HomeMy WebLinkAboutC-1983 - Zone III water service connection, Corona & Cameo HighlandsOFFICE OF THE CITY CLERK
DATE December 21. 1978,
TO: Steve Bucknam
SU&TECf: C -1983 Zone III Water Service Connection
Attached please find two executed copies of C -1983 for Professional
Engineering Services--Zone III Water Service Connection to Corona
and Cameo Highlands.which was authorized by Resolution No. 9482
on December 11, 1978, One copy is for the contractor:and the
other copy is for you.
Thank you
City Clerk's Office
• !
CITY OF NEWPORT BEACH
CALIFORNIA
City Hall
3300 W. Newport Blvd.
Area Code 714
DATE December 21. 1978
TO: FINANCE DIRECTOR
FROM: City Clerk
SUBJECT: Contract No. 1983
Description of Contract Professional Engineering Services Zone 111.
Water Service Connection to Corona and Cameo Righlands.
Authorized by Resolution No. 9482 , adopted on December 11, 1978
Effective date of Contract December 21, 1978
Contract with Alderman, Swift and Lewis
Address 2921 South Main
Ana, CA
Amount of Contract (see contract)
City Clerc
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS
THIS AGREEMENT is made.and entered into this / �� day of
1978, by and between:
The CITY OF NEWPORT BEACH, a municipal
corporation, hereinafter designated as
"CITY "; and
ALDERMAN, SWIFT AND LEWIS, consulting
engineers, hereinafter designated as
"ENGINEER."
WITNESSETH:
WHEREAS, CITY intends to install a water main, including appurtenances and
connections to existing distribution systems, in order to provide
Zone III water service to residential areas in Corona Highlands and
Cameo Highlands presently served by booster pump systems, hereinafter
referred to as "PROJECT "; and
WHEREAS, ENGINEER has submitted a proposal to CITY to perform engineering ser-
vices in connection with the design of PROJECT; and
WHEREAS, CITY desires to accept said proposal,
NOW, THEREFORE, in consideration of the foregoing, the parties agree as follows:
I. GENERAL
A. CITY engages ENGINEER to perform the services hereinafter described
for the compensation herein stated.
B. ENGINEER agrees to perform said services upon the terms hereinafter
set forth.
II. SERVICES TO BE PERFORMED BY ENGINEER
ENGINEER hereby agrees to perform the following services:
A. Assist the CITY in establishing the parameters for the soils investi-
gation in conjunction with the PROJECT design.
B. Provide design survey in addition to coordinated base map topography
at 1" = 40' furnished by CITY, to verify and /or supplement "as built"
conditions at each connection point.
C. Prepare detailed construction drawings on CITY_ furnished plan and pro-
file sheets to a scale of 1" = 40'.
D. Prepare special provisions and contract documents on Xerox masters
in conjunction with the CITY's Standard.Specifications for Public Works
Construction, 1976 Edition including supplements.
-1-
E. Calculate the construction quantities and estimate their cost, and
provide an engineer's estimate in bid proposal format.
F. Prepare legal descriptions for the required easements, including
right -of -way maps utilizing the 1" = 40' plans for base maps.
G. At key milestones, present design solutions for review by the CITY.
H. Provide consultation and /or interpretation of plans and specifications
during the construction phase of the project including review of shop
drawings.
III. DUTIES OF CITY
CITY hereby agrees to supply ENGINEER with the following information and
materials:
A. Record and pothole information regarding the location of existing
underground utilites.
B. Existing topographic survey information and maps.
C. As -built construction drawings of surface improvements in the PROJECT
area.
D. Mylar plan and profile sheets for preparation of original PROJECT
drawings.
E. Any other information available which the parties hereto agree may be
beneficial to the final design of the PROJECT.
IV. OWNERSHIP OF PROJECT DOCUMENTS
Original drawings, reports, notes, maps and other documents shall become
the property of the CITY and may be reproduced and utilized as deemed
necessary by the Public Works Director.
