or obligations are Intended to be created by the permit In such cases. and all such prior rights shall be fully protected. Encroachment Per mlts issued In such cases shall have designated across the face therof "Notice and Record Purposes Only:' (District Office of Right of Way must give approva! for this designation). 4. Responsible Party: No party other than the named permittee or contractor of the permittee Is authorized to work under this permit. 5. Acceptance of Provisions: It 1s understood and agreed by the permittee that the doing of any work under this permit shall con- stitute an acceptance of the provisions of this permit and all attachments. 6. No Precedent Established: This permit is Issued with the under standing that any particular action Is not to be considered as establishing any precedent 11) on the question of the expediency of permitting any certain kind of encroachment to be erected within right of way of state highways. or (2) as to any utility, of the acceptability of any such per- mits as to any other or future situation. 7. Notice Prior to Starting Work: Before starting work under the Encroachment Permit, the permit- Lee shall notify the District Director or other designated employee three working days prior to initial start of work When work has been Interrupted, an additional 24 -hour notification Is required before restarting work 8. Keep Permit on the Work: The i Encroachment Permit or a copy thereof shall be kept at the site of the work and trust he shown to any representative of Caltrans or any law enforcement officer on demand. WORK SHAD BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. 9, Conflicting Permits. If a prior encroachment conflicts with the proposed work the new permittee must arrange for any necessary removal or relocation with the prior permittee. Any such removal or relocation will be at no expense to the State. 10. Permits Prom Other Agencies; The party or parties to whom a permit is Issued shall, whenever the same Is required by law, secure the written order or consent to any work under a permit from the Public Utilities Commission of the State of California, Cal -OSHA. or any other public agency having jurisdiction and any penult shall not be valid until such order or consent Is obtained. 11. Protection of Traffic: Adequate provisions shall be made for the protection of the traveling public. The warning signs: lights and other safety devices and other measures required for the public safety, shall conform to the require- ments of the Manual of Traffic Controls or any sign manual issued or to be issued by Caltrans and /or the current Caltrans Standard Specifications. Traffic control for day or nighttime lane closures will be In conformance with Caltrans standard plans for Traffic Control System. Nothing in the permit Is intended. as to third parties, to Impose on permittee any duty, or standard of care, greater than or different than, the duty or standard of care Imposed by law. 12. Minima, Interference With Trsfflc All work shall be planned and carried out so that there will be the least possible Inconvenience to the traveling. public. Permittee 1s authorized to place property attired flagmen to stop and warn conventional highway traffic for necessary protection to public safety, but traffic shall not be unreasonably delayed. Flagging procedures shall be in conformance with the Instructions to Flaggers pamphlet and /or Manual of Traffic Controls Issued by Caltrans. 13. Storage of Materials: No con- struction material shall be stored, nor equipment parked, within ten (10) feet from the edge of pavement or traveled way. Utilities are subject to the provisions of Section 22512 of the Vehicle Code. 14. Clean Up Right of Way: Upon completion of the work all brush, timber, scraps, material, etc., shall be entirely removed and the right of way shall be left in as presentable a condition as existed before work started. 15. Standards of Coustraction: All work performed within the highway shall conform to recognized stan- dards of construction and the the current Caltrans Standard Specifications, and any special provisions relating thereto. 16. Inapecti rm andApproval by Calms« All work shall be subject to inspec- tion and approval by Caltrans. The permittee shall notify Caltrans when the work has been completed. 17. Actual Coat Billing. When the permittee is lobe billed actual costs las indicated on the face of the permlU, such costs will include salaries. traveling expenses. incidental expenses, and overhead. 18. Future moving of Installation: a) Installations Requested by Perrrtittee. If the Encroachment Permit was Issued at request of the permittee, it is understood that whenever construction- recon- struction or maintenance work on the highway may . require, the installation shall, upon request of the Department, be Immediately moved by and at the sole expense of the permittee, except as other- wise provided by law, or by any applicable permit , provisions. b) Utility Moues Ordered by Caltrans. If the installation made under a permit is being relocated In accordance with Caltrans- "Notice to Relocate Utility" Facility," the permittee shall have the same and no greater rights as relocated as it enjoyed prior to moving at Caltrans' order. c) Utility In Freeuray. This see- . tion and the other sections of these .General Provisions are subject to Article 2.5 of Chapter 3 of Division I of the Streets and Highways Code and other applica- ble law, and In the case of any Inconsistency, the said Article 2.5 or other applicable law shall control the removal from or relocation of utility facilities In freeways. d) Future Moving of Insfallafton. It Is understood by the permfttee that whenever construction, recon- struction or maintenance work on the highway may require, the Instal- lation provided for herein shall, upon request of Cahmns be moved by the permlttee, the cost of the move to be borne by the party legally responsible therefor. 