Loading...
HomeMy WebLinkAboutC-1885 - Water Main in North Bristol Street, Birch Street to Campus Drive�J J. By :..._ CITY TO: CITY COUNCIL FROM: Public Works Department April 25, 1977 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: ACCEPTANCE OF NORTH BRISTOL WATER MAIN, CAMPUS DRIVE TO BIRCH (C -1885) 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 water main in North Bristol Street from Campus Drive to Birch Street has been com- pleted to the satisfaction of the Public Works Department. The bid price was $22,075.00 Amount of unit price items constructed 22,075.00 Amount of change orders 1,525.00 Total contract cost 23,600.00 Funds were budgeted in the Water Fund (Account No. 50- 9297 -006) After the contract was awarded, CALTRANS required that the pipe trench within their right of way be partially backfilled with a sand - cement slurry. A change order in the amount of $1,525.00 was issued to cover the cost of this work. The design engineering was performed by the Public Works Department. The contractor is Rogers & Davies of Ontario, California. The contract date of completion was March 4, 1977. The contractor was delayed in starting due to non - availability of materials; however, all work was completed by March 30, 1977. in ii rector CO.C/3Teuc-r /6" ACP To cl FUTURE NOQTiV BAL7TOL 7T, Q FN -� A A FUTURE Q Q FH O k W W �a UI �I .NORTH BRISTOL ST. ' 1 C0Q0A1.4 DE[ MAR FREEWAY CITY OF NEWPORT BEACH I DRAWN DATE PUBLIC WORKS DEPARTMENT I APPROVED WATCoe MAM/ /d/ 1104TAI 02 /-SrOL 9T. B 12CA1 ST. TD C4MPUS DR. PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO.4W"/g/T A n F.y Ti�� QFf/ l2 ACP S o e "ACP ICNBI�T 36 "CMCWO ---_ _.. ... ... ... ...6 COA� �. ... ... ... 42' CMCWO ... �,41./WO FN 4 I2 le � I i ' V V xQ V � Q CITY OF NEWPORT BEACH I DRAWN DATE PUBLIC WORKS DEPARTMENT I APPROVED WATCoe MAM/ /d/ 1104TAI 02 /-SrOL 9T. B 12CA1 ST. TD C4MPUS DR. PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO.4W"/g/T A JAN 24 1977: By 41;o Ci f COUACIL CITY. Of hlf,wAOAT B ACH TO: CITY COUNCIL FROM: Public Works Department January 24, 1977 CITY COUNCIL AGENDA ITEM NO. H -2 SUBJECT: WATER MAIN IN NORTH BRISTOL STREET, BIRCH STREET TO CAMPUS DRIVE (C -1885) RECOMMENDATION: Adopt a resolution awarding contract No. 1885 to Rogers & Davies for $22,075, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Ten bids for this contract were opened in the office of the City Clerk at 10:30 A.M. on January 11, 1977. Bidder Amount Rogers and Davies, Cucamonga $22,075.00 Doty Bros. Equipment Co., Long Beach $26,100.00 A & D Backhoe Rentals, Glendale $26,152.00 Savala Construction Co. Inc., Costa Mesa $27,510.00 A & T Construction Co. Inc., Orange $29,081.00 Earl J. McKinney Corp., Rowland Heights $29,779.00 J. F. Artukovich Construction Co., Newport Beach $32,870.00 Witon Construction Co. Inc., Alhambra $33,740.00 Ace Pipeline Construction Inc., Pomona $36,624.00 G. R. McKervey, Irvine $37,094.00 The low bid is 26.4% less than the engineer's estimate of $30,000. The subject project provides for the construction of a 16" A.C. water main within the proposed alignment of the North Bristol Frontage Road between Birch Street and Campus Drive. This line is a portion of the Upper Bay water main loop, and completes the northerly portion of the loop. Construction of the water main is within State -owned right -of -way and will be performed under a State En- croachment Permit. This work will precede the State contract to construct the North Bristol Frontage Road. (See attached sketch for location of the project.) The low bidder has satisfactorily performed similar work for several agen- cies in Southern California. The estimated date of completion is March 4, 1977. The plans and speci- fications were prepared by the Public Works Department. Funds have been provided to modify the water system in conjunction with the Corona del Mar Freeway construction in Account Number 50- 9297 -006. Joseph evlin Public s Director JW:jd 2 4 1,977 By the CITY COUNCIL CITY W. ►Amore) T BEACH RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO ROGERS AND DAVIES IN CONNECTION WITH WATER MAIN IN NORTH BRISTOL STREET (BIRCH STREET TO CAMPUS DRIVE), CONTRACT NO. 1885 WHEREAS, pursuant to the notice inviting bids for work in connection with the water main in North Bristol Street (Birch Street to Campus Drive), in accordance with the plans and specifications heretofore adopted, bids were received on the 11th day of January, 1977, and publicly opened.and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Rogers and Davies; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Rogers and Davies for the work in the amount of $22,075.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 24th ATTEST: City Clerk day of January , 1977. DDO /bc 1/21/77 IL By TO: CITY COUNCIL FROM: Public Works Department December 20, 1976 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: NORTH BRISTOL WATER MAIN, BIRCH STREET TO CAMPUS DRIVE (C -1885) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 a.m. on Tuesday, January 11, 1977. DISCUSSION: The subject project provides for the construction of a 16" A.C. water main within the proposed alignment of the North Bristol Frontage Road between Birch Street and Campus Drive. This line is a portion of the Upper Bay water main loop, and completes the northerly portion of the loop. Construction of the water main is within State owned right -of -way and will be performed under a State Encroachment Permit. This work will precede the State contract to construct the North Bristol Frontage Road. (See attached sketch for location of the project.) The plans and specifications were prepared by the Public Works Department. The estimated date of completion is March 4, 1977. The engineer's estimate for the project is $30,000. Funds have been provided to modify the water system in conjunction with the Corona del Mar Freeway construction in account number 50- 9297 -006. J seph Ti Devlin P blic W ks Director SW:hh Att. U rn ly A 0 c (yx A m m a r �i. A y is a� u O r: I , °I ti. A: yl CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT No,uw Bk/sT� :. t✓ /; :. �r e: �T2EET L f rl r DATE APPROVED a PUBLIC