V. ENGINEER IN CHARGE
William D. Lewis, RCE No. 11543, shall be the engineer in charge of
PROJECT design.
VI. RIGHT OF TERMINATION
CITY reserves the right to terminate this agreement at any time by giving
ENGINEER three (3) days' prior written notice; notice shall be deemed
served upon deposit in the United States Mail, postage prepaid, addressed
to any of ENGINEER's business offices. In the event of termination due
to fault of ENGINEER, CITY shall be relieved of any obligation to compen-
sate ENGINEER. If this agreement is terminated for any reason other than
fault of ENGINEER, CITY agrees to compensate ENGINEER for the actual
2 _
i
i
VII
VIII
services performed up to the effective date of the notice of
termination, on the basis of the fee schedule contained herein.
COMPLETION OF FINAL DESIGN
Final design, including all plans and other documents for the PROJECT
shall be submitted to the Public Works Director of CITY for final review
within ninety (90) calendar days following authorization by CITY to pro-
ceed with final design.
FEE SCHEDULE AND PAYMENT
In consideration of the performance of the above - described engineering
services, CITY hereby agrees to pay ENGINEER an amount based upon the
hourly rate schedule set forth below. In no event shall said amount be
greater than Fifteen Thousand Dollars ($15,000.00), except as otherwise
provided herein.
A. Hourly rates for office and field personnel shall be as follows:
Classification
Principal in Charge of Project
Principal Supporting Principal in Charge
Associate
Project Engineer
Registered Engineer
Computer Analyst
Designer
Senior Construction Inspector
Construction Inspector
Draftsperson
Typist
Technician
Survey - -3 -Man Party
Pnr Wnllr
$45.00
40.00
40.00
36.00
30.00
30.00
24.00
24.00
21.75
20.00
13.75
11.00
Direct cost + 15%
B. The contract amount shall be paid to ENGINEER as follows:
1. Monthly partial payments shall be based on the amount
earned each month, as determined by the fee schedule.
The sum of the monthly partial payments shall not exceed
ninety percent (90 %) of the maximum fee;
2. Balance of the total amount earned to be paid upon completion
of work specified in Section II (Services to be Performed by
ENGINEER), or by September 1, 1979, whichever occurs first.
3. In addition, CITY agrees to reimburse ENGINEER for the actual
cost of reproduction of copies of said plans and related documents,
as well as computer costs, filing fees, checking fees, cost of
aerial photography, materials cost related to survey work plus
fifteen percent (15 %), and other related costs authorized by the
Public Works Director and advanced by ENGINEER.
- 3 -
IX. ADDITIONAL WORK
Should ENGINEER complete any additional work not outlined in this
agreement, but authorized by CITY, such as legal descriptions, revisions
to final plans, design of off -site facilities, additional topography,
additional utility design or construction staking, the extra work shall
be performed on an hourly basis in accordance with the hourly rate stan-
dard fee schedule set forth in Section VIII (Fee Schedule and Payment)
above.
X. PROJECT SCOPE REVISIONS
The scope of the PROJECT may be changed and the maximum fee revised upon
prior written approval of the Public Works Director if the increase in
the maximum fee does not exceed One Thousand Five Hundred Dollars
($1,500.00). If revisions to the scope of the PROJECT would result in
an increase in the maximum fee exceeding One Thousand Five Hundred Dollars
($1,500.00), an amendment providing for such revisions shall be processed
and executed by the parties hereto.
XI. HOLD. HARMLESS
ENGINEER shall indemnify and save harmless CITY and its officers and
employees from any damage or liability arising from any negligent
acts, I errors, or omissions in the ENGINEER's performance of this
agreement, or in the engineering work and services herein provided.
IN WITNESS WHEREOF, the parties hereto have executed this agreement on
the date first above written.
ATTEST:
By: 7�!