19. ResponslbMty, for Demsge: The State of California and all officers and employees thereof, Including but not limited to the Director of Transportation and the Chief Engineer, shall not be answerable or accountable in any manner: for Injury to or death of any person, including but not limited to the permlttee, persons employed by the pennittee, persons acting In behalf of the permittee: or for damage to , P--. - pwbpierty'-fromi any cause which might have been prevented by the permittee. those persons employed by the permttte2, or persons acting In behalf of the permittee. The permritee shall be responsible for any Ilabllity imposed by law and for injuries to or death of any person. Including but not limited to the perrnritee, persons employed by the permittee, persons acting in behalf of the perrmuee, or damage to property arising out of work permitted and done by the permittee under permit, or arising out of the failure on the Perm. mit - tees part to perform his obligations under any permit in respect to maintenance or any other obliga- uons, nr resulting from defects or obstructions, or from anv cause whatsoever during the progress of the work or at any subsequent time work is being performed under the obligations provided by and con- templated by the permit. The permittee shall Indemnify and save harmless the State of Califor- nia and all officers and emplovees thereof, Including but not limited to the Director of Transportation and the Chief Engineer. from all claims. suits or actions of every name. kind and description brought fororon account of Injuries to or death of any person. Including but not limited to the permittee. persons employed by the permittee. persons acting In behalf of the per- mittee and the public. or damage to property resulting from the per- formance of work under the permit. or arising out of the failure on the pennittee's part to perform his obligations under any permit In respect to main tenance or any other obligations. or resulting from de- fects or obstructions, or from any cause whatsoever during the prog- ress of the work or at any subse- quent time work Is being performed under the obligations provided by and contemplated by the permit. except as otherwise provided by statute. The duty of the permittec to Indemnify and save harmless in- cludes the duties to defend asset forth In Section 2778 of the Civil Code. The permittee waives any and all rights to any type of express or Implied indemnity against the State. its officers or employees. It is the intent of the parties that the pennittee will indemnify and hold harmless the State, its officers and employees from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence. whether active or passive. primary or secondary. on the part of the State, the permittee. persons employed by the pennittee or per. sons acting In behalf of the pennittee. 20. Banding: This permit shall not be effective for any purpose unless and until the permittee (Iles with the Grantor. a surety bond In the form and amount required by said Grantee. A bond is not ordinarily 4equired of anv public corporation or publicly or privately owned utili- ty. but will be required of any utility that falls to meet any obligation arising out of the work permitted or : done under an Encroachment Per. mit or falls to maintain Its plant, work or facilities. 21. Making Repairs: In every case the perrnittee shall be responsible for restoring to Its former condition as nearly as may be possible any por- tion of the highway which has been excavated or of herwlse disturbed by permittee, except where caltrans elects to make repairs to pavingand except where provision to the con- trary is made-in the written portion of any permit. The permittee shall maintaln the surface over facilities placed underanypennit fora period of one (1) year after completion of work under the permit. If the high- way Is not restored as herein provided for. or If Caltrans elects to make repairs, pennittee agrees by acceptance of permit to bear the cost thereof. 22. Care of Drainage: It the work con- templated in any Encroachment Permit shall Interfere with the established drainage, ample provi- sion shall be made by the permittee to provide for It as may be directed by Caltrans 23. Submit Plan: For Installation of all underground facilities, and all sur- face work of consequence. the permltteeshall furnish a plan show - Ing location and construction details with Its application. Upon completion of the work as -built plans of sufficient accuracy shall be submitted to the District to deter- mine location of the facility. 24. Maintenance: The pennittee agrem by acceptance of a permit. to main- tain properly any encroachment placed by it In the highway and In Inspecting for and preventing any injury to any portion of the highway resulting from the encroachment. 