WORKS DIRECTOR R.E. NO. — DRAWING NO. I O C� y A A - o C � o n � y U rn ly A 0 c (yx A m m a r �i. A y is a� u O r: I , °I ti. A: yl CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT No,uw Bk/sT� :. t✓ /; :. �r e: �T2EET L f rl r DATE APPROVED a PUBLIC WORKS DIRECTOR R.E. NO. — DRAWING NO. • 0 INDUSTRIAL INDEMNITY COMPANY JULY 15, 1977 THE CITY OF NEWPORT BEACH ITS OFFICERS AND EMPLOYEES, AS RESPECTS CONTRACT #1885 ONLY C/O CITY CLERK 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92660 INSURED: POLICY NO.: POLICY PERIOD: CANCELLATION DATE: PRODUCER: ROGERS & DAVIES PIPELINE CONTRACTORS 8801 HELMS AVE. CUCAMONGA, CA 91730 LC 727 -6659 10 -15 -74 TO 10 -15 -77 7 -1 -77 CROSBY INSURANCE Box 2505 MONTCLAIR, CA 91761 6 1 City Boulevard West Mailing Address: Box 1685 Orange, California 92668 Telephone (714) 634 -9494 CERTIFICATION WAS .ISSUED TO.YOU_THAT THE ABOVE POLICY WAS IN FORCE AND COVERED THE'PERIOD INDICATED. THIS IS: To ADVISE THAT'THIS POLICY IS BEING CANCELI AS OF THE ABOVE EFFECTIVE DATE. SINCERELY, INDUSTRLAL'INDEMNITY COMPANY UNDERWRITING DEPARTMENT ml Y . !! Jut. 1;$1977AW tw- 0 0 RECORDING C'Fagg } D\$?r.,;.v; �r,;. , 43234 BK 12166PG 1740 CITY i 7)PT CF,4CH EX T 3300 MF?r,; , .- po, IL. -„n.PD C12 NEVVPOP,T EEP,C ? ?, Cp..LJF. 925G? RECORDED IN OFFICIAL RECORDS NOTICE, OF COMPLETION OF ORANGE COUNTY, CAI IFORNIA PUBLIC WORKS 5 Min 4 P M APR 27 1977 ), WYUE CA ULF. County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Water Main on which Rogers & Davies was the contractor, and United Pacific Insurance Co. was the surety, was completed. I, the undersigned, say: March 30, 1977 No. Bristol St St. to CITY OF NEWPORT BEACH 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 April 26, 1977 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on April 25. 1977 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 April 26, 1977 at Newport Beach, California. v ,. ... i r '7 0 0 VENDOR PURCHASE ORDER CITY JF NEWPORT BEA%.;H INVOICE IN DUPLICATE THISaRMER NUMBER MUST: APMAIW ON ALL INVOICES. SNIPPING NOTICES, 81LLSOF 3300 NEWPORT BOULEVARD LADING, EXPRESS RE C EIPTS NEWPORT BEACH,'CALIFORNIA.92663 ATIOPACKAGES: PHONE: (714)(3464291 DEI-IVERY. TICKETS S"AL,, I"Cl-Unis UNIT PRICE. DATE DEPT. SHIP TO {SAME UNLESS OTHERWISE NOTED} IMPORTANT The Articles covered by this Purchase Order or Contract must ACH conform to applicable Cal—OSHA Standards, and/or other CITY OF NEWPORTZE., appropriate laws,. regulations, rules, and codes of the Federal Government and the State of California. Show as a separate item any retail sales tax, use tax or Federal tax applicable to this purchase. This order subject to California sales tax. D. W. MEANS PURCHASING AGENT All allowable transportation charges must be prepaid and shown as a separate item on the invoice. Do not include Federal trans- portation tax. 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: Apra 26 1977 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Marar M.lp 4" No Nitta st _ 11i ft .w St to Canm+m Dr Contract No. 181t5 on which Rogers i Davies was the Contractor and United Pacific Insurance Co. _ was the surety. Please record and return to us. Very truli yours, � Doris George City Clerk j City of Newport Beach Encl. i y, a, I � TO: Public kbrks Department FROM: City Clerk SUBJECT: Contract No. „ac Project �� Attached is signed copy of subject contract for transmittal to the contractor. Contractor: ftgm i pi.. Address: 8081 d1.a_Am , CuRomoaOa. 91710 Amount: $ 4.1,071 Effective Date: Resolution No. out Doris George DG:swk Att. cc: Finance Department E'D ED m 0 ■ n 0 > 5 3 \� \ {z \��� c ct \ \) }% y 0 > � \ } \ � � \ \� \ \\ M 0 > z a) \ \0\ o \} \\ 0 0 03 W3 C) ■ Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the llth day of January 1977 , at which time they will be opened and read for - performing work as follows: WATER MAIN.IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the Corporate Seal shams be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolu- tion No. 8950 adopted December 13,1976. A copy of said resolution 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 prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -14 -75 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 180095 Classification SA Accompanying this proposal is Bond Cas , Certified Check, Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714 987 -6244 Phone Number January 11, 1977 '0 %E RS & DAVIES Sid s Name (SEAL) Ror- ut orlze Signature Authorized Signature Co- Partnership Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Jerry J. Rogers Albert W. Davies Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. NONE 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 12. ROGERS & DAVIES r-s S /Jerry J. Rogers Authorized Signature CO- Partnership Type of Organization (Individual, Co- partnership or Corp.) Cucavowo'?_ Address FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, ROGERS & DAVIES and UNITED PACIFIC INSURANCE COMPANY BOND NO. B- 584243 Page 4 as Principal, 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...... Dollars ($ .............). 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 principal for the construction of WATER MAIN IN NORTH BRISTOL STREET, BIRCH STREET TO CAMPUS DRIVE (C -1885) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 11th day of January , 19 77 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in- Fact) ) S /Barbara N. Luttrull, Notary Public Commission Expires June 11, 1979 ROGERS & DAVIES, License No. 180095 Principal S /Jerry J Rogers UNITED PACIFIC INSURANCE COMPANY Surety By S /Kathleen W. Haderer Title Attorney -in -Fact Page 5 NON- COLLUSION AFFIDAVIT The bidders, 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 arrangement or agree- ment 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 agree- ment 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 contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever 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. S /Jerry J. Rogers Subscribed and sworn to before me this 11th day of January 19 77 My commission expires: Oct. 8, 1977 S /Shirley Rae Hess Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. S /Jerry J. Rogers Signed Page 6 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 1976 City of Riverside Mac Copeland 714 787 -7346 Linco Riverside CA 92502 Storm Drain $174,000 1976 I_rvine Ranch Water Dist owry 8 Ac_ soc Fng 714 751 aRM 4201 Campus Drive Trunk Sewen 1320-ono 1976 Yorba Linda cQ. W D Ralph Uook 714 ;2s-+22& 4622 Plumosa Drive Yorba Linda. CA 1975 Chaffee Colleger VvV V w V�VVV Nark u Sutherland Fng 21�g 254 F77F 5858 Haven Ave. Alta Loma Utilities $89,000 1975 Orange Co San Dist W Sylvester 714 q62-2411 Fountain Vallee CA Trunk Sewer 1348 000 S /Jerry J. Rogers Signed BOND NO. U80 -93 -12 Premium i clude,4 in charge 9 e for Performance Bond LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 24, 1977, has awarded to ROGERS & DAVIES hereinafter designated as the "Principal ", a contract for WATER MAIN IN NORTH BRISTOL STREET, BIRCH STREET TO CAMPUS DRIVE, 1976 -77, CONTRACT NO. 1885 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 ROGERS & DAVIES as Principal, and UNITED PACIFIC INSURANCE as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ELEVEN THOUSAND THIRTY EIGHT AND NO /100 ................ Dollars ($11,038.00.........x, 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 any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 9 (Labor and Material 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 2nd day of FEBRUARY 19_U - ROGERS & DAVIES, License No. 180095 (Seal) Name of Contractor (Principal) c A ri d "S ghature an it a Partner Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY (Seal) Name of Surety 443 SO. SHATTO PLACE, LOS ANGELES, CA 90030 Address f Surety Approved a to for :� Si nature and Title of Authorized Agent Kathleen W. Haderer, Attorney -In -Fact P. 0. Box 2505, Montclair, CA 91763 Address of Agent 714/621 -3041 Telephone No. of Agent BOND NO. U80 -93 -12 Premium: $166.00 Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 24, 1977, has awarded to ROGERS & DAVIES hereinafter designated as the "Principal ", a contract for WATER MAIN IN NORTH BRISTOL STREET, BIRCH STREET TO CAMPUS DRIVE, 1976 -77, CONTRACT N0. 1885 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, ROGERS & DAVIES as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWENTY TWO THOUSAND SEVENTY FIVE AND NO1100 ............. Dollars ($22,075.00.......), 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 Page 11 (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 2nd day of FEBRUARY , 19 77 Approved as ROGERS & DAVIES License No. 180095 (Seal) Name of Contractor Principal) r 7 artner Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY (Seal) Name of Surety 443 SO. SHATTO PLACE, LOS ANGELES, CA 90030 Address of Surety / Signature and Title of Authorized Agent Kathleen W. Haderer, Attorney-in-Fact P. 0. Box 2505, Montclair, CA 91763 Address of Agent ty- Att"r 714/621 -3041 Telephone No. of Agent f C-) \ >!G`y \i(\ \ {Ii2 § \)(£ \&_ \!m \<\ {R\ ■ \ \\ \ rr ga ;? !a\% / \'° /\\\ #z =K \ \ }} / Oz ±)2 ) !\ »} ■ Page i2 CONTRACT THIS AGREEMENT, made and entered into this 'Tt), day of 19 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and ROGERS & DAVIES hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of WATER MAIN IN NORTH BRISTOL STREET, BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof", when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused,resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. F NEWPORT BEACH, CALIFORNIA ATTEST: City Clerk �joGF�Q9 A UAV/cS Contractor (SEAL) By: r n R i t1 3z Approved as fo C Att r, e N z o: 0 P 0 O N C p C r, Y `a P U l0 V O a a .aOc E W ��r.a n ix b 2 cm hsg�, d T C N C Y � ' O N m` 6 E Y N C is L p a N U � d N C N E a � � � 1 6 a - 4 � O 1 � Y Z d d 6 V a N `o � .�- _C L L a> a N z o: 0 P 0 O N C p C r, Y `a P U l0 V O a a .aOc E W ��r.a n ix b 2 cm hsg�, • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92663 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1885 in accordance with City of Newport Beach Drawing W- 5131 -S; the City's Standard Specifications; Standard Special Provisions and Drawings; and these Special Provisions; and that he will take in full payment therefor the following unit prices for each item, complete in place, to wit: 1 Construct approximately 580 linear feet Lump Sum of 16 -inch diameter, Class 150 ACP water main and appurtenances as shown on the plans complete and in place. Sixteen Thousand @ Two Hundred Forty Dollars and No Cents Per Lump Sum 1 Construct approximately 90 linear feet Lump Sum of 12 -inch diameter, Class 150 ACP water main and appurtenances as shown on the plans complete and in place. @ Two Thousand One Hundred Sixty Dollars and No Cents Per Lump Sum 1 Relocate existing fire hydrant with new gate Each and assembly to back of proposed curb on North Bristol Street per .CNB Std. -500 -L and as shown on the plans complete and in place. @ Five Hundred Fifty Dollars and No Cents $ 550.00 $_ 550.00 Per Each 0 PR 2 of 2 ITEM QUANTITY ITEM UESl:R1PIlUN UNIT IUTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Install 8" gate valve and box per CNB Each Std. -508 -L and as shown on the plans complete in place. @ Four Hundred Fifty Dollars and No Cents Per Each 1 Install 12" gate valve and box per CNB Each Std. -508 -L and as shown on the plans, flanged by Ring Tite, complete and in place. $ 450.00 $ 450.00 @ Six Hundred Seventy -Five Dollars and No Cents $ 675.00 $_ 675.00 Per Each 1 Install 16" flanged butterfly valve and Each box per CNB Std. -508 -L and as shown on the plan complete and in place. @ Fifteen Hundred Dollars and No Cents Per Each 1 Guard underground construction. Lump Sum @ Fiva Hundred Dollars and Nn Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS iWITIM1161M Twenty -Two Thousand Seventy -Five Dollars and No Cents $ 22,075.00 Contractor's License No. 180095 Date January 11, 1976 Bidders Address .:0 Telephone No. 714 987 -6244 ROGERS & DAVIES Bidder's Name S Jerr thoriz J R Aued Signature 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 INDEX TO SPECIAL PROVISIONS i. Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . . . 2 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . 2 VI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. NOTICE TO BUSINESSES . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . . . . . . . 2 IX. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . . . . . . . . . . 3 X. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. Water Line . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. Flanges . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 C. Bolts .. ..............................4 D. Gaskets . . . . . . . . . . . . . . . . . . . . . . 4 E. Butterfly Valves . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 F. Gate Valves . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 G. Disposal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 H. Pipeline Construction . . . . . . . . . . . . . . . . . . . . . . . . 5 i. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR • SP 1 of 5 WATER MAIN IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 SCOPE OF WORK The work to be done under this contract consists of the construction of approxi- mately 580 feet of 16 -inch water line and related appurtenances along the pro- posed alignment of North Bristol Street from Birch Street to Campus Drive; the installation of approximately 90 feet of 12 -inch water line along the easterly side of Campus Drive; connections to the existing water system; the relocation of an existing fire hydrant; and miscellaneous related work. Most of the work to be performed is within vacant freeway right of way between Birch Street and Campus Drive. The contract requires completion of all the work in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. W- 5131 -S), (3) the City's Standard Special Provisions and Drawings, and (4) City of Newport Beach Standard Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5. II. COMPLETION AND SCHEDULE OF WORK The contractor shall complete all work on the contract within 40 consecutive calendar days after award of the contract by the City Council, and as speci- fied in Section 6 of the Standard Specifications. The contractor shall submit a construction schedule for review by the engineer. The schedule shall be approved by the engineer prior to the start of any work and shall incorporate the following requirements: 1. Shutdown of the 12" main in Campus Drive and the 8" main in Birch Street shall not coincide. 2. Request for shutdowns must be made to the City Utilities Super- intendent 48 hours in advance. • • SP2of5 3. Shutdowns shall not be made on Fridays, Saturdays, Sundays or holidays. III. PAYMENT The unit or lump sum price bid 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 work in place, and no addi- tional 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. CONSTRUCTION SURVEY STAKING Field surveys for control of construction will be provided by the City of Newport Beach survey crew. Requests for survey shall be made to the engineer 48 hours in advance of the required survey. V. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facili- ties. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. VI. 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 whatsoever. Any such defects shall be repaired at the contractor's expense. VII. NOTICE TO BUSINESSES The City will mail preliminary notice to all businesses affected by this work. Twenty -four (24) hours before shutting off water service to any business or residence, the contractor shall distribute a written notice stating the date and time the water will be shut off and the approximate time the water will be turned back on. The written notices will be prepared by the City and the con- tractor 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 renotification using an explanatory letter. VIII. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. Guarding - The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other euqivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. • • SP3of5 The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum bid for guarding underground construction. The contractor shall submit a detailed plan for bracing excavations in accor- dance with the provisions of Section 306 -1.1.6 of the Standard Specifications. IX. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The con- tractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the engineer, are not subjected to the probability of damage. The contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the engineer. X. PERMITS The contractor shall obtain the following permits prior to any construction and shall have a valid City business license: 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. The City has applied for an encroachment permit from the California Depart- ment of Transportation. All of the work is within State -owned right of way and the contractor shall abide with all of the permit requirements. It is anticipated that this permit will be obtained in February. XI. TRAFFIC CONTROL Traffic control shall be provided in conformance with the applicable portions of Section 7 -10 of the Standard Specifications except as herein modified. The contractor will not be permitted to close any traffic lanes on Birch Street or Campus Drive except for short periods for loading and unloading of equipment and materials. XII. 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 chases by contacting at (714) 640 -2221. XIII. CONSTRUCTION DETAILS A. Water Line • . SP4of 5 be his responsibility to make arrangements for water pur- the City's Utilities Superintendent, Mr. Tom Phillips, The contractor shall furnish and install 16 -inch and 12 -inch Class 150 ACP water main pipe and appurtenances in accordance with Section 207 -7 of the Standard Specifications. B. Flanges Flanges for water line shall conform to AWWA C -207 Class D. All flanges shall be furnished with flat faces. The flanges shall be attached with the bolt holes straddling the vertical axis of the pipe unless otherwise shown on the plans. The flanges shall be attached to the pipe in conformance with the applicable provisions of the "AWWA Standard Specifications for Steel Pipe Flange" (AWWA Designation C -207). C. Bolts Bolts and nuts for buried service shall be Type 18 -8 stainless steel and shall be thoroughly cleaned after