City Clerk
APP
By
-4-
CITY OF NEWPORT
BEACH
�i
Mayor V °°--
CITY
ALDERMAN, SWIFT & LEWIS
CONSULTING ENGINEERS
UZ
HE
RESOLUTION NO. 9 48 2
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE A PROFESSIONAL ENGINEERING
SERVICES AGREEMENT BETWEEN THE CITY OF NEWPORT
BEACH AND SWIFT AND LEWIS, CONSULTING ENGINEERS,
IN CONNECTION WITH ZONE III WATER SERVICE CONNEC-
TION TO CORONA AND CAMEO HIGHLANDS
WHEREAS, there has been presented to the City Council
of the City of Newport Beach a certain Professional Engineering
Services Agreement between the City of Newport Beach and
Swift and Lewis, Consulting Engineers, in connection with
Zone III Water Service Connection to Corona and Cameo Highlands;.
and
WHEREAS, the City Council has reviewed the terms and
conditions of said agreement and finds them to be satisfactory
and that it would be in the best interest of the City to authorize
the Mayor and City Clerk to execute said agreement,
NOW, THEREFORE, BE IT RESOLVED by the City Council.of
the City of Newport Beach that said agreement above described
is hereby approved, and the Mayor and City Clerk are authorized
and directed to execute the same on behalf of the City of
Newport Beach.
ADOPTED this 11th day of December I , 1978.
Mayor
ATTEST:
City Clerk
DDO /kb
12/4/78
,
TO: CITY COUNCIL
FROM: Public Works Department
C - 1983
December 11, 1978
CITY COUNCIL AGENDA
ITEM N0. H -2(e)
SUBJECT: * ROFESSIONAL .ENGINEERING.SERV.ICES AGREEMENT- -ZONE III WATER
.1 SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS,, C" -IM 1`
RECOMMENDATION:
Adopt a resolution authorizing the Mayor and the City Clerk to
execute the subject agreement with Alderman, Swift and Lewis,
Consulting Engineers.
DISCUSSION:
This project will provide for the installation of a water main
connection from the higher pressure Zone III water system to Corona Highlands
and Cameo Highlands (see attached sketch). The higher elevations of the two
tracts are presently served from the lower pressure Zone II system by means
of hydro - pneumatic booster stations. Installation of the connection will
insure a dependable supply of water to the areas for fire and domestic
service, and will allow the booster stations to be taken out of service,
resulting in a cost savings for maintenance and operation.
A proposal has been received from the engineering firm of
Alderman, Swift and Lewis for design and preparation of plans, specifica-
tions, estimate and right -of -way documents for the project. The principal
services to be furnished by the engineer include the following:
1. Provide survey and prepare construction drawings, special
provisions and estimate.
2. Assist the City in establishing parameters for soils
investigation.
3. Prepare legal descriptions for easements and right -of -way
maps.
4. Consultation as required during construction.
The firm of Alderman, Swift and Lewis is well qualified to perform
this work. Compensation will be based on standard hourly rates with a maxi-
mum fee not to exceed $15,000. (Rate schedule is attached.)
Sufficient funds are available
50- 9297 -130) for the work.
Beovl
a
Public Works Director
in the Water Fund (Account No.
SB:jd Att.
I �
� NfW
>a N
� ct rE4
NJ. ups
I
i
kiPlc� hLM
Q
1 8,�rE��- LIIS
-I A _ L
oG
Li
EL ���
9
9�
• O
PROJEC T:
T L/M /TS
BEACH 0
o.R
1
PROJEC T:
T L/M /TS
BEACH 0
4 In • \ a /Wr
/EAD
I41rL Abf{
LEGEND
BULK LINES
PIER LIN ES --
-- —
i,yYt
CHA El LINES
- - - - -- --- - - - - --
NEW RT BEACH BOUNDARY LINE
CO A MESA BOUNDARY LINE— - - -���
DE TH AT M.L.L.W.
CA CROSSING
PIE CROSSING
CHORAGE AREAS
UILDINCS
y
USLIC PIER
_ -r�_
�
I
BIIC DOCK
SaAm
DATE
CITY OF NEWPORT BEACH
DRAWN- E3
PUBLIC WORKS DEPARTMENT
APPROVED
ZOM£ 27r WHTBR ..SERvl: ,E Ca.AI.Al.