25. Coat of Work: Unless otherwise stated on the permit or separate writ- ten agreement. all costs Incurred for work within the State right of way pursuant to this Encroachment Per- mit shall be home by the permittee, and pennittee herebywalvesall claims for Indemnification or contribution from the State for such work 26. Federal Civil Rights Requirements For Public Accommodation IA)The permittee. for himself, his personal representatives. successors in Inter - est., and assigns, as part of the consideration hereof, does hereby covenant and agree that (1) no person on the ground of race, color, or national origin shall be excluded from participation in, be denied the benefits of. or be otherwise sub- jected to discrimination In the use of said facilities. (2) that In connec- tion with the construction of any improvements on said lands and the furnishing of services thereon. no discrimination shall be prac- ticed in the selection of employees and contractors, by contractors In the selection and retention of first - tier subcontractors In the selection o1second -tier subcontractors. (3) that such discrimination shall not be practiced against the public In their access to and use of the fa- cilities and services provided for public accommodations (such as eating. sleeping. rest, recreation, and vehicle servicing) - constructed or operated on, over, or under the space of the right of way. and (4) that the pernitteeshall use the premises in compliance with all other re- quirements imposed pursuant to Title 15, Code of Federal Regula- tions. Commerce and Foreign Trade. subtitle AOfBce of the Secretary of Commerce. Part 8 (15 C.F.R. Part 8), and as said Regulations may be amended. (B) That in the event of breach of any of the above nondiscrimination covenants. the State shall have the right to terminate the permit and to re- enter and repossess said land and the facilities thereon. and hold the same as if said permit had never been made or issued. 27. ArchaeologicLL• The perrnittee shall cease work in the vicinity any archaeological resources that are revealed. The Permit Engineer shall be notified immediately. A qualified archaeologist. retained by the permintee, will evaluate the situation and make recommendations to the Permit Engineer concerning the continuation of the work City of Newport Beach Lane closures on Pacific during the daylight hours June 5, 1981. -2- 781 -E- 767187 Coast Highway will not be permitted between 6:00 AM to 7:00 PM after If it is necessary to close traffic lanes on Pacific Coast Highway after June 5, 1981 or prior to Sept. 14, 1981 the work shall be performed at night using lighted cones, between the hours 7:30 PM to 6:00 AM Sunday through Thursday only. Existing traffic stripe and pavement markings obliterated by reason of the Permittee's operations shall be replaced by the Permittee at his expense. A minimum lateral clearance of 5 feet shall be provided between the edge of excavations and adjacent traffic lanes. Where 5 feet of clearance is not provided the'excavation shall be shored and tight sheeted. A minimum lateral clearance of 2 feet shall be provided between the edge of surface obstructions and the adjacent traffic lane. The Permittee's contractor shall not park equipment or.store materials within the State R /W. Existing curb, gutter and sidewalk damaged or removed.by reason of the Permittee's operations shall be removed and replaced to the nearest expansion joint or score mark. A minimum sidewalk width of 30" must be maintained.at all times for pedestrian traffic. When tunneling under any obstruction li sack slurry shall be used for backfill. Tunneling operations across Pacific Coast Highway shall proceed on a 24 -hour a day schedule unless otherwiseadviced by State representative in the field. The 54 R.C.P. jacking pipe shall have grout connection holes spaced 8' O.C. in each row and staggered 4' so as to occur on alterated sides at 300 from top of pipe and at 600 from bottom of pipe. The grout shall consist of 6 sack slurry. If considered necessary by the State representative in the field, the Permittee shall also pressure grout from the top of pavement when the tunnel is completed. Jacking and receiving pits shall be adequately shored and fenced in accordance with State Industrial Safety Orders. City of Newport Beach -3- 781 -E- 767187 Sheeting for jacking and receiving pits located within 15 feet of traffic lanes on the State highway.shall not extend.more.than 36 inches above the pavement grade unless otherwise permitted by the State representative in the field. All excavations within the State R/W shall be backfilled with aggregate base material up to 2 feet above the water table, and then up to the pavement structural section with backfill material having a minimum sand equivalent of 20. Backfill within the improved portion of the roadway shall be. compacted to not less than 9% relative compaction. Replacement of the roadway structural section.(pavement, base, subbase etc.) shall be equal or better in all respects to the thickness and materials in the best portions of the existing structural section. Prior to leaving the job site at the end of each working day, all trenches excavated within the improved portion of the roadway shall either be backfilled in accordance with specifications and temporary repairs made to the roadway, or the excavation shall be covered with steel plates. All existing trees shall be protected in place and to the satisfaction of the Newport Beach Parks Department. If it is necessary to distrub the traffic signal equipment or it any damage to. the equipment is incurred, all work or repairs will be the responsibility of the Permittee and at no cost to the State. Existing-highway facilities damaged by reason of the Permittee's operations shall be repaired or