installation and coated with EC -244 mastic as manufactured by and in accordance with the recommendations of Minnesota Mining and Manufacturing Company. D. Gaskets Except as otherwise provided, gaskets for flange joints shall be 1/16 -inch thick laminated asbestos fiber or cranite. All blind flanges shall have a 1/16 -inch thick reinforced rubber gasket which covers the entire inside surface of the blind flange. The gasket shall be cemented to the surface of the blind flange. E. Butterfly Valves The 16 -inch butterfly valves shall be flanged Class 150 -B, leakfree at 150 psi and shall conform to Section 207 -16.3 of the Standard Special Provi- sions. Valves shall be installed with standard valve boxes. F. Gate Valves All gate valves supplied under this contract shall conform to the require- ments of Subsection 207 -16.2 of the Standard Special Provisions. Valves shall be flanged by Ringtite and installed with standard valve boxes. G. Disposal Excess trench excavation and debris from the work shall become the property of the contractor and shall immediately be removed from the job site in a manner and at a location acceptable to all cognizant agencies. • • SP5of5 Pipeline Construction Trench excavation, pipe laying, backfilling, pavement restoration, and acceptance shall conform to Section 306 of the Standard Specifications and 306 -1.2 of the Standard Special Provisions. Construction and testing water shall be the responsibility of the contractor. Handling and storage of the pipe and appurtenances shall be in accordance with the recommendations of the manufacturer. CITY OF NEWPORT BEACH a CERTIFI�E OF INSURANCE FOR CONTRACT WQ1�K FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE 18C8CEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT N0. MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Water Main inNorth Bristol Street — Birch Street to Campus Project Description: Drive 1976/1977 Contract No. 1885 U. S. F. & G. INSURANCE CO. — UNDERLYING COVERAGE 1CC 984764 This is to certify that the INDUSTRIAL INDEMNITY EXCESS LIABILITY t1,0009000 LC 727 -6659 Name of Insurance Company has issued Hers & Davies, 8801 Helms Avenue ns (Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT Ca. 91730 This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement($) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. Covera e HOW C lic No. )MPLETE INFORIATION olicy Term BELOW Limits of Liability Each Occurrence (Minimum: $500,000) Aggregate (Minimum: $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contract COMPREHENSIVE LIAR. Policy No. 1CC 984764 10 1/76-10/l/77 Bodily In3urY Property 500,000/500,000 200.000/200,000 Com fined Single Limit Bodily Injury or Property Damage � 727 -6659 Fro 10/15%7 — To; $ 19000,000 CSL i.000AMProtecti $ i.00xi.cxiOProducts $ 1 ontract Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Crosby Insurance, Inc. Address of Agency or Broker: P. 0. Boa 25059 Montclair, Ca. 91763 Telephone No. 714/621 -3041 Countersigned b, _ orized Insurance Company Representative Effective date of this endorsement: Febsuar3r , 19_72_, Endorsement No. fie ial ) re ial CD rc rA a :.s CJ d CD P. cr m 0 ffi74 CD 0 A 0 io to CITY OF NEWPORT BEACH CERTIFICAOF INSURANCE FOR CONTRACT WORPFOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1885 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Water Main inNorth Bristol Street — Birch Street to Campus Project Description: Drive 1976/1977 Contract No. 1885 U. S. F. & G. INSURANCE CO. — UNDERLYING COVERAGE 1CC 984764 This is to certify that the INDUSTRTAT. INDEMNITY EXCESS LIABILITY $1,0009000 LC 727 -6659 Name of Insurance Company has issued to Rogers & Davies, 8801 Helms Avenue,Cucamonga, Ca. 91730 Name of Insured (Address of Ins the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees_ This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Nam d above. b. O; ;ned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Crosby Insurance, Inc. lAddress of Agency or Broker: P. 0. Box 2505, Montclair, Ca. 91763 Telephone No. Countersigned Effective date of this endorse ;::_nt:_EQTya y.2_. _, 19_i7�, Endorsc,r._nt No._ ,e mi ,e ial olicy Term Limits of Liability Covera e lie No. Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracti HOW C )MPLETE INFORMATION BELOW COMPREHENSIVE LIAB. Policy No. lCC 984764 10 1 6 -10 1 Bodily Injury Property Dama 500,000/500,000 200,000/200,000 Combined Single Limit Bodily Injury or Property Damage LC 727 -6659 Frorp 10/15/74 =� To: $ 1 00 CSL $�,nnnooProtecti, $�,n00,= roducts $ 1,000_;00OContract h occ Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Nam d above. b. O; ;ned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Crosby Insurance, Inc. lAddress of Agency or Broker: P. 0. Box 2505, Montclair, Ca. 91763 Telephone No. Countersigned Effective date of this endorse ;::_nt:_EQTya y.2_. _, 19_i7�, Endorsc,r._nt No._ ,e mi ,e ial ��\ /f� go pup 3L 2¥ 4 CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK OR CITY IMPORTANT: THIS FORM IS THE ONLY OF NEWPORT BEACH WITH MODIFICATIONS Water Main Project Description: Drive 1976/ U. S. F. & G. INSURANCE CO. — UNDERLYING COVERAGE 1CC 984764 This is to certify that the INDUSTRIAL INDEMNITY EXCESS LIABILITY $1,000,000 LC 727 -6659 Name of Insurance Company CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY RESPECT TO CONTRACT NO. 1885 TO THIS CERTIFICATE ARE NOT ACCEPTABLE nNorth Bristol Street — Birch Street to Campus 977 Contract No. 1885 has issued to Rogers & Davies, 8801 Helms Avenue, Cucamonga, Ca. 91730 Name of Insured (Address of Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. cy COMPREHENSIVE LIAB. 1CC 984764 _ Combined Single Limit Bodily Injury LC 727 -6659 or Property Damage erm Lacn occurrence (Minimum: $500,000) Bodily Injury To' _I $ 1,000,000 CSL Each Occurrence This policy includes at least the following coverages: Aggregate (Minimum: $ 500,000 Protective $1,000,000 Products $ 500,000 Contractual) ,000 otective oducts ntractual a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Nailed above. b. Paned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Crosby Insurance, Inc. Address of Agency or Broker: P. 0, Box 2505, Montclair, Ca. 91763 Telephone No. 714/621 -3041. — -� Countersigned by:_ H.J.Dueck Authorize Insurance o,opany Representative Effective date of this endorse,::= nt:_Febzlwry2__, 19 _77_, Endorsu-,:nt No.