PUBLIC WORKS DIRECTOR
R.E. NO.
TO C0RONA f �yMEG /� /G/�CFINOS
DRAWING NO.
EX1-111317- �Ar�
,
RESOLUTION NO. ryg z-
N- Z
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE A PROFESSIONAL ENGINEERING
SERVICES AGREEMENT BETWEEN THE CITY OF NEWPORT
BEACH AND SWIFT AND LEWIS, CONSULTING ENGINEERS,
IN CONNECTION WITH ZONE III WATER SERVICE CONNEC-
TION TO CORONA AND CAMEO HIGHLANDS
WHEREAS, there has been presented to the City Council
of the City of Newport Beach a certain Professional Engineering
Services Agreement between the City of Newport Beach and
Swift and Lewis, Consulting Engineers, in connection with
Zone III Water Service Connection to Corona and Cameo Highlands;
and
WHEREAS, the City Council has reviewed the terms and
conditions of said agreement and finds them to be satisfactory
and that it would be in the best interest of the City to authorize
the Mayor and City Clerk to execute said agreement,
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that said agreement above described
is hereby approved, and the Mayor and City Clerk are authorized
and directed to execute the same on behalf of the City of
Newport Beach.
ATTEST:
City Clerk
ADOPTED this 11th day of December I , 1978.
Mayor
DDO /kb
12/4/78
OLU ZO 1978
OY the CITY COUNCIL
CITY OF N6IMMT BEACF,
TO: CITY COUNCIL
FROM: Public Works Department
Ll
December 20, 1978
CITY COUNCIL AGENDA
ITEM NO. H -12
SUBJECT: ACCEPTANCE OF WATER MAIN CONSTRUCTION AND REPLACEMENT IN CORONA DEL
MAR, 1977 -78 (C -1957)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
a �S
The contract for the construction and replacement of water mains in
Corona del Mar has been completed to the satisfaction of the Public Works
Department.
The bid price was $137,807.50
Amount of unit price items constructed 137,587.50
Amount of change orders None
Total contract cost 137,587.50
Funds were budgeted in the Water Fund
(Account No. 50- 9297 -001).
The design engineering was performed by Boyle Engineering of Santa Ana.
The contractor is Gallacher Company, Inc., of Costa Mesa, California.
The contract required completion within 90 days from the date of
award, June 26, resulting in a completion date of September 24. The CalTrans
permit rider for work within the Coast Highway was not received until August 9.
The contractor started work the next week and was substantially completed by
November 3, with final cleanup by November 13, 1978.
I
Benjamin B. Nolan
Public Works Director
GPD:jd
November 13, 1978
CITY COUNCIL AGENDA
ITEM NO. H-10(a)
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: WATER MAIN REPLACEMENT CORONA DEL MAR (C -1957)
RECOMMENDATION:
Authorize the Public Works Director to approve the substitu-
tion of a subcontractor on the subject contract.
DISCUSSION:
On June 26, 1978, Council awarded the subject contract to the
Gallacher Company of Costa Mesa, California. The contractor's sub-
contractor for asphalt paving, Goode and Schroeder, is listed as being
delinquent in paying its fringe benefits to the Operating Engineer's
Union.
Gallacher Company has requested that, since i;t would become
liable for fringe benefit payments if it utilizes a delinquent contrac-
tor under a 1977 Labor Agreement with the Operating Engineers, a sub-
stitution of Century Paving Inc. be made to perform asphalt paving.
The substitution was approved in order to expedite contract completion.
Subsection 2 -3.1 of the City's Standard Specifications requires
Council approval of such substitutions.
A copy of Gallacher's request letter is attached for refer-
ence.
Benjamin B. Nolan
Public Works Director
SB:jd
Att.
r
/p GALLACHER COMPANY INC.