replaced by the Permittee at his expense. All changes or variations from the permit plans or specifications shall be approved by the permit engineer in the field prior to making changes in the work. Upon completion of work, Permittee shall clean the highway and the work area shall be left in a neat and presentable condition under the direction and to the satisfaction of the State.representative in the field. If the work authorized by this permit is to be performed by contractor's', forces, the Permittee's contractor shall furnish the State with a signed application requesting a separate Caltrans permit authorizing the contractor to perform the work within the State highway right of way for the Permittee. The Permittee's contractor will be required to reimburse the State for the cost incurred for engineering . inspection of the work within the State right of way and all other permit related field work performed by Caltrans maintenance forces. The attached SUBSTRUCTURES, BORE, LIGHTED CONES and SIGNAL sheets are part of this permit. MAINTENANCE SPECIAL TERMS AND CONDITIONS (SUBSTRUCTURES) TO BE ATTACHED AND MADE A PART OF ENCROACHMENT PERMIT N0. 781 -E- 767187 A. Inspection Requirements 1. It is imperative 48 hours prior to st A. Medina between :0 and that the Permittee notify the State Inspector at least arting any work under this permit. State Inspector Phone 213-834,8317 between UT— or if no answer phone 213-830-8510 00 PM. 2. All inspection costs incurred incidental to this work shall be borne by the Perm.lttee unless otherwise specified on.the face of the permit. 3• All work shall be performed on weekdays during the normal working hours (7:30/4:00) of the Dept. of Transportation's inspector unless other times are specifically authorized. B. Specifications Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Dept. of Transportation Standard Speci- fications dated January 1973 to the satisfaction of the State representative and the following special provisions: 1. SAFETY AND TRAFFIC CONTROL: A minimum of SEE PERMITlanes shall be In addition, minimum clearance of two and a five -foot clearance between the be maintained. provided for traffic in each direction. feet adjacent to any surface obstruction excavation and the traveled way shall Provision shall be made for barricades, lights, and flagmen to adequately protect the traveling public during construction operations in accordance with the "Manual of Warning.Signs, Lights and Devices for Use in Performance of Work upon Highways ". When necessary for public safety, flagmen shall be on duty twenty -four hours a day at "no expense to the State. When the permit authorizes installation by the open -cut method, not more than one lane of the highway pavement shall be open-cut at any one time. After the pipe is placed in the open section, the trench.is to be backfilled in accordance with specifications, permanent repairs made to the surfacing and that portion opened to traffic before the pavement is out for the next section. 2. CONSTRUCTION REQUIREMENTS: Unless otherwise authorized, pipes and conduits shall be installed in a manner to provide a minimum clearance of 42- inches between the top.of pipe and surface. P.C.C. pavement shall be scored to a depth of if inches by means of a concrete saw to provide a neat and straight pavement break along both sides of trench; also, provide an unfractured pavement Joint and rigid bonding of pavement replacement patch. A.C. pavement shall be scored as required above for P.C.C. pavement except where In the opinion of the State Inspector the pavement has been cut neat and straight along both sides of trench to provide an unfractured and level pavement Joint for bonding exlstiag pavement and replacement patch. 7 -MP -13 JUL 74 Rev (over) 1L� , 0 Repairs to P.C.C. pavement shall be made within 5 working days of completion of backfill and shall be made of Portland Cement Concrete containing a minimum of 7 sacks of i.ement per cubic yard.. Replacement of P.C.C. pavement shall equal existing pavement thickness. The concrete shall be satisfactorily cured and protected from disturbance for not less than 48 hours. High early cement may be required at the discretion of the Dept, of Transportation repre- sentative, Repairs to A.C. pavements shall be made within 5 working days of completion of backfill and shall be made with asphaltic concrete meeting State speci- fications, with every effort made to match the existing pavement as to color and surface texture. Replacement of A.Q, pavement shall equal existing pavement thickness.but not less than 3 ". Rock base shall be required.. Structural backfill within.the existing or proposed roadbed area shall be com- pacted in horizontal layers not exceeding 8" in thickness using approved hand, pneumatic or mechanical type tampers to obtain a "relative compaction" of 95 percent using California Test Method 216F. Structural backfill outside of slope lines and not beneath any roadbed shall be compacted to a relative compaction of 90 %. Backfill material shall have a "Sand Equivalent" value of not less than 20 as determined by the California Test Method 217F, if the excavation falls within the existing or proposed roadbed. Consolidation by ponding and jetting will permitted when, as determined -by the engineer, the backfill mate- rial is of such character that it will be self_ draining when compacted, and the foundation materials will not soften or be otherwise damaged by the applied water and no damage from hydrostatic pressure will result. Ponding and