___ w q � \� §f :$f A. r-C. 14 V. G \\ (\ • CITY OF !NEWPORT BEACH • CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1885 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Water Main inNorth Bristol Street - Birch Street to Campus Project Description: Drive 1976/1977 Contract No. 1885 U. S. F. & G. INSURANCE CO. - UNDERLYING COVERAGE 1CC 984764 This is to certify that the INDUSTRIAL INDEMNITY EXCESS LIABILITY $1,000,000 LC 727 -6659 Name of Insurance Company has issued to Rogers & Davies, 8801 Helms Avenue, Cucamonga, Ca. 91730 Name of Insured (Address of Ins the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Neweort Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. Covera e CY o. \ \ HOW C MPLETE INFORMATION BELOWN Policy No. COMPREHENSIVE LIAR. 1CC 984764 10/1/76-10/1, Combined Single Fro Limit Bodily Injury LC 727 -6659 10/15%74 =101 or Property Damage To: _ Each Occurrence (Minimum: $500,000) Bodily Injury Pro erty Damz�ge $ 1,0001000 CSL Each Occurrence This policy includes at least the following coverages: Aggregate (Minimum: $ 500,000 Protective $1,000,000 Products $ 500,000 Contractual) 500,000/500,000 200,000/200,000 $ i,DDD,0 rotective $ 1,000,000Products $ i,o00,00oContractuaI a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Nam d above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Crosby Insurance, Inc. Address of Agency or Broker: P. 0. Box 2505, Montclair, Ca. 91763 Telephone No. 714/621- j94�r —� Countersigned by: y - - -- �� H.J.Dueck ( uth sized nsurance Coa�pany Representative Effective date of this en dorse'.;nt:_gQb�a, 2�_, 19_Z7_, Endorscir-,nt No. S,' (D H d G pp�� (wD H 3 H c+ w (D b H Y (D w O (D 1-4 O Y (D M M K i w r' o O 0 o a U! H CD w Y O r• Y O O CD ca O v 4 S CD m ro MSY Y o `G CD P) P. 0 z x ca m m n N c0+ rwr• ts vo ac r• � Y y R :4 fi F' �a r• w A- C+ --j Q . o N O M ` M O fD H M y R :4 fi F' O C A- H CD Q . o N x a d 0 w o -o C Oq FD =N K K CJ 0 m (D V CD w � K W K c+ w m CD y O r• 7 K r O 7 K OR <+ 0 February 8, 1977 TO: CITY CLERK FROM: Public Works Department SUBJECT: WATER MAIN IN NORTH BRISTOL STREET - BIRCH STREET TO CAMPUS DRIVE 1976 -77 (C -1885) Attached are four copies of the subject contract documents as well as the insurance certificates. Please have the contract docu- ments executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department for distribution. Thank you. Sohn Wolter ,/Project Manager JW:h Attachments BOND NO. B- 584243 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, I ROGERS & DAVIES , as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10'9/) OF THE AMOUNT BID...... Dollars ($ ..............), 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 principal for the construction of WATER MAIN IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 11th day of JANUARY , 19 77 Corporate Seal (If Corporation) ROGERS & DAVIES, License No. 180095 Principal (Attach acknowled ement of Attorney-in-Fact? f UNITED PACIFIC INSURANCE COMPANY Su-retyy By e�Y� Kathleen W. Ha ever, Attorney -In -Fact Title ■ \ »3 @ ;y !2/§ ƒZ /$ \ / \/} (§ \ \`\ z ; =w rt / \0. �\ \ )\(\ 2\`` > >!0 q /2/ »G&@ « < :z )> e:< j[)} \ } {t )� §( 2\�2 ■ § CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR WATER MAIN IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 SUBMITTED BY: k'D6Ca S �eliA ✓i�S Contractor AfO1 7%ELM.5 AVw. Address dcAa'!O �✓L A ( A. 9173 0 Approved by the City Council on City Zip this 20 day of December 1976. 7 ,15/ Telephone ;77.07j 00 Total Bid Price Doris George, City Cle Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.N. on the llth day of January 1977 , at which time they wi'l be opened and read —for work as fo lows: WATER MAIN.,IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the CCoorpora�te Seal shams bixed to all documents requiring signatures. In the case of a arts tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance -with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern Cal ifornia.Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of.at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolu- tion No. 8950 adopted December 1.3,1976. A copy of said resolution 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 prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -14 -76 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. /,flop % s Classification 5A Accompanying this proposal is , , uashier'S LneCK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Phone Number Date /t oGCrXs 1i 0lri41rS Bidder's Name (SEAL) oriz 'SInature f r �J 1 Authorized Signature Co - 6,e7��—.eflylf Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: �GB�X >LtJ. �%rdi�s Page 3 DESIGNATION Of SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 12. j Bidder's Name ,J - Authoj i zed Si gnpture _e Type of Organization (Individual, Co- partnership or Corp.) Address , 1 . , NON- COLLUSION AFFIDAVIT The bidders, 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 arrangement or agree- ment 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 agree- ment 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 contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever 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. f V Subscribed and sworn to before me this / /rri day of .J,r.ruaty 19 77 My commission expires_ I0,_ ._ 'Notary -e OFFICIAL SEAL, SHIRLEY RAE HESS O,ofafy Publlc -Ca Bfp nf/ PAIKCIPA1- OFFICE 141 County of San SernardiN M Commission Expires Oct 8, 1977 ROGERS & DAVIMS GENERAL ENGINEERING CONTRACTORS Contractor license #SA 180095 8801 Helms Avenue • Cucamonga, Califomia 91730 Telephone: (714) 987 -6244 January 25, 1977 Mr. John Wolters Assoc. Civil Engineer City of Newport Beach 3300 W. Newport Blvd. Newport Beach, Ca, 92663 Dear Sir: Re: Water Main Project - North Bristol St. Per telephone conversation this morning, I assume the information attached will serve in lieu of a financial statement, since we do not as yet have our 1976 statements. Very truly yours, 7 Jer I J Rogers sh Att: 1 AECEIUEa r leuc. V1111 JAN 271577-0- CITY Of �'!