Loading...
HomeMy WebLinkAboutC-1959 - Grand Canal water & sewer main replacementFEB 12 1919 By the CITY COUNCIL CITY OF NRWPORT REACH TO: CITY COUNCIL February 12, 1979 CITY COUNCIL AGENDA ITEM NO. H -10 FROM: Public Works Department SUBJECT: ACCEPTANCE OF WATER AND SEWER REPLACEMENT ACROSS GRAND CANAL, BALBOA ISLAND (CONTRACT NO. 1959) RECOMMENDATIONS: 1. Accept the work. 2. Aut horize 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 replacement of the water and sewer mains crossing the Grand Canal on Balboa Island has been completed to the satisfaction of the Public Works Department. The bid price was $69,499.00 Amount of unit price items constructed 69,499.00 Amount of change orders None Total contract cost 69,499.00 Funds were budgeted in the Water and General Funds. The design engineering was performed by the Public Works Department. The contractor is Submarine Engineering Associates of Newport Beach, California. The original contract date of completion was May 31, 1978. On July 11, 1978, the Council accepted the water main portion of the work and, at the request of nearby homeowners, agreed to postpone the sewer portion until after summer. The contractor was unable to obtain the special heat fusion "Welder" for the plastic pipe until mid- October and, due to unfavorable tides, did not place the new sewer main until mid - November. All work was completed on December 12, 1978. Benjamin B. Nolan Public Works Director GPD:jd J FEB 12 1919 By the CITY COUNCIL CITY OF NRWPORT REACH TO: CITY COUNCIL February 12, 1979 CITY COUNCIL AGENDA ITEM NO. H -10 FROM: Public Works Department SUBJECT: ACCEPTANCE OF WATER AND SEWER REPLACEMENT ACROSS GRAND CANAL, BALBOA ISLAND (CONTRACT NO. 1959) RECOMMENDATIONS: 1. Accept the work. 2. Aut horize 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 replacement of the water and sewer mains crossing the Grand Canal on Balboa Island has been completed to the satisfaction of the Public Works Department. The bid price was $69,499.00 Amount of unit price items constructed 69,499.00 Amount of change orders None Total contract cost 69,499.00 Funds were budgeted in the Water and General Funds. The design engineering was performed by the Public Works Department. The contractor is Submarine Engineering Associates of Newport Beach, California. The original contract date of completion was May 31, 1978. On July 11, 1978, the Council accepted the water main portion of the work and, at the request of nearby homeowners, agreed to postpone the sewer portion until after summer. The contractor was unable to obtain the special heat fusion "Welder" for the plastic pipe until mid- October and, due to unfavorable tides, did not place the new sewer main until mid - November. All work was completed on December 12, 1978. Benjamin B. Nolan Public Works Director GPD:jd MAR 2 7 1978 By the CITY COUNCIL CITY OF W MVW VA04H TO: CITY COUNCIL FROM: Public Works Department 0 March 27, 1978 CITY COUNCIL AGENDA ITEM NO. H-2(d) SUBJECT: WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL- - BALBOA ISLAND (C -1959) RECOMMENDATION: Adopt a resolution awarding Contract No. 1959 to Submarine Engineering Associates for $69,499, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: This project provides for construction of approximately 150 feet of 10 -inch water main and 150 feet of 12 -inch sewer main across the Grand Canal on Balboa Island. The new water and sewer main will replace the existing deteriorated pipes. The attached exhibit shows the location of the project. Submarine Engineering Associates of Newport Beach was the only bid- der on the work. The bid was received and opened in the office of the City Clerk at 2:30 P.M. on March 16, 1978. The contractor's bid of $69,499 ($32,236 for the water main and $37,263 for the sewer main) is 16% higher than the Engineer's estimate of $60,000. Funds for this project are available in the current Water Main Re- placement Program (Account Number 50- 9277 -001) for the water main construction; and the General Fund (Account 02- 5597 -142) for the sewer main construction. Submarine Engineering Associates is well qualified to perform the work. The contractor has successfully completed several projects for the City over recent years. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is June 1, 1978. /'Joseph Devlin Public ks Director _E:jd Att. jog 800' c > \. l'ORY GKNE ro a r 1 IV r'ROn.o.: y SL p \ J VO i� _J L _ D of L n � > m O A — (� dNJ-77AN'e�- [�jtd� -- .__—.— A �<"m�1T7TT 3,YSiDE vet R. ._ -- - 'E'4Ccc �S LA Li Lj 7 v 0 1M C VV J' C. C ka ............. & r-7 c���� uA E n n A Z L B g 3 PIER i CITY OF NEWPORT BEACH DRAW" 9.a DATE PUBLIC WORKS DEPARTMENT APPROVED WATER AND SE \qp MD.IN RE.PLALEMEhIT- ACROSS TFIE. &1ZWD Ua►JAl_- 'EALBoA ISLANn G - I959 N �o T_ P v Pa Z m v - J � PUBS PUBLIC WORKS DIRECTOR R.E. NO. — DRAWING NO. EXUoIr h 0 By ^,iTY Cr tieetiKAi �' rr.L c . • RESOLUTION NO. 9 303 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SUBMARINE ENGINEERING ASSOCIATES IN CONNECTION WITH WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL - BALBOA ISLAND, CONTRACT NO. 1959 WHEREAS, pursuant to the notice inviting bids for /f work in connection with water and sewer main replacement across the Grand Canal, in accordance with the plans and specifications heretofore adopted, bids were received on the 16th day of March, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is SUBMARINE ENGINEERING ASSOCIATES; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Submarine Engineering Associates for the work in the amount of $69,499.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 27th day of r ATTEST:' City Clerk March 1978. DDO /bc 3/23/78 WE PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to-wit: 4. ........... arch...2.s ...19.7$ ...................... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this grid day of Mar 19 78 Signature E �\ �r 2721 E. Coast Hwy., Corona del Mar, California 92625. This space is for the County Clerk's Filing Stamp Proof of Publication of NOTICE INVITING BIDS rn, GIB EGgrt1, PROOF OF PUBLICATION Paste Clipping of Notice SECURELY In This Space ".executed, and seturned;in the I A. Proposal B. Designation of Sub- contractors C. Bidders Bond D. Non-collusion. Affidavit E. Statement of Financial Responsibility F. Technical Ability and Ex- penencel%ferencea These documents -shall be affixed with the signature and . titles of the persons signing on behalf of the bidder. For cor- porations, the signatures of the President or Vice President and Secretary or Assistant Secretary we required and the Corporate Seal shall be af- fixed to all documents requiring signatures. . In the case of a Partnership, the . signature of at least ons general partner in required. it 'No bide will be accepted from a contractor who has nck bees licensed in accordance with the provisions of Chapter' 9: Divfe u M of:tbe Busineae ah8ow ofessioua— Code:, The CONTRACTOR- SHALL STATE .:HIS LICENSE. NUM -. . BER AND CLASSIFICATION INTHEPROPOSAL ' One set of plans and con- tract documents, including special Provisions, may be ob- tained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors It is requested that the plans i and contract documents be returned within2 weeks after the bid opening. .; ,The: £ity'.hae= `sdopted. the Staadafd- ':Specifications for "Public Works Construction (1976 Edition) as prepared by the Southern California Chap- ters of the American Public Works Association and the Associated General Con. tractors of America.' Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Stsa- dard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cast of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City, of Newport Beach. This form is the only certificate of insurance acceptable to the City. The successful low bid- . der will be required to com- plete this form upon award of the contract. (A sample f um.is . attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, sad faithful performance bonds most be an insurance cOm_ Party or surety company licen. eed by the State of California. The companies most 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 pro- visions of Article 2, Chapter 'l, Part 7 of the California Labor Code (Sections 1770 at 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 per. formed for each craft, classification, or type of work -. , man or mechanic needed to i execute the contract. A copy of said determination is available in the office of the i City Clerk. All parties to the .contract shall be.governed by all Provisions of the California Labor ; Coda relating to prevailing wage rates (Sec. tions 1770-1781 inclusive? The coeberi... .u.ii 1- wOceable occupati ons -" The contractor shall post a rates o1 the prevailing we e may be the job site. Copies Public Worksta� from the i Tha Ci D- artmact. ty reserves the to rejecfany or all bids right waive any informali and to i bids. ty in such Publish: March 2, 1978, in the Newport Harbor Ensign, • /' % � ..yip /�. f..• r / �� FEB 27 1978 February 27, 1978 By the CITY COUNCIL CITY COUNCIL AGENDA CITY, OF OWPORT awm ITEM N0. H -10 n TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL - BALBOA ISLAND (C -1959) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 p.m., March 16, 1978. DISCUSSION: This project provides for the replacement of an 8 -inch water main and 12 -inch sewer main crossing the Grand Canal (see attached exhibit). Clearances have been obtained from the U.S. Army Corps of Engineers, and the Regional Water Quality Control Board. The work is covered under a blanket maintenance permit from the Coastal Zone Commission. The project is estimated to cost $60,000. Financing of the work will be from the General Fund (Acct. No. 02- 5597 -142) for the sewer crossing share of $35,000 and from the Water Fund (Acct. No. 50- 9277 -001) for the water crossing share of $25,000. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is June 1, 1978. (Joseph evlin f Plablic s Director id Att. - ....`z; rvA- '°ES iii 11 AROMO ✓TORY \\ I5 yT�, y- � r ,J v � 5 p 1 e�j T rl L SEQE'nie� -» r l L J w —r� 1 - ED L c -- � �t mom' c. v:" b 0 � b Z m v N� CITY OF NEWPORT ` NMR ANp SEINER MAIN REPLACEMENT' ACROSS -ME- 6RMJb Cf\WAC- R A 50A ISLAND C -1959 DRAWN E•JA DATE APPROVED PUBLIC WORKS DIRECTOR R.E. N0. DRAWING NO. EXgIBIT J �r 1 July 11, 1978 CITY COUNCIL AGENDA ITEM NO. G -4 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WATER AND SEWER MAIN REPLACEMENT ACROSS GRAND CANAL, BALBOA ISLAND (CONTRACT NO. 1959) RECOMMENDATIONS: 1. Accept the work on the water main crossing, and authorize payment of the ten percent retention in 35 days. 2. Approve deferral of the sewer main crossing construction until after Labor Day. DISCUSSION: The contract for replacement of the water and sewer mains crossing the Grand Canal on Balboa Island is currently under construction. Due to the cement shortage and to the Contractor's initial inability to obtain satis- factory insurance, the work has overlapped the summer season. The water main portion of the contract has been completed, and the Contractor had planned to start the sewer crossing adjacent to South Bay Front on July 12. However, nearby homeowners have requested that the Contractor delay construction of the sewer work until after Labor Day. The Contractor, Submarine Engineering Associates, has agreed to the delay provided that the City accept the water main portion of the contract, including payment of the ten percent retention. The contract bonds and in- surance will remain in force. With the recommended change, the new completion date would be approxi- mately September 30, 1978. The location is shown on the attached sketch. seph T. vlin P blic W Director :jd Att. 7 OIINE-S (� \ i fl D o 0 0 0 uwN YAV T cOA`± / NC P _` 1; •fir ��P� SE.PENd� BAYS /o`� r6R. t'a"a�ro:er va,rc — Ole/ s O,r�MOU >O r t Ir L� r 1�fi i. �9 / IS N �EA`>0 �� inn �C- � 5! W-K-04 A � ms F, SPA�Y ! CHANh Ilk 114, 'A A �` /f LJ l l C lr• -•�J � [F yr 844 .�INCJJ� CYUL� �� N N� r , �1� — � �.riOAMAR� C► >�C-3c J �l� ©��L� --ter C-3 �j v [,] U � ; r eruiv C_J C_.� 1 •.� Q$ A n O A PLIBL.I .` CITY OF N BGLBOd Plge EACH ♦ \' sto DRAWN E.Q DATE APPROVED WATER A►JD'-SEWER MAIN REPUCEMEAIT PUBLIC WORKS DIRECTOR - ACROSS TAE GRAND CANAL R.E. NO. BAL60A LSLAND DRAWING NO. EXHIBIT . • March 5, 1979 Submarine Engineering Association SO4 31st Street Newport Beach, CA 92663 Subject: Surety : Balboa Insurance Company Bonds No. : LOS- 025927 Contract No.: 1959 Project Water and sewer replacement across the Grand Canal, Balboa Island. The City Council on February 12, 1979 accepted the work of subject project and authorizes the City Clerk to file a Notice of Completion and to release the bonds 3S days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on February, 20, 1979 in Book No. 13039, Page 1958. Please notify your surety company that bonds may be released 35 days after recording date. DORIS GEORGE City Clerk DG:ct cc: Public Works Department PIFASE RETURN To R O1j 'yG ..v • CITY CLEr K `tea 2 3` 9 UX t,IPT c1rY 01" hE1wP�,�r CFA,rl�l r '�� C 9 '300 hl�t.: - n:7 ut: . NE4VPCRT NOTICE, OF COMPLETION PUBLIC WORKS • aX 13039es 1 j58 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 30 Min. 1 P.M. FEB 20 1919 LEE A. BFANC,:, .00nfy .;_ecrder 'I "o All Laborers and Material Men and to Every Other Person Interested: YOU WI1..L PLEASE TAKE NOTICE that on December 12, 1978 the Public Works project consisting of water and sewer replacement across Grand Canal, Balboa Island. on which Submarine Enpineering Association was the contractor, and Balboa Insurance Company was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT BEACH 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 February 14, 1979 at Newport Beach, California. 