jetting of the upper 4' below finished grade is not permitted. When ponce ng an jetting s permitted, ma er al for use aruc ra-r 5ackfill shall be placed and compacted in layers not exceeding 41 in thickness. Ponding'and jetting mt. methods shall be supplemented by the use of vibratory or other compaction equip- ment when necessary to obtain the required compaction. By accepting this permit, the Permittee agrees to pay all laboratory costs in conection with the necessary tests which may be required by the Dept. of Trans- portation engineer to determine the sand equivalent value of the backfill material or the trench backfill compaction. It is further understood that the frequency of such teats shall not exceed one test per 1500' of trench at elevations of not less than every 2' of.backfill depth. Prior to starting the trench backfill, the Permittee shall make the necessary arrangements with the Dept. of Transportation or a private materials teating laboratory to conduct these tests. Repairs to asphalt shoulders shall be made with asphalt concrete to match the existing shoulder. Concrete sidewalks or curbs shall be cut to the nearest score marks and re- placed equal in dimensions to that removed with score marks matching existing score marks. When installation is to be made by boring or jacking under the traveled way, excavations on either side of the road shall be sufficiently distant from the edge of pavement to insure pavement stability and minimum obstruction to traffic as determined by the State's representative. If considered necessary by the State's representative, the Permittee shall at his expense, pressure grout from within the casing .and /or from the top of pavement, the area between the pavement and the casing in order to fill any voids caused by the work as covered under this permit. Service connections must be installed at an angle of 90 degrees from the center line of the State highway which the main line traverses. BORE CLAUSE All boring operations shall be made without the use of water or air excepting that a minimus amount of water supplied from a container sounted on operator's equipment may be used for bit lubrication only. If considered necessary by the State's Representa- tive, the Permittee shall, at his expense, pressure grout from within the casing and /or fros.the top of pavement, the area between the pavement and the assing, in order to fill any voids caused by the work se under this permit. FORM 07 - SP -Bor. Rev. 3 2/23/77 0 ILLUMINATED TRAFFIC.CONM ATTACHED TO AND M.LE A PART OF PERMIT NO. 781 -E- 767187 Illuminated traffic cones shall conform to the following provisions: Illuminated traffic cones shall be furnished, placed and main- tained at the locations specified by the Department of Trans- portation's representative in the field at no expense to the State. Cones shall be made of highly pigmented, translucent, fluo- rescent, red - orange, polyvinyl.chloride. The cones shall be a minimum of 28 inches high with a base at least 14 inches square. The cones shall be illuminated by setting each cone over an operating lighting unit placed directly on the pavement. The lighting unit shall consist of a 6 -volt, dry cell battery and a 3 -watt lamp. The battery shall be of sufficient capacity to operate the lamp at full brilliancy.for a minimum of 8 hours anc shall be provided with a polarized receptacle on top which will accommodate a lamp socket and lamp. Reflectorized tape with a pressure sensitive adhesive shall be placed over the top of the battery to reflect the light upward prior to insert- ing the lamp socket and lamp. The lighting unit shall be weatherproof and shall have maximum dimensions'of 3" x 3" x 6 ". There shall be a minimum of two batteries in good working order for each cone it the job site at the start of each working, night. . Permittee shall replace batteries in the lighting units, when, in the opinion of the Inspector, the brilliancy of the lamps becomes inadequate. Illuminated traffic cones damaged from any cause during the progress of the work shall be immediately repaired or replaced by the permittee at his expense. All work, shall conform to the "Manual of Warning Signs, Lights, and.Devices For Use In Performance of Work Upon Highways ". 7 MP-618 Sept 73 Rev MAINTENANCE - PERMITS SPECIAL PROVISIONS FOR ENCROACHMENT' PERMIT N0. 781 -E- 767187 HIGHWAY FACILITIES: THE PERMITTEE SHALL NOTIFY THE DEPARTMENT OF TRANSPORTATION SIGNAL LABORATORY AT 213 - 620 -2215.9 AT LEAST 72 HOURS IN ADVANCE OF ANY EXCAVATION WITHIN 500' OF A SIGNALIZED INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. THE PERMITTEE AND /OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYMENT OF ALL COSTS INCURRED BY !AE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION. REQUESTS FOR RELOCATION FACILITIES'FOR THE CONTRACTOR "S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS. 0 7 -MP -30 AUG 78 Department of Transportation (Caltrans) SPECIAL PROVISIONS TO ENCROACHMENT PERMIT - UNDERGROUND DM -M -P -221 (Rev. 12(80) PIPES, CONDUITS, AND UNDERGROUND tACILITIES UG1 Crossing Roadway: Pipes shall normally be jacked or otherwise forced underneath pavement without disturbing same. Pavement or roadway shall not be cut unless specifi,_aily allowed by the permit. Service pipes will not be permitted.inside of culverts used as drainage structures. UG2 Highway Structures: The permittee will pay for any damage to highway structures ca.:Bed by gas mains or other pipe lines carrying flammables. This includes, but is not limited to, explosion