V ECA C.Rf.r.I. U..m. N.. 266767
1127 BAKER STREET COSTA MESA, CALIFORNIA 92626
September 15, 1978
City of Newport Beach
1300 Newport Boulevard
Newport Beach, Ca. 92663
Attn. Public Works
Gentlemen:
Re: Contract No. 1957 - '.Dater Main Replacement,
Corona del Mar.
Gallacher Co., Inc., is requesting that it be allowed to
change its designated sub - contractor for cap paving from
Goode & Schroeder to:
Century Paving, Inc.
12336 E. Front Street
Norwalk, Ca. 90650
License No. 311456.
(714( S49 -ISSI
Goode & Schroeder is listed as being delinquent in paying
its fringe benefits to the Operating Engineers. Gallacher
Co., Inc., becomes liable for these fringe benefits under
the conditions of the 1977 labor agreement with the
Operating, Engineers if it utilizes a delinquent contractor.
Yours very truly,
James B. Gallacher
President
JBG:pg
enc.
PUB IC("'i1R'�`
SEP 19157.
y CITY OF
NEWPORT BEACH.
CALIF- %�'
CITY C::
TO: CITY COUNCIL
FROM: Public Works Department
June 26, 1978
CITY COUNCIL AGENDA
ITEM NO. G -6
SUBJECT: WATER MAIN CONSTRUCTION AND REPLACEMENT IN CORONA DEL MAR,
1977 -78 (C -1957)
RECOMMENDATIONS:
1. Reject the bids of G. R. Frost, Inc. and Johns - Manville as
being non - responsive to the "Notice Inviting Bids."
2. Adopt a resolution awarding Contract No. 1957 to Gallacher
Company, Inc. for $137,807.50 and authorizing the Mayor
and the City Clerk to execute the contract.
DISCUSSION:
Six bids were received and opened in the office of the City Clerk
at 2:30 P.M. on June 13, 1978, listed as follows:
Bidder Amount
Johns - Manville, Long Beach $ 21,099.10*
Gallacher Company, Inc., Costa Mesa $137,807.50
Thomas Contracting Co., Santa Ana $149,153.00
Chino Pipeline, Chino $161,090.00
G. R. Frost, Inc., Long Beach $164,860.00
Doty Bros. Equipment Co., Long Beach $282,605.00
* Total bid price included only the cost for furnishing pipe.
The lowest responsible bid is 3.3% lower than the Engineer's estimate
of $142,500. Funds for this project have been provided in the Water Main Re-
placement Program, Account No. 50- 9277 -001.
Johns - Manville submitted an incomplete proposal (for furnishing pipe
only). G. R. Frost Inc.'s bid contained only a proposal and a bid bond. None
of the other required documents were submitted. Rejection of these bids as
being non - responsive is recommended.
The project provides for the installation of approximately 3700 feet
of water mains in various streets of Corona del Mar (see attached exhibit).
The work is part of the continuing program to replace existing deteriorated
water mains in the City.
i 1 0
June 26, 1978
Subject: Water Main Construction and Replacement in Corona del Mar,
1977 -78 (C -1957)
Page 2
Construction of the new lines will enable abandonment of the existing
water line in Coast Highway between Goldenrod and Larkspur; and abandonment of
the existing highway crossings at Heliotrope, Iris, and Jasmine.
Gallacher Company, Inc. is well qualified and has satisfactorily per-
formed similar work for the City in the past.
The plans were prepared by Boyle Engineering Corporation. The estimated
date of completion is September 29, 1978.
Joseph T. Devlin
Public Works Director
ED:jd
Att.
W
B.
..........
•..wewii...
:� Mumma
� :.................. P:' •: ..........................
............................ . I .... ...............
im
B"
T
t r
LAA9M'ePUP C
—..J ...............
A/AA;041ER /TE
AMC..