+'EWPCRT BEACH C,14. December 31, 1976 Accounts Receivable $313,529.56 Accounts Payable 2113,078.13 1976 contracts completed: Fresno Co. Sewer Call. System Yorba Linda Co. Water Dist. Turnkey Assoc. Chino Basin M.W.D. City of Covina Sewer Main Chino Basin W.C.D. City of San Bernardino 1977 Commenced January 17 Co. r;r i2 storm -rain Equipment: 235 2 -yd. Cat Backhoe C -32 2 -yd. rein -Werner Backhoe C_14 1 -yd. It It 780 Case it 3 580 Case it 3 Water trucks 2 Dump trucks Lube Truck 25 rIisc- trucks, 1 and hs T Doers, compactors Welders & plumbers equipment Many smaller pieces of equipment 1,105,406.00 75,946.()o 25,000.00 1,5611.00 15,806.00 102,438.00 552,198.00 359,000.00 a�BIIC WaRKS t c` JAN 2 71977'4 CITY OF NEWPORT BEACH, CALIF. Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. f l Signed 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. Ye om Performed (Detail) Person to Contact Telephone No. /Z C. C'iTy of /t /CC/tsipE /i�/K ���EL.4 .✓D 7i41 767-73 .JroR,W.4 fiW 17910oo — 1� G /Q ✓iNE A✓cN 4(JJf7CR1)u7. kpo zv P619JJac_&. ?/,v 7s,-.YP.2 /(.oa/Pds OR. P, NC,` A. �.Cau.r..�r,�6,e 3go,eoo — 1�7 ffiJJNOOLa LUV 61,AY.1;w0.F 7•y •PaF-7azL $(622 74.aM,J.I AC. f .//S''d B• i�ed�ele�¢ idn1P �'An.�l 7e, oee-' 7J- LHfFF� Cofe edt WAc.F '0S r dr*rXI-AMO LMC. .2i3 Jr4l-4: �a i .Tfd � 7r.I ✓Cr✓ / /Yt (/Tici7/i�EJ/ off ole � / 197�� ©MANGE (.a )Ai✓. !)iJT. %!%S�{/L ✓e-rn- 71 it f 2 1 yf// YA '7Oe✓11k SCwe.e ;34��aeo - • . PR of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1885 in accordance with City of Newport Beach Drawing W- 5131 -S; the City's Standard Specifications; Standard Special Provisions and Drawings; and these Special Provisions; and that he will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 1. 1 Construct approximately 580 linear feet Lump Sum of 16 -inch diameter, Class 150 ACP water main and appurtenances as shown on they -- • • PR2of 2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1 Install 8" gate valve and box per CNB Each Std. -508 -L and as shown on the plans complete in place. @� Dollars and Cents $ y o,uo $ Per Each 5. 1 Install 12" gate valve and box per CNB Each Std. -508 -L and as shown on the plans, flanged by Ring Tite, complete and in place. @ Dol 1 a rs and Cents $ 673, c o $ Per Each 6. 1 Install 16" flanged butterfly valve and Each box per.CNB Std. -508 -L and as shown on the plan complete and in place. Dollars and Cents $_ /,Soo,ou $ /$'oo,00 Per Each 7, 1 Guard underground construction. Lump Sum 4 @ Dollars and lyo Cents $ Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Contractor's License No. /00,ogpf� Date ,✓d,* Bidders Address and Cents $ i s Telephone No. 7,e (f f407.4 4 4Vy CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 INDEX TO SPECIAL PROVISIONS i. Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . . . 2 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . 2 V1. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. NOTICE TO BUSINESSES . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . . . . . . . 2 IX. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . . . . . . . . . . 3 X. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. Water Line . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. Flanges . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 C. Bolts .. ..............................4 D. Gaskets . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 E. Butterfly Valves . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 F. Gate Valves . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 G. Disposal. . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 H. Pipeline Construction . . . . . . . . . . . . . . . . . . . . . . . . 5 i. • • SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR WATER MAIN IN NORTH BRISTOL STREET BIRCH STREET TO CAMPUS DRIVE 1976 -77 CONTRACT NO. 1885 I. SCOPE OF WORK The work to be done under this contract consists of the construction of approxi- mately 580 feet of 16 -inch water line and related appurtenances along the pro- posed alignment of North Bristol Street from Birch Street to Campus Drive; the installation of approximately 90 feet of 12 -inch water line along the easterly side of Campus Drive; connections to the existing water system; the relocation of an existing fire hydrant; and miscellaneous related work. Most of the work to be performed is within vacant freeway right of way between Birch Street and Campus Drive. The contract requires completion of all the work in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. W- 5131 -S), (3) the City's Standard Special Provisions and Drawings, and (4) City of Newport Beach Standard Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5. II. COMPLETION AND SCHEDULE OF WORK The contractor shall complete all work on the contract within 40 consecutive calendar days after award of the contract by the City Council, and as speci- fied in Section 6 of the Standard Specifications. The contractor shall submit a construction schedule for review by the engineer. The schedule shall be approved by the engineer prior to the start of any work and shall incorporate the following requirements: 1. Shutdown of the 12" main in Campus Drive and the 8" main in Birch Street shall not coincide, 2. Request for shutdowns must be made to the City Utilities Super- intendent 48 hours in advance. • SP2of 5 3. Shutdowns shall not be made on Fridays, Saturdays, Sundays or holidays. III. PAYMENT The unit or lump sum price bid 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 work in place, and no addi- tional 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. CONSTRUCTION SURVEY STAKING Field surveys for control of construction will be provided by the City of Newport Beach survey crew. Requests for survey shall be made to the engineer 48 hours in advance of the required survey. V. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facili- ties. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. VI. 