or fire resulting from such installation regardless of causation. If repairs are not feasible, comt.lete replacement of the structure may be necessar,, The permittee will idemnify and hold the State harmless from any and all claims for inlicry to person or damage to property resulting from such installation. UG3 Limit of Excavation: No excavation is to be made closer than ten (10) feet from the edge of the pavement except as may be specified in the permit. UG4 Tunneling: Except in effecting emergency repairs on utilities, no tunneling will be permitted, except on major installations as may be specifically set forth by the permit. UG5 Underground Facilities:: Shall be in accordance with Caltrans' "Polio on high and low risk underground facilities within highway rights of way." Facilities other than high or low.risk must have a minimum of 30 inches of cover. UG6 Backfilling: Except as otherwise authorized on the':permit, all back - filling shall conform to applicable sections of the current Caltrans' Standard Specifications pertaining to the backfilling of structures. Any required compaction tests will be paid for by the permittee.and the report furnished to Caltrans. UG7 Roadway. Surf acing and Base Material: Surfacing and base material and thicknesses thereof shall be.as specified in the permit. UG8 Damage to Tree Roots: No tree roots over two (2) inches in diameter shall be cut when trenching or other underground work is necessary adjacent to roadside trees. The roots that are two inches or more in diameter shall be carefully tunneled under and wrapped in burlap and kept moist until the trench is refilled.. Trenching machines may not be used under trees if the trunk or;limbs will be damaged by their use. If the trees involved are close together and of such size that it is impractical to protect all roots over two inches in diameter, special arrangements may be made whereby pruning of the tree tops to balance the root loss can be done by the permittee under the close supervision of the District Landscape Specialist or District.Tree Maintenance Supervisor. Manholes shall not be installed within 20 feet of any tree trunk. UG9 Pipes Along Roadway: Pipes and conduits paralleling the pavement shall be located outside of pavement, as specified in the permit. UG10 Borrow and Waste: Only such borrow and waste will be permitted within the limits as set forth in this permit. UG11 Required Markers: Except as hereinafter provided in paragraph (c) of this subsection, all underground installations of pipes, cables, and conduits in a highway right of way shall be marked and designated as follows: a) All New Installations of Underground Crossovers, Except Service Laterals. A timber or other suitable marker shall be installed and maintained by permittee outside the ditch line at locations suitable to the District Director where no curbs exist,.which.marker shall extend 30 inches above the roadway surface and have stenciled thereon the nature of the underground obstruction and the name or identifying symbol of the permittee. Where curbs exist, the crossover shall be identified by description and name of owner stenciled.on curb in black letters on white background in a compact and legible manner. b) All New Longitudinal Installations of Underground Pipes, Cables or Conduits. Where no curbs exist, timber or other suitable markers' shall be placed adjacent to the conduit or offset to such distance as may be specified and at intervals not in excess of 1,000 feet, at each angle point, or where nonconcentric with the highway improvement, at least every 300 feet. Where the encroachment is located in the traveled way, timber or other suitable markers shall be placed at an offset outside the ditch line at locations suitable to the District Director with an offset distance given. Where curbs exist, the information shall be stenciled on the curb near each intersection. c) Markers should be placed so as not to interfere with vehicle recovery areas. d) Exceptions. In counties and incorporated cities where the permittee has filed a map or maps with the County Surveyor, City Engineer, District Director of Caltrans showing the ownership and description of the underground "facilities mentioned in subsections (a) and (b) above in accordance with ordinances, other regulations or established practice, it will not be necessary to mark or designate said facilities as required above. UG12 Cathodic.Protection: The Permittee shall perform stray current interference tests on underground utilities under cathodic protection. Tlie permittee shall notify Caltrans prior to the tests and perform any necessary corrective measures recommended by Caltrans. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JASMINE CREEK STORM DRAIN, PHASE I CONTRACT NO. 2181 INDEX TO SPECIAL PROVISIONS Section Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . 1 V. PERMITS. . . . . . . . . . . . . . . . . . . . . . . 3 VI. STATE OF CALIFORNIA PERMIT AND INSPECTION. . . . . . . . . 4 VII. CONSTRUCTION SURVEY STAKING. . . . . . . . . . . . . . 4 VIII. NOTICE TO RESIDENTS. . . . . . . . . . . . . . . . . . . 4 IX. PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . . . 4 X. WATER. . . . . . . . . . . . . . . . . . . . . . . . 4 XI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . 4 XII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . . 5 A. Surface Water . . . . . . . . . . . . . . . . . . . . . 5 B. Groundwater . . . . . . . . . . . . . . . . . . . . . . 5 XIII. GUARDING UNDERGROUND CONSTRUCTION; SOILS REPORT. . . . . . 