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
M44ER AfWAV C W`9MUMON .LINO
AW- ACAI5WA'ffSWr- 00AR OW4 GIEY A94&
LEQEND
M"'Mum P.R009E0 IYATER AI~
ZAM77AV f WTE.P A"11VdP
A494M OWN EX19T 1Ake
— " —" Q /.R AWreR AWIV
0- EX/9T 11vO FAw HYDRANT
*a AfOW AEO OCIAW
100.4T/QN OF /PATER
• AVA/N dPEAA`9 ,0~'
NT? -/P;P&
DRAWN aL•ff DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING N0. "///&/r
�.
OOLOENPOO .. .:
:............. .. ' % ........
:...
T- ..............................
% r ........
/OT....... ..
I : ..a ".. f/`
IHEL
'.AIL. ............
:� Mumma
� :.................. P:' •: ..........................
............................ . I .... ...............
im
B"
T
t r
LAA9M'ePUP C
—..J ...............
A/AA;041ER /TE
AMC..
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
M44ER AfWAV C W`9MUMON .LINO
AW- ACAI5WA'ffSWr- 00AR OW4 GIEY A94&
LEQEND
M"'Mum P.R009E0 IYATER AI~
ZAM77AV f WTE.P A"11VdP
A494M OWN EX19T 1Ake
— " —" Q /.R AWreR AWIV
0- EX/9T 11vO FAw HYDRANT
*a AfOW AEO OCIAW
100.4T/QN OF /PATER
• AVA/N dPEAA`9 ,0~'
NT? -/P;P&
DRAWN aL•ff DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING N0. "///&/r
RESOLUTION NO. 9388
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
GALLACHER, INC., IN CONNECTION WITH THE WATER
MAIN CONSTRUCTION AND REPLACEMENT IN CORONA
DEL MAR, CONTRACT NO. 1957
WHEREAS, pursuant to the notice inviting bids for
G -6
work in connection with the water main construction and replace-
ment in Corona del Mar, in accordance with the plans and
specifications heretofore adopted, bids were received on the
13th day of June, 1978, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is GALLACHER, INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach the the bid of GALLACHER, INC.,
for work in connection with the water main constructionand
replacement in Corona del Mar in the amount of $137,807.50 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 26th day of June
Mayor
ATTEST:
City Clerk
1978.
DDO /kb
6/19/78
i
'r
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
SS.
County of Orange.
I am a citizen of the United Stales 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 -20176 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 dales to -wit:
May 25, !....� 9.78 .......................
I certify (or declare) under penally of perjury that the
foregoing is true and correct. Dated at Newport Beach,
California, this 5 dayof JUn 1978
Trace is for the County Clerk's Filing Stamp
Proof of Publication of
NOTICE INVITING SEALED BIDS
CONTRACT NO. 1957
C 1 I. , L ' .c�.
..................... 4 >%"
R
Signature. ,�7 r �� -• 1
l
7721 E. Coast Hwy., Corona del Mar, California 92625.
PROOF OF PUBLICATI , ,,
A Manaara."ucligeaa of
"man" for Contrw lPodt° -
:�E 0 °_'�
00
PROOF OF PUFM,1CA ION
( ?_015.5 C.C.P.)
STATE OF CALIFORNIA, 1
County of Orange,
I am a citizen of the United Stales and a resident of the
C000ly aforesaid, I are over the age of oight¢r❑ years, and
no! a party to or interested in the alwve.entiUed 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 Ne%�port Llcach, County of Or-
ange, and which nctcsp apar has been adjudged a news-
paper of general circulation by the Suptarior Court of the
County of Orange, Slate of California, under the date of
May la, 1951, CASE NUAfBFR .A -20176 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 follua ing doles la -wit:
,.✓
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Reach,
California, this day of J U:! 19',""
Signature
2721 E. Coast Hwy., Corona del Ivlar, California 92625.
Aace is for the County Clerk's Filing Stamp
A------ -
Proof of Publication of
PROOF OF PUBLICATION
The contractor shall post a
CITY OF'NEWPORT BEACH
copy of the preyailing wage
CALIFORNIA
rates at. the 'Job site. Copies
NOTICE INVITING BIDS
may be ebtained from the
SEALED BIDS will be re.