1 42 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 February 12 1979 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 February 14, 1979 at Newport Beach, California. ' REC�rprs�`� Ctry C CR!( "AR 21979.. 0!rr NE{tTOPT BEACH / CA. Lr • • CITY OF NEWPORT BEACH[ CALIFORNIA City Hall 3300 W. Newport Blvd 640 -2251 Date: February 14,._1979 Lee A. Branch County Recorder P. 0. Box 2H Santa Ana, California 92702 Attached for recordation is Notice of Completion of Public Works project consisting of the replacement of water and serer main across Grand Canal /Balboa Island Contract No. 1959 on which Submarine Engineering Association was the Contractor and Balboa Insurance Company was the surety. Please record and return to us. Very truly' yours, DOGeorge V City Clerk City of Newport Beach Encl. CITY OF NEWPORT BEACH Date May 5, 1978 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1959 Project Replacement Water & Sewer Main across Grand Canal /Balboa Island Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Submarine Engineering Association Address: 504 31st Street, Newport Beach, CA 92663 Amount: $ 69,499.00 Effective Date: 5 -5 -78 Resolution No. .9303 Doris Geo e Att. cc: Finance Department C] City IIall • 3300 Newport Boulevard, Newport Beach. California 92663 r I CITY CLERK 0 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL BALBOA ISLAND Approved by the City Council this 27th day of February, 1978. Aors George, City Cle 1977 -78 CONTRACT NO. 1959 SUBMITTED BY: Submarine Engineering Associates Contractor 504 31st. St. Newport Beach, Ca. Address 9 663 City Zip Code 714 673 -5577 Telephone No. I $69,499.00 Total Bid Price 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 2:30 P.M, on the 16th day of March , 1978 , at which time they will be opened and read, for performing work as follows: WATER.AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL BALBOA ISLAND CONTRACT NO. 1959 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 3 Seal shall 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.) 9 0 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 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) 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 holder's 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 Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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 shallbe responsible for compliance 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 10 -27 -77 Page 2 All bids are to be computed on the basis of the given estimated quantities ot work, as indicated in this Proposal, times the unit price as submitted by the bidder, r 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. 251985 Classification A Accompanying this proposal is Bidders Bond Cash, Certified Check, Cashiers Check or Bond) —� 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 714 673 -5577 Phone Nun er March 16, 1978 Date ubmar'ne Engineering Associates Bid er s Name (SEAL) /Lor n o ._ Miller u� or�ze Si g nature Authorized Signature . -Individual 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: 0 • 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 2901 W. Valley Blvd. 1. Shore Connection Witon Company Alhambra, Ca. 91803 Shellmaker Ka. 2• Dredging Shellmaker Inc. Newport Beach, Ca. 3. 4. 5. 6. 7. 8. 9. 10. 12. Submarine Engineering Associates Bidder sT Name SJlnrenzo C_ Miller Authorized Signature Indi Vi dual Type of Organization (Individual, Co- partnership or Corp.) .. 9 0 CASHIERS CHECK IN THE AMOUNT OF $6,949.90 DEPOSITED IN LIEU OF BIDDER'S BOND WITH CITY CLERK Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we and as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ , 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 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 (Z) 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 day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) ncipa Surety By Ti tle 0 NON- COLLUSION AFFIDAVIT `/ Page 5 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. Subscribed and sworn to before me this 16th day of March 19 78 . My commission expires: May 20, 1978 Submarine Engineering Associates 504 31st. St. Newport Beach, Ca. S /Lorenzo C. Miller S /Peggy J. Nichols Notary Public FOR ORIGINAL SEE CITY CLERK'S jE COPY" Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The 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 /Ioranzo C Miller J Signed I 0 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. • M� repairs Underwater 1,977 City of Newport Beach -- Bicycle Bridge f LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That Bond # L05- 025927 SB *0900- 94631 -016 61 Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 27. 1978 has awarded to Submarine Engineering Associates hereinafter designated as the "Principal ", a contract for Water and Sewer Main Ranlarament arrn— the Grand Canal- Balboa Island Contract No 1959 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 Submarine Engineering Associates as Principal, and Balboa Insurance C as Surety, are held firmly bound unto the City of Newport Beach, in the sum of and 50/100 thirty four thousand, seven hundred fcrty nine Dollars ($ 34.749.50 ), 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 (Labor and Material Bond - Continued) Page 9 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 7th day of April , 19 78 . Approved as to forrtl r City At,�orndy , 6-' "i Submarine Engineering Associates (Seal) Name of Contractor Principal Authorized Si nature and Titble Lorenzo `Miller wner uthorized Signature and Title Balboa Insurance Company (Seal) Name of Surety 620 Newport Center Dr., Newport Beach, Address of Surety 92660 Signature and Title of Authorized Agent A. E. Lee Attorney in Fact 1717 S State College # 275, Anaheim, Address of Agent 92806 (7 4) 634 -2126 Telephone No, of Agent CA CA STATE OF California ss: County of Orange ) On this 7th day of April 79-2B_ before me Patsy J. Pyle a Notary Public in and for the said County of Los Angeles State of California residing therein, duly commissioned and sworn, personally appeared A E Lee known to me to be the Attorney -in -Fact of the Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me that he subscribed the name of the Balboa Insurance Company thereto and his own name as Attorney -in -Fact. Notary Public in a0 for County bJ LSUJIY IL002ZR776 My coh�M!S�'Cn ex: uas osc, v, isw LOS Arise les .State of ('a] i fnrni a Bo d # L05- 025927 • S 0900- 94631 -016 61 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 March 27 1978 has awarded to Submarine Enqineerinq Associates hereinafter designated as the "Principal ", a contract for Water and Sewer Main Replacement across the Grand Canal- Balboa Island, Contract No. 1959 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, Submarine Engineering Associates as Principal, and