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 whatsoever. Any such defects shall be repaired at the contractor's expense. VII. NOTICE TO BUSINESSES The City will mail preliminary notice to all businesses affected by this work. Twenty -four (24) hours before shutting off water service to any business or residence, the contractor shall distribute a written notice stating the date and time the water will be shut off and the approximate time the water will be turned back on. The written notices will be prepared by the City and the con- tractor 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 renotification using an explanatory letter. VIII. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. Guarding - The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other euqivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. • • SP 3 of 5 The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum bid for guarding underground construction. The contractor shall submit a detailed plan for bracing excavations in accor- dance with the provisions of Section 306 -1.1.6 of the Standard Specifications. IX. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The con- tractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the engineer, are not subjected to the probability of damage. The contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the engineer. X. PERMITS The contractor shall obtain the following permits prior to any construction and shall have a valid City business license: 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. The City has applied for an encroachment permit from the California Depart- ment of Transportation. All of the work is within State -owned right of way and the contractor shall abide with all of the permit requirements. It is anticipated that this permit will be obtained in February. XI. TRAFFIC CONTROL Traffic control shall be provided in conformance with the applicable portions of Section 7 -10 of the Standard Specifications except as herein modified. The contractor will not be permitted to close any traffic lanes on Birch Street or Campus Drive except for short periods for loading and unloading of equipment and materials. XII. 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 SP 4 of 5 City water, it shall be his responsibility to make arrangements for water pur- chases by contacting the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 640 -2221. XIII. CONSTRUCTION DETAILS A. Water Line The contractor shall furnish and install 16 -inch and 12 -inch Class 150 ACP water main pipe and appurtenances in accordance with Section 207 -7 of the Standard Specifications. B. Flanges Flanges for water line shall conform to AWWA C -207 Class D. All flanges shall be furnished with flat faces. The flanges shall be attached with the bolt holes straddling the vertical axis of the pipe unless otherwise shown on the plans. The flanges shall be attached to the pipe in conformance with the applicable provisions of the "AWWA Standard Specifications for Steel Pipe Flange" (AWWA Designation C -207). C. Bolts Bolts and nuts for buried service shall be Type 18 -8 stainless steel and shall be thoroughly cleaned after installation and coated with EC -244 mastic as manufactured by and in accordance with the recommendations of Minnesota Mining and Manufacturing Company. D. Gaskets Except as otherwise provided, gaskets for flange joints shall be 1/16 -inch thick laminated asbestos fiber or cranite. All blind flanges shall have a 1/16 -inch thick reinforced rubber gasket which covers the entire inside surface of the blind flange. The gasket shall be cemented to the surface of the blind flange. E. Butterfly Valves The 16 -inch butterfly valves shall be flanged Class 150 -B, leakfree at 150 psi and shall conform to Section 207 -16.3 of the Standard Special Provi- sions. Valves shall be installed with standard valve boxes. F. Gate Valves All gate valves supplied under this contract shall conform to the require- ments of Subsection 207 -16.2 of the Standard Special Provisions. Valves shall be flanged by Ringtite and installed with standard valve boxes. G. Disposal Excess trench excavation and debris from the work shall become the property of the contractor and shall immediately be removed from the job site in a manner and at a location acceptable to all cognizant agencies. H. Pipeline Construction • SP5of5 Trench excavation, pipe laying, backfilling, pavement restoration, and acceptance shall conform to Section 306 of the Standard Specifications and 306 -1.2 of the Standard Special Provisions. Construction and testing water shall be the responsibility of the contractor. Handling and storage of the pipe and appurtenances shall be in accordance with the recommendations of the manufacturer. .lq U n a Ah m Z m m z N m -i r1r t+� l� n lV n ro s a S a i S 1Mp V {1• C � N — v Ln G 3 3 x J cl)n —i rnh;in I e a r \' Q\ 47 0. 4 N n � � A Z Z � 1 1i y J p � i ra rat m Z m m z N m -i r1r t+� l� n lV n ro s a S a i S 1Mp V {1• C � N — v Ln G 3 3 x J cl)n —i rnh;in I e a IM V1 N S ry .I a r1 i m z z m m A �i m 0 -q A f 1 ya h+ ro a 3 S s 0 r co r. o 3 { v H r M (H' N 1 O "I LIN, r Lt Zf Vr � A T N � z C f Q I I i I I I I i 1 .i ` y v I C y � 1 1 1 i m z z m m A �i m 0 -q A f 1 ya h+ ro a 3 S s 0 r co r. o 3 { I--� n Ak Alk m n -+ L Z -;-DiR h n p f r � e r",,oro -�� (N 4 ro n1 N o' (N °V °o N -i U Z e N Q m t z� z� C: .I .j• O{ I � i i I � � "' n i Cz i m n -+ a) z -4 Z -;-DiR e r",,oro -�� 4 ro N m v -A -<a -zoo m Fn j El k1 g Q S Z r x rv� 0 r � cn L 3 x i 1'J 1 ... RESOLUTION NO. 898 tj 0 By h� 0,;;. A RESOLUTION OF THE CITY COUNCIL OF THE CITY NEWPORT BEACH AWARDING A CONTRACT TO ROGERS AND DAVIES IN CONNECTION WITH WATER MAIN IN NORTH BRISTOL STREET (BIRCH STREET TO CAMPUS DRIVE), CONTRACT NO. 1885 WHEREAS, pursuant to the notice inviting bids for work in connection with the water main in North Bristol Street (Birch Street to Campus Drive), in accordance with the plans and specifications heretofore adopted, bids were received on the 11th day of January, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Rogers and Davies; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Rogers and Davies for the work in the amount of $22,075.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 24th ATTEST: City Clerk day of January , 1977. DDO /bc 1/21/77