5 XIV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . 6 A. Mobilization, Clearing and Other Removals. . . . 6 B. Storm Drain Improvements . . . . . . . . . . . . . . . 6 C. Water Main Construction. . . . . . . . I . . . . . 7 D. Asphaltic Concrete Sealant in Bayside Park . . . 8 fi k m c7l C) I CG TF-- z —P ,j F, o tZ 7:1Q rb 7 Ei- Iu CD < rn z 13, 1 1) o 12, kl��i > Iry V3, JI — — — — — — — — — — — — — — — Z c ri m c7l C) I CG rlJ I (u r.n z I �_, 44 �� lull, ITI r.n z I IC zo- ma Im 9 I E,t) 7D $I E2 71 lr� : 24 re , tki 6:0 rN �5 1 > ,t 1 53, �, {;�{ I I � I j i 1 i ^`I� { �� C-1 zo- ma Im 9 I E,t) 7D $I r f j '• � • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JASMINE CREEK STORM DRAIN, PHASE I CONTRACT NO. 2181 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: Page la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2181 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobi- lization and clearing including removals as required @ _ Dollars and ff., Cents $Ze,b06 $ a0,000. Per Lump Sum 2. 716 Install 60" R.C.P. _ Lineal Feet @ Dollars and or- w Cents $ 15. $ 13a,1ozo.' Per Lineal Foot 3. 648 Install 57" R.C.P. Lineal Feet (� @—TML Dollars c � � Cents $ fq0o� $ 1�13,P0. Per Lineal Foot 4. 21 Install 48" R.C.P. n Lineal Feet ,r�,` 11 @ 1X' ollars and Per Lineal Foot Cents $ Its d�_ $ Page lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 107 Ins 11 18" R.C.P. Lineal Feet @ I Dollars and oc . ec Cents $ s-9, 0 Per Lineal Foot 6. 2 Construct Manhole No. 2 per City Each of Newport Beach Std. 307 -L I� @ tt� Dollars and Cents $ pt �, FSOO• $ ec S , 6Q0• ac 7. 2 Construct Manhole No. 4 per City Each of Newport Beach Std. 308 -L @ AAnl Dollars and Cents $ pe 2 P $ e� 9.400. Each 8. 1 Construct curb inlet L =5.0' per Each City of Newport Beacf Std. 305 -L @ nil Dollars and o' Z2CO. - Cents $ $ )00,0 Each 9. 1 Construct curb inlet L =10.0' per Each City, of Ne t Beach 1 Std. 305 -L @ Dollars and o, 06 Cents $ Z Each 10. 1 Construct curb inlet L =12.0' per Each City of Newpo t Beach Std. 305 -L @yy Dollars and o6 Cents $ oo• Each ---,300.-- 11. 1 Construct curb inlet L =20.0' per Each City off ewport Beach Std. 305 -L @ JCIMJiq I �_ _Dollars and Cents $ 17. 14,500 Construct asphaltic concrete Square Feet sealant in Bayside Park @ — — Dollars Cents $ 0-ezju $ oZ.QLi1.� Per Square Foot Total Price Written (Phase I without ADDITIONAL BID ITEMS): ollars ° Cts $ j • . Page lc ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. Lump Sum Guarding underground construction @ ( Dollars and Cents $ sr�10.0- bG Per Lump Sum 13. Lump Sum Traffic control Dol 1 ars and pL �,0c_ oG " Cents $ $ 1, 04001 Per Lump Sum 14. 2 Construct pipe collar per City Each of Newport Beach Std. 313 -L @ Dollars and Cents $ SOD. ' $ 11 too. ✓ Each 15. Lump Sum Construct brick and mortar bulk- headll�� @ d'1AAAt� oo Dollars and Cents ec $ ;Do. $ eG 90a Per Lump Sum 16. 360 Construct 8" A.C. water main Lineal Feet /p"� @ �pp,� x Dollars and Cents $ DC Per Lineal Foot 17. 14,500 Construct asphaltic concrete Square Feet sealant in Bayside Park @ — — Dollars Cents $ 0-ezju $ oZ.QLi1.� Per Square Foot Total Price Written (Phase I without ADDITIONAL BID ITEMS): ollars ° Cts $ j • • Page Id ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ADDITIONAL BID ITEMS (To be bid by all Contractors) 18. 93 Install 54" R.C. Lineal Feet @ Eli Lars and Cents g $ 27 5, — •� $2S g� Per Lineal Foot _ 19. 40 Install 30" R.C.P. Lineal Feet /� I(. I /� @ ( AV, �l tM�.�C.dL Dol 1 ars and C oa Cents $ IOQ. $ Per Lineal Foot 20. 1 Construct pipe collar per City Each o Newport each Std. 313 -L. @ Dollars and �OQ at 5G Cents $ $ Sop, --' Each 21. 2 Construct Manhole No. 2 per City Each of Newport Std. -L. 1Beach /307 Dollars and Cents yC $ 3,DoO. ' p� $ L,60v. — Each 22. 130 Jack 54" R C.P. Lineal Feet Dollars and a� Ic Per Lineal Foot 23. - Guarding Underground Construction Lump Sum @ J/� Dollars and Cents $ �,OQ�% 06 $ 2,000, Lump Sum 24. - State of California Permit, Traffic Lump Sum C ro_l and Inspection @ Dollars and / ! �` Cents Lump Sum • Page le T tal Price Written Words (Phase I with ADDITIONAL BID ITEMS): Dollars Citts Contr ctor's License No. ! 6 `(J �_._d_#/�iiZ-: AL.LO 9` �Od ty L L 0 , Date Authorized Siqna ure /Title Bidder's Address �ob �' 4 ,4• 96 o d K Bidder's Telephone No. 02(3' V10Y —Z%OS • INSTRUCTIONS TO BIDDERS • Page 2 The attached bid documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: Page 1. PROPOSAL " 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less that 10% of total bid price for Phase I with Additional Bid Items) 5. NON- COLLUSION AFFIDAVIT " 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 10% of the total bid price for Phase I with Additional Bid Items) 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 bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also possess a City of Newport Beach business license prior to exe- cution of contract. Bids are to be computed upon the 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 or omissions in the PROPOSAL. Quantities indicated in the PROPOSAL are approximate and given solely to allow the comparison of total bid prices. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 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 deter- mination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevail- ing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprentice - able occupations. The City of Newport Beach reserves the right to award contract items Nos. 1 through 17 only; however, bidders shall bid contract items Nos. 1 through 24. Bidders are informed of City of Newport intent to advertise for bid, on or about June 1, 1981, a 1,000 LF reach of 54" RCP upstream of Station 16 +31.95. Copies of this proposed contract may be previewed at the office of the Public Works Department. ,W 03 R 6ZT. NY±7 w� rz7: Contr's Lic. No. & Classification Bidder I �f Date Authorized Signature/Title • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 2 3 4. 5. 6. 7. 8. 9. 10. 11. 12. �6N�U T MALE a� Bidder Authorize Signature/ it e • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, JOWN T. MALLOY & JOHN T. MALLOY, IN6. A n. yENMLF , as bidder, and OHIO CASUALTY INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TMrrAcENT (to%) OF THE AMOUNT BM 11 Ddl1ars ($io% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents.. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of e of Project in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such-construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15 day of APR , 191981 JOHN T. MALLOY & JOHN T. MALLOY, INC. A ST. YENTni? Bidder (Attach acknowledgement of Attorney -in -Fact) T Authorized Signature /Title OHIO CASUALTY INSURANCE CO ANY Sur/e� By N 1' ATTORNEY- IN -H.CT Title r n C AFFIDAVIT OF ATTORNEY-IN-FACT FOR SURETY STATE OF ......... Call. fArnA a ............................... SS. COUNTY OF ..... Los.. Ange. le .s ............................. On this ..... 15th... day of .................... APr. i.................................................... 19..81. before me S M. Greger personally appeared ........... ..............................' ...................... ............................... Attorney -in -fact. of The Ohio Casualty Insurance Company, with whom I am personally acquainted, who being by me duly sworn, did depose and say, that he resides in ..... PWrb knk,,,,CA .. .......................: that he is the Attorney -in -fact of The Ohio Casualty Insurance Company, the corporation named in and which execut- ed the within instrument; that he knows the corporate seal of acid corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed and executed the said instrument as Attorney -in -fact of said cor- PATRICIA HARAN My Cb expires.Al OXAGS.PLI3W&.• . J7L FD STATE OF CALIRaIA Form -�-/ >' PRINCIPAL OFFICE IN I LOS ANGELES COUNTY w My COalallssloa Expires April 19, 1982 :.. '.. ... ­:.. ......... ............................... Notary Pablk. • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed anI;1 sworn to before me this 1,4-P day of 19-KL. My commission expires: PATRICIA HARAN STATE OF CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires April 19, 1982 J6E14 T. MATTOY & SOAN T Mann: lye,, A YL VENTIM Bidder Authorized Signature r itle Notary Public • • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. %OffN TF MAUL' Bidder ut orized Signature Ti r e • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. I qR I Z3.4 -� - L 100 s o u p sZkAP6,, �) -b N T M LLdy Bidder Authorized Signature /T tle "A April 27, 1980 At-TA9h CITY COUNCIL AGENDA DC " (C(If C({ ITEM NO. — 02 C4 ) By tha C1TY COUNC.iL CITY OF r :,_TF4RT ACH oU CC COUNCIL FROM: Public Works Department SUBJECT: JASMINE CREEK STORM DRAIN, PHASE I (C -2181) RECOMMENDATION: Adopt a resolution awarding Contract 2181, including Additional Bid Items No. 18 through 24, to John T. Malloy for $432,824; and author- izing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on April 15, 1981, the City Clerk opened and read the following bids for this project: Relative Without Additional With Additiona Position Bidder Bid Items Bid Items 1. John T. Malloy $334,470 2. G. R. Frost, Inc. 329,120 3. Prkacin Co. & Runje Corp. 366,060 4. Channel Constructors, Inc. 370,140 5. Mike Prlich & Sons 381,167 6. Charles T. Brown, Inc. 407,154 7. Irvine Pipeline Co. 388,091 8. K.E.C. Co. 383,782 9. Savala Construction Co., Inc. 400,990 10. Cornish Construction 460,600 11. Lawrence A. Gosh & Gosh Con- struction Corp. 463,515 12. Ivan Bachan Construction Co. 450,835 13. Mladen Buntich Construction Co. 589,745 $432,824 435,620 464,000 488,390* 491,367 498,988 501,026 507,112 547,040 564,000 573,620 642,805* 712,465 *Bids contained mathematical errors. Corrected bid totals did not change relative positions of the bidders. The low bid, including Additional Bid Items Nos. 18 through 24, is 24% below the Engineer's estimate of $570,000. John T. Malloy, the low bidder, is a well - qualified general contrac- tor who has successfully completed recent public works contracts for the City. The project joins the Bayside Drive storm drain east of Fernleaf Avenue, extends eastward 750 feet through Bayside'Drive Park, then northward 650 feet in Iris Avenue to Pacific Coast Highway. Additional Bid Items Nos. 18 through 24 provide for an additional 225 feet of storm drain construc- tion required to cross Pacific Coast Highway at Iris Avenue. April 27, 1980 Subject: Jasmine Creek Storm Drain, Phase I (C -2181) Page 2 The budgeted amount is $500,000 (Acct. No. 02- 3497 -173). Half of the contract costs are to be provided by the Orange County Environmental Management Agency. Plans, special provisions, and estimates for the project and for Phase II (to be bid this summer) have been prepared by Alderman, Swift and Lewis, Consulting Engineers. Construction of both phases will permit the aban- donment of the existing storm drain conduit, which is deficient in capacity, strength and accessibility. Benjamin B. Nolan Public Works Director LRD:jd