Balboa Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of sixty nine thousand, four hundred, ninety nine Dollars ($ 59,499,00 ), 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 E (Performance Bond - Continued) 0 Page 11 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 7th day of April , 19 78 Submarine Engineering Associates (Seal) Name of Contractor (Principal) Authorized Signature and Title Lorenzo C. Niller, Owner Authorized Signature and Title Balboa Insurance Company _(Seal) Name of Surety 620 Newport Center Drive, Newport Beach, Address of Surety- 92660 S g ature and Title of Authorized Agent Approved a� to �forrri: A. E. Lee Attorney in Fact 1717 S State College # 275. Anaheim. CA Address of Agent 92806 Cftt Attorne (714) 634 -2126 Telephone No. of Agent CA STATEOF California ss: County of Orange On this 7th day of April 1978 before me Patsy J. Pyle a Notary Public in and for the said County of Los Angeles Stateof California �residing therein, duly commissioned and sworn, personally appeared A. E. Lee known. to me to be the Attorney -in -Fact of the Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me that he subscribed the name of the Balboa Insurance Company thereto and his own name as Attorney -in -Fact. LMYCcMMIM0N Y -� Notary Public in ar for the ounty Los An eles California g State o1L002ZR776 EXPIRES'[ EC. 9, 1974 6/00A INSURANCE COMPANY, 620 NEWPORT CENTER DRIVE, NEWPORT BEACH, CALIFORNIA 92660 GPA 923 GENERAL POWER OF ATTORNEY NUMBER VALID ONLY IF IN RED Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by these presents make, constitute and appoint of Anaheim and State of Ca 1 i f o r n i a its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Lontract bonas (J.Li.A. buarantee Agreement) - DZUU.uuu.uu; and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1%2. "Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." In Witness Whereof, Balboa Insurance Company has caused these presents to be signed by its S r- V i r a P r a c i d P n t and its corporate seal to be hereto affixed this 15th day of February A.D., 19-LL. BALBOA INSURA COMPA By State of California County of Orange ss.: On this j .rh,__day of February A.D., 19 7 7, before me personally came J a c k M. T r a p p . to me known, who, being by me duly sworn, did depose and say, that he resides in M i s s i o n V i e.i o. California that he is S r. V i c e P r e s i d e n t of BALBOA INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his named thereto by like order. ....... ,,....� OFFICIAL Sr ALyj /, �n Jr.AN '" -ON Notary Public is MY Commission Ezpires JOY 9, 1976 1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under by hand and the seal of said Company, at Newport Beach, California, this 7th day of April , 19_. 8296672 a Secretary 0 0 Page 12 CONTRACT THIS AGREEMENT, made and entered into this 6-1y', day of_ ,J__ /2o- 19 7L , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Submarine Engineering Associates 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 AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL - BALBOA ISLAND CONTRACT NO. 1959 _ and to perform and complete in a good and workmanlike manner ail the work pertaining thereto shown on the Plans and Specifications therefor; to us-nish 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 1ne s_id Contra;a or to em,ploy, and does hereby employ the said Contractor to provide ._ne materiels 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 tree tae, i T.e fanner, and upon the conditions set forth in the Specifications; and the said parties For themselves, their heirs, executors, administrators„ successors and Fssigns, do ,ereby agree to the full performance of the covenants herein container. 4. The Notice to Bidders, Instructions to Bidders, Cani:ractor's Proposal, and the Plans and Specifications, and all amendments theleo , 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. 6 46 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. CITY OF NEWPORT BEACH, CALIFORNIA Mayor F , ATTEST- City Cleft Contractor (SEAL) By: Lorenzo C. Miller as Approved,gas t f^orm: / ?= r jCi �y At°tornW, 09+ , Owner • • PR 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL BALBOA ISLAND 1977 -78 CONTRACT NO. 1959 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 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 (Dwg. No. W- 5137 -S) and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1959 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ffEM QUANTITY ITEM DESCRIPTION TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1 Install approximately 135 linear feet of 10- Lump Sum inch high density polyethylene water main pipe and appurtenances as shown on plans, complete in place. Thirty Thousand five @ hundred and fifty eight _Dollars and _ Zero Cents $_30,558.00 Lump Sum 1 Install approximately 150 linear feet of 12- Lump Sum inch high density polyethylene sewer main pipe and appurtenances as shown on plans, complete in place. Thirty five thousand, five @ hundred and eighty five _Dollars and Zero _Cents $35.585.00 Lump Sum 0 PR 2 of 2 IT EFT QUANTITY ITEM DESCRIPTION TOTAL NO. UNIT UNIT PRICE WRITTEN IN WORDS _ _ PRICE 3. 1 Guard underground construction Lump Sum (Water Main only) One thousand, six hundred @ and seventy eight Dollars and zero _ Cents Lump Sum 4. 1 Guard underground construction Lump Sum (Sewer Main only) @ One thousand, six hundred Dollars and seventy eight and Zero _Cents Lump Sum TOTAL PRICE WRITTEN IN WORDS Sixes nine thousand and four hundred ninety nine _Dollars and 7,r„ Cents Contractor's License No. 251985 Date March 16, 1978 $_ 1678.00 _ fj Submarine Engineering Associates _ Bidder's Name S /Lorenzo C. Miller Authorized Signature Contractor's Address 504 31st. St. Newport Beach, Ca. 92663 Telephone No. 714 673 -5577 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL BALBOA ISLAND CONTRACT NO. 1959 Section Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. SURVEY CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . . . 2 VI. PROTECTION OF EXISTING IMPROVEMENTS . . . . . . . . . . . . . . . . . 2 VII. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . 2 VIII. EXCAVATION, BACKFILL, AND GUARDING UNDERGROUND CONSTRUCTION. . . . . 2 IX. SURFACE AND GROUND WATER CONTROL . . . . . . . . . . . . . . . . . . 3 X. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. PERMITS . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . 4 XII. STORAGE AREA . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 XIII. NOTICE TO RESIDENCES AND BUSINESSES . . . . . . . . . . . . . . . . 4 XIV. PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . . . . . . . . . 4 XV. CONSTRUCTION SCHEDULE . . . . . . . . . . . . . . . . . . . . . . . . 5 XVI. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . . . 5 XVII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . 5 A. Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 B. Pipe Installation . . . . . . . . . . . . . . . . . . . . . . . . 7 0 • SP 1 of 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL BALBOA ISLAND 1977 -78 CONTRACT NO. 1959 I. SCOPE OF WORK The work to be done under this contract consists of constructing approximately 285 feet of 10- and 12 -inch high density polyethylene (HOPE) pipe for two underwater crossings of the Grand Canal; 135 feet of 10 -inch HOPE water main with appur- tenances and 150 feet of 12 -inch HOPE sewer main with appurtenances. The contract requires the completion of all the work in accordance with (1) Special Provisions, (2) the Plans (Drawings No. W- 5137 -S), (3) the City's Standard Special Provisions and Drawings, (4) City of Newport Beach Standard Specifications. The City's Standard Specifications are the Standard Specifi- cations for Public Works Construction, 1976 Edition including supplements to date. 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 OF WORK A. General The contractor shall complete all work on the contract by May 31, 1978. The contractor shall submit a construction schedule for review by the engi- neer. This schedule shall be approved by the engineer prior to the start of any work. 0 III. PAYMENT • SP2of8 The 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 additional allowance will be made therefor. IV. SURVEY CONTROL Field surveys for control of construction shall be the responsibility of the con- tractor. All such surveys shall be under the supervision of a California licensed surveyor or civil engineer. 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 facilities. See Sheet 1 of the drawings for telephone numbers and names of persons to be contacted. 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. The contractor's attention is called to Section 5 of the Standard Specifications. VI. PROTECTION OF EXISTING IMPROVEMENTS The contractor shall be responsible for the protection of all improvements adjacent to the work, such as sprinkler systems, drain pipes, lawns, plantings, brick work, masonry work, fences, walls, etc., located on either public or private property. If any improvements are removed or damaged, other than those designated for removal on the drawings, then such improvements shall be replaced in kind at the contractor's expense. Existing buildings and 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 construc- tion of the improvements. It will be the contractor's responsibility to determine the need of any support system to any adjacent structures. If a support system is necessary, the design shall be by a registered civil engineer of California at the contractor's expense, and shall be submitted to the engineer for approval prior to installation. VII. 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. VIII. EXCAVATION. BACKFILL. AND GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. • • SP3of8 Guarding - The walls and faces of all excavations on land over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. 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. SURFACE AND GROUND WATER CONTROL 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. Surface water containing mud, silt or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, suffi- cient to prevent such waters from entering storm drains or the ocean. The con- tractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, Calif. 92506, Telephone (714) 684 -9330, Mr. John Zasadzinski), prior to commencing construction. Upon approval of the plan by the City and the Board, the contractor shall be responsible for the implementation and maintenance of the control facilities. The contractor's attention is called to Subsections 7 -8.1 and 7 -8.6 of the Standard Specifications as regards project site maintenance. 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 water purchases by contacting the City's Utility Superintendent, Mr. Jim Frost, at (714) 640 -2221. • XI. PERMITS • SP4of8 The City has obtained the following approvals and permits which are available for inspection at the Public Works Department: Permit for discharge of waste water: County Sanitation Districts of Orange County (See also Section XVII, part B, subsection 2b). 2. Project approval: California Regional Water Quality Control Board- - Santa Ana Region (See also Section IX -- Surface and Groundwater Control). 3. Blanket Maintenance Permit: Department of the Army, Los Angeles District, Corps of Engineers. 4. Blanket Maintenance Permit: California Coastal Zone Conservation Com- mission- -South Coast Regional Commission. The contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these regulatory agencies. All costs involved in complying with these requirements shall be absorbed by the contractor in his bid, and no additional compensation will be made therefor. Before disposing of any demolition or removals at any sanitary landfill site in Orange County, the contractor shall obtain a permit from the City Public Works Department. There is no charge for this permit; its purpose is to pro- vide authorization for the contractor to use those disposal facilities for excess material. XII. STORAGE AREA The contractor will be responsible for obtaining the necessary rights to use property for purposes of storing equipment and materials. If necessary, the City will assist the contractor to locate any possible storage areas. XIII. NOTICE TO RESIDENCES AND BUSINESSES The City will mail a preliminary notice to all residences and businesses affected by this work. Between 40 and 55 hours prior to blocking access to residences or businesses, the contractor shall, with utmost care, distribute to each and every residence and business, a notice, prepared by the City, stating when the work will begin and approximately when access to their prop- erty will be restored. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the contractor. XIV. PROTECTION OF EXISTING PROPERTY CORNERS Every effort shall be made by the contractor to protect any existing property corners uncovered during construction. Should any of these corners be distrubed, they shall be restored by the contractor at his expense and no separate compen- sation will be made. • . SP5of8 XV. CONSTRUCTION SCHEDULE A. Only one of the two entrances into the canal may be closed to boat traffic at any one time for a maximum period of fourteen (14) consecutive calendar days. B. All work in the canal shall be limited to one of the utility crossings until it is completed in its entirety. C. Once work has begun on one of the utility crossings, all work related to that crossing must be completed within fourteen (14) consecutive calendar days. D. Contractor will be permitted to work at night and with the tides, during which time all construction noise must be kept to a minimum. XVI. TRAFFIC CONTROL AND ACCE A. General The contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The contractor shall submit a written traffic control plan to the engineer for his approval prior to commencing any work. B. The alleys running parallel to the canal on the east and west side must remain open to traffic at all times. C. Vehicular egress and ingress into the alleys mentioned above must be main- tained via alleys 418 -A, 425 -A, 400 -A, and 419 at all times. XVII. CONSTRUCTION DETAILS A. Materials 1. Polyethylene pipe shall be Class 150 (pressure rated to 150 psi) high density polyethylene (HOPE) pipe produced from Type III, Category 5, Grade 34 material per ASTM D- 1248 -74 and have the Plastic Pipes Insti- tute designation of PE 3406; and shall be Driscopipe 7600 as manufac- tured by Phillips Products Co., Inc.; or an approved equal. The stamped marking of the National Sanitation Foundation (NSF), the type of plastic material (PE 3406), and the pressure rating (150 psi) shall be marked on each section of pipe. 2. Polyethylene flange adapters for flanged connections shall be rated and marked to match the HOPE pipe to which it is butt fused, and shall be type as standard with the HOPE pipe manufacturer. Polyethylene flange assembly for connection to cast iron pipe consists of slip -on metal flange back -up ring with required bolts and gasket. Polyethylene flange assembly for joining HDPE to HDPE consists of 2 -slip on metal flanges with required bolts and gasket. . • SP6of8 3. Polyethylene pipe fittings shall be fabricated from HDPE pipe with the same rating as specified in subsection 1 above. 4. HDPE Pipe Joininq a. Joining of polyethylene pipe sections, fittings, and flange adapters to the HDPE pipe main shall be by leakproof, thermal, butt fusion joints. All fusion must be done by personnel trained by the pipe supplier or o— er quaTified person approved by the engineer. b. The fusion machine shall have hydraulic pressure control for fusing two pipe ends together. It shall include gages to correctly monitor fusion pressures. The machine shall be equipped with an electric or gasoline engine powered facing unit to trim irregularities from the pipe ends. The heating plate on the fusion machine shall be elec- trically heated and thermostatically controlled and shall contain a temperature gage for monitoring temperature. c. Joint strength must be equal to that of adjacent pipe as demonstrated by tensile test of a field fabricated joint, by an approved labora- tory, per ASTM 2105 -67. Test shall be made to destruction. d. Gaskets of types specified shall be installed at flanged joints and the joints shall be bolted and drawn up tight. 5. Gaskets at flanged polyethylene adapter joints shall be full face 1/16 - inch thick cloth- inserted rubber gasket extending from inside edge of the flange and beyond the bolt circle. 6. Cast iron pipe (mortar lined and sealed with bituminous coating) shall conform to Section 207 -9.2 of the Standard Specifications and shall be for a working pressure of 150 psi. All pipe joining shall be mechani- cal joints and conform to AWWA C111. 7. Cast iron pipe fittings (mortar lined and sealed with bituminous coating) shall conform to Section 207 -9.2.3 of the Standard Specifications and shall be for a working pressure of 150 psi. 8. Metal flanges for water lines shall conform to AWWA -207 Class D. All flanges shall be furnished with flat faces and attached to the pipe in conformance with the applicable provisions. 9. Bolts and nuts shall be Type 18 -8 stainless steel. They shall be thor- oughly cleaned after installation and coated with EC -244 mastic as manufactured by and in accordance with the recommendations of Minnesota Mining and Manufacturing Company. 10. Concrete for thrust blocks and anchors shall be 560 -B -3250. Concrete for all gutter construction shall be 560 -C -3250. 0 • SP 7of8 11. Asphalt furnished for trench resurfacing shall be Type III -D -AR -4000 in conformance with Section 400 -4 of the Standard Specifications. 12. Rubatex wrap shall be Type R -422 as manufactured by Rubatex Corporation, or an approved equal. B. Pipe Installation 1. General. Installation of the pipe shall be accomplished in strict accor- dance with the manufacturer's printed instructions. 2. Excavation and Backfilling a. Excavation. All excavation of whatever substances encountered shall be performed to the depths indicated or as otherwise specified. Dur- ing excavations in the channel, material suitable for backfill shall be stockpiled against the adjacent bulkheads. All excavated material not required or suitable for backfill shall be removed and disposed of as directed. Sheeting and shoring shall be done as may be necessary (see Section VIII -- Excavation, Backfill, and Guarding Underground Construction) for the protection of the work, existing improvements, and for safety of personnel. Excavation in the vicinity of existing piles shall be carefully done to avoid damage to the piles. b. Dewatering. All water removed from excavations shall be pumped to a portable settling box of a size and configuration capable of re- moving suspended solids from the dewatering operation. The dis- charge from the box shall be metered. Water from the settling box shall be discharged into the nearest sewer manhole. Discharge from the box will be periodically sampled by the County Sanitation Districts of Orange County. The City has obtained and paid for the necessary permit from County Sanitation Districts of Orange County. One standard fire hydrant meter can be rented to the contractor and may be picked up at the City's maintenance yard at 949 West 16th Street from the Utilities Division. All costs involved in the dewatering operation shall be included in the unit price bid for the related item requiring dewatering. c. Backfilling. The excavated material will be permitted for use as backfill of the trench. The bottom of the canal shall be returned to its design cross section as shown on the Plans. Any construction equipment in the canal shall be prevented from resting on top of backfilled trench. 3. Handlin and stora a shall be conducted in accordance with the manu- facturer s printe instruction. The handling of the joined pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. 9 • SP8of8 4. Concrete block anchors shall be provided as shown on the Plans to insure the line against floating. The blocks shall be cast -in -place in accor- dance with Section 303 -1.8.8 of the Standard Specifications (Concrete Deposited Under Water) with forms to contain the concrete as approved by the engineer. 5. Avoiding contamination (water main only) shall be exercised at all times to avoid contaminating any pipe or fittings. Ocean water and dirt shall be prevented from entering the pipe as far as practicable. Every open end of pipe or fittings shall be plugged at the end of each day's work. After installation and before making connections to existing water mains, the new pipe shall be cleaned, tested, and disinfected. 6. Pipe Testing and Disinfection a. Water main shall be tested and disinfected in accordance with Section 306 -1.4.7 and 306 -1.4.8 of the City's Standard Special Provisions. This test must be made prior to making any connections to the existing water mains. b. Sewer main shall be air tested in accordance with Section 306 -1.4.4 of the Standard Specifications. 7. Temporary sewers by -pass system (with pump capacity of 400 gpm) shall be on hand at job site and ready for immediate use in case of damage or breakage to the existing sewer main. 0 6 CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 'Phis is to certify that the Company named below has issund to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 6. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Hon -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective, Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsem rit� effective when signed by an Authorized Re 1sentative of and when issta Cigywa all No. ing expir Name of Insurance Company be valid and form part of Policy NAME 4 _ ADDRESS - AGE /BROK`EE1 Aut orizc Re—� pcesentatrve� IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company 0 0 April 25, 1978 Received Cashiers Check No. 20918 dated March 22, 1978, payable to the City of Newport Beach in connection with Contract No. 1959. Date: r Submarine Engineering Associates 0 0 April 24, 1978 TO: CITY CLERK FROM: Public Works Department SUBJECT: WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL - BALBOA ISLAND, C -1959 It is requested that the cashiers check (in the amount of $6,949.90) being held as the bid bond for the subject project be released to Submarine Engineering Associates. The contractor has satisfied the necessary conditions to have the check returned to him. ��oG1.k Eldon Davidson Project Engineer Affire, r AMERICAN FIDELITY FIRE INSURANCE COMPANY NEW YORK BID BOND BOND NUMBER: 2684057 6 PREMIUM:,,, sBSU ................. „ BID DATE : March 16, 1978 KNOW ALL MEN BY THESE PRESENTS, That we...... SUBMARINE ENGINEERING ASSOCIATES ....................................... ............................... ......... (hereinafter called the Principal), as Principal, and AMERICAN FIDELITY FIRE INSURANCE CO., a corporation, organized and existing under the laws of the State of New York and authorized to transact a general surety business in the State of ,,,,CAL I FO RN I A ..... .. ............................ (hereinafter called the Surety), as Surety, are held and firmly bound unto........ HE CITY „QF NERRET...NUCH ....................................................... . ............................. .......................... . ............................................................... I..................... (hereinafter called the Obligee) in the penal sum of,,,,,, „.,TEN,,,,,,,,,,,,,,,,,,,,,,,, percent ( ...... � q,,;,,,,,.,,,,,.,,,,.,%) not to exceed SEVEN THOUSAND FIVE HUNDRED AND NO/ 100------------- - - - - -- Do�PuFs($„ .................................................................................................... ............................... for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit l4ATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND aproposal to the Obligee on a contract for ................................................................................................ ............................... CANAL - BALBOA ISLAND. ........................................................................... ............................... NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful perfor- mance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise remain in full force and effect. March SIGNED, SEALED AND DATED this,,,,,,,,,,,, 15th ,, „,,,,,,,,,,,,,,,,,,,,,,,,,,,,, day of,,,,,_,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,, 19 78 3 —,z - -77 7 Y.. SUBMARINE ENGINEERING, ASSOCIATES .................... ............................... . ....... ............................... PRINCIPAL By: D AMER DEL f1F E INSURANCE COMPANY By:..:. _ ... e G t ” Peterson, ATTORNEY -IN -FACT 364 (7/7)- AMERICAN HIMLITY FIRE INSUItAI*E COMPANY WOODBURY, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Fire Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit: "The President, or any Vice - President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attomey4n -Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: GARY R. PETERSON of LOS ANGELES, CALIFORNIA its true and lawful attomey(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Any and all bonds and undertakings in an amount not exceeding $50,000.00 as to any one project, for or on behalf of this Company, in its business and in accordance with its charter, and to bind American Fidelity Fire Insurance Company thereby, and all of the acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its.President and/or Vice- President, and its Corporate Seal to be affixed. AMERICAN FIDELITY F11/DELL/IT�YY FIRE INSURANCE COMPANY M" ? Luth6H. Williams, President State of New York County of Nassau 1 ss. On this 24th day of January, 1977, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day and year above written. µ WU. Notary Public ELIZABETH M. ROSELLE ' NOTARY PUBLIC, State of New York a_mEw±� No. 30-8643115 Qualified in Nassau County Commission Expires March 30, 1978 - State of New York ss. County of Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, dated this 1 5th day of . Ma t'Ch , . ,19...73 tt� w Assistant Secretary 11 d STATE OF CALIFORNIA J(l ss. County of LOS. • On this 15th day of March in the year 19 _ 78 before me, a Notary Public in and for the County and State aforesaid personally appeared GARY R. PETERSON known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney -in -Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attomey -in -Fact. NOT P B IC 346 GP (I /6) IRWA r 1 .. _j P J _ _S cOU;; TV cos 21 1979 my Co t mission Expiras October , NOT P B IC 346 GP (I /6) CITY OF NEWPORT BEACH March 22, 1978 Submarine Engineering Associates City Clerk's office, 640 -2251 Received a cashiers check in the amount of $6,949.90 in lieu of bid bond from above company. Citv Hall • 3300 Newnort Boulevard. Newport Beach. California 92663 f� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL BALBOA ISLAND 1977 -78 CONTRACT NO. 1959 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 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 (Dwg. No. W- 5137 -S) and Special Provisions, and hereby proposes to furnish all materials and do all.the work required to complete Contract No. 1959 in accordance with the Plans and Specifications, and will take in full payment therefor the followi.ng unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1 Install approximately 135 linear feet of 10- Lump Sum inch high density polyethylene water main pipe and appurtenances as shown on plans, complete in place. Thirty Thousand five @ hundred and fifty eight Dollars and Zero Cents 1 Install approximately 150 linear feet of 12 Lump Sum inch high density polyethylene.sewer main pipe and appurtenances as shown on.plans, complete in place. @ Thirty five thousand five Dollars handed —a+id e.,e y— €lira ---- and Zero Cents Lump Sum $ 309558,00 35,585.00 r TOTAL PRICE WRITTEN IN WORDS Sixty nine thousand and four hundred ninety nine Dollars and Zero Cents $ 69499.00 Contractor's License No. 251985 Date march 16, 1978 Submarine EngineeriwggAssociates Bidders Name Auth' rized Signature Lorenzo C. miller Contractor's Address 504 319t. St. Newport Beach, Ca. 9266 Telephone No 714 673 -5577 PR2of2 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 3. 1 Guard underground construction Lump Sum (Water Main only) One thousand, six hundred @ and seventy eight Dollars and zero Cents $1678.00 Lump Sum 4. 1 Guard underground construction Lump Sum (Sewer Main only) One thousand, six hundred @ and seventy eight Dollars and Zero Cents $_1678.00 Lump Sum TOTAL PRICE WRITTEN IN WORDS Sixty nine thousand and four hundred ninety nine Dollars and Zero Cents $ 69499.00 Contractor's License No. 251985 Date march 16, 1978 Submarine EngineeriwggAssociates Bidders Name Auth' rized Signature Lorenzo C. miller Contractor's Address 504 319t. St. Newport Beach, Ca. 9266 Telephone No 714 673 -5577 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR • WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL Approved by the City Council this 27th day of February, 1978. -d2 oris George, City Cle BALBOA ISLAND [LOYAW1 CONTRACT NO. 1959 SUBMITTED BY: Submarine Engineering Associates Contractor 504 31st. St. Newport Beach, Ca. Address 92663 City Zip Code 714 673 -5577 Telephone No. $69,499,00 Total Bid Price 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 2:30 P.M. on the 16th day of March 1978 , at which time they will be opened and read, for performing work as follows: WATER.AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL BALBOA ISLAND CONTRACT NO. 1959 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 shall be affixed to all documents requiring signatures. In the case of a arP 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 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 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) 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 holder's 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 Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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 compliance 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 10 -27 -77 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. _ 251985 Classification A Accompanying this proposal is Bidders Bond (Cash, Certified Check, Cashiers Check or Bond) 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. 714 673 -557i 0 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 2901 I alley Blvd. 1, Shore Connection Witon Company Alhambra, Ca. 91803 1200 Shellmaker Rd, 2. Dredoing Shellmaker Inc. Newport Beach, Ca_ 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Submarine Engineering Associates iaName Authorized Signature Lorenzo C. miller Individual Type of Organization (Individual, Co- partnership or Corp.) 504 31st, St, Newport Beach, Ca. ress Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, SEE ATTACHED BOND That we, , as Principal, and , as Surety, are 'held and firmly bound unto the City of Newport Beach, California, in the sum of 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 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 day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact Z Title ncipa Surety 0 0 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. Subscribed and sworn to before me this. day of 2dL J My comm 5,0on expiygs: j > P =GVGY J. NICHOLS 0.:4NUF. COUNTY ♦ My commission Expires May 20, 1978 Submarine Enoineerino Associates 504 31st, St, Newport Beach, Ca. —Lor nzo C. Miller Owner LORENZO C. MILLER 1 215 Via Ravenna Newport Beach, California 92660 STATEMENT OF PERSONAL NET WORTH as of December 31, 1977 (Unaudited) ACgFTC Cash in Bank Marketable Securities (Note 2) Personal Residence - FMV (Note 3) Household Effects - FMV (Note 3) Equity in Business Property (Note 1) Total Assets LIABILITIES Mortgage Payable - Residence (Note 4) Net Worth 0 $ 1,000 4,335 145,000 10,000 56,561 d C�t4 $216,896 35,542 $181,354 The accompanying letter and notes are an integral part of these statements. LORENZO C. MILLER dba SUBMARINE ENGINEERING ASSOCIATES BALANCE SHEET As of December 31, 1977 (Unaudited) ACCRTC it Assets i on Hand and in Banks Accounts Receivable - Trade (Note 5) Work -In- Progress (Note 6) Deposits - Insurance (Note 7) Prepaid Insurance Total Current Assets Fixed Assets (Note 8) Machinery & Equipment Autos & Trucks Work Boat Leasehold Improvements Accumulated Depreciation Total Fixed Assets Other Assets Deposits - Insurance (Note 7) TOTAL ASSETS 0 $ 18,714 13,713 16,500 14,667 3,308 $ 46,363 1,900 1,818 7,622 (26,733) LIABILITIES AND PROPRIETOR'S EQUITY Current Liabilities Accounts.Payable - Trade $ 2,129 Payroll Taxes Payable 1,001 Employee Benefits Payable 56 Notes Payable - Bank, of Irvine (Note 9) 50,000 Total Liabilities Proprietor's Equity TOTAL LIABILITIES AND PROPRIETOR'S EQUITY $ 66,902 30,970 11,875 $109,747 $ 53,186 o 56,561 $109,747 The accompanying letter and notes are an integral part of these statements. y C • . Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The 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. SEE ATTACHED SHEETS C, Signed 9 • TECHNICAL ABILITY AND EXPERIENCE REFERENCES 0 Page 7 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 San Clemente-- 5ewerOutfall 492 -5101 Underwater repairs 213 1977 Long Beach Naval Shipynrd-t0 Drydnrk c 1 547 -7872 1977 City of Newport Beach -- Bicycle Bri 1977 City of Newport Beach- -Sewer Tank Oceanographic 1977 global marine Development- Survey 752 -5050 1973 City of Newport Beach - -Pile replacements Zt --, igne MAR 2 7 1978 By ho CIiy COO 4L CITY of N9;h RESOLUTION NO. 9303 46 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SUBMARINE ENGINEERING ASSOCIATES IN CONNECTION WITH WATER AND SEWER MAIN REPLACEMENT ACROSS THE GRAND CANAL - BALBOA ISLAND, CONTRACT NO. 1959 WHEREAS, pursuant to the notice inviting bids for work in connection with water and sewer main replacement across the Grand Canal, in accordance with the plans and specifications heretofore adopted, bids were received on the 16th day of March, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is SUBMARINE ENGINEERING ASSOCIATES; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Submarine Engineering Associates for the work in the amount of $69,499.00 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 27th day of March , 1978. ATTEST: City Clerk DDO /bc 3/23/78