Public W Department.
ceived at the office of the City
The Citv`— the right
Clerk, City Hall, Newport
to reject arty..ot•ell bids and to
Beach, California, until 2:30
waive any Weimality in such
P.M. (as determined by tele-
bids. �-
phone time signal) on the 13th
NOTE: This contract will be
day of June, 1978, at which
funded with Federal Revenue .
time they will be opened and
Sharing Funds; therefore, all
read, for performing work as
work to be done under this
follows:
contract must comply with the
WATER MAIN
Davie -Bacon Act which re.
CONSTRUCTION AND
quires that the City must re-
REPLACEMENT—
ceive weekly certified payroll
CORONA DELMAR, 1977.78
statementslrom the contractor
CONTRACT NO. 1957
and all subcontractors and
Bids must be submitted on
must verily that all.wages and
the proposal form attached
fringe benefits paid were in
with the contract documents
compliance with the Davis.
i
furnished by the Public Works
Bacon Act
Department. The additional
Publish' May 25 and June 1, I
copy of the proposal form is to
1978 in the Newport Harbor 1
be retained by the bidder for
Ensign.
his records,'
Each bid must be accom.
panted 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 out
side of the envelope cc far
inq the bid. l'
The
contract docu j
t�dt,
that must be complete eXa-
cured, and returned
.mot e
seated bid are
.J
A. Proposal
-
B. Designation of S
p-
tractors
C. Bidder's Bond LA,
D. Non - collusion Affidavi
E. Statement of Financi
Responsibility -
F. Technical Ability andEx-
parlance References
PROOF OF PUBLICATION
tnese documents shall be
affixed with the siynature
A s•n ensrn t er,ui.-ate of
and titles of the persons sign
Insurance for Work"
mg on behalf cf the bidder
lo.._ has beer. adopted by the
For corporations, the sig na i
City of Newport Beech. This
tires of the President or Vice
I
form is the only certificate of
President and Secretary or
insurance acceptable to the
Assistant Secretary are re-
City. The successful low bid -
quired and the Corporate Seal
der will be required to com-
shall be affixed to all docu-
plete this form upon award of
meets requiring signatures. In
the contract. (A sample form is
the case of a Partnership, the
attached for reference.)
signature of at least one gen-
For any required bonds, the
eral partner is required,
company issuing bid bonds,
No bids will be accepted
labor and material bonds, and
from a contractor who has not
faithful pednrmance bonds
beennticensed i;L accordance
must be an insurance com-
.
, i!h the provisions of Chapter
party of surety company tic
9, Division III of the Business
eased by the State of Califon
and Professions' Code. The
nia. The companies must also
contractor shall state his tic-
have a current general policy
ense number and classifica-
holder's rating of A or better;
tion in the proposal.
and a financial category of at
One set of plans and con-
least Class X as per the latest
tract documents, including
edition of Best's Key Rating
special provisions, may be ob-
Guide (Property Liability).
tained at the Public Works De.
In accordance with the pro-
partment, City Hall, Newport
visions of Article 2, Chapter 1,
Beach, California, at no cost to
Part 7 of the California Labor
licensed contractors. It is re-
Code (Sections 1770 at seq.),
quested that the plans and
the Director of Industrial Re
contract documents be re-
lations has ascertained the
turned within 2 weeks after
general prevailing rate of per
the bid opening
therm wages in the locality in
The City has adopted the
which the work is to be per.
n
Standard Speci /icoios for
formed for each craft, classi-
Public Works Construction
fication, or type of workman or
(1976 Edition) as prepared by
mechanic needed to execute
the Southern California Chap-
the contract. A copy of said
tens of the American Public
determination is available in
Works Association and the
the office of the City Clerk.
Associated General Contrac-
Ail parties to the contract
tors of America. Copies may
shall be governed by all pro.
be obtained from Building
visions of the California Labor
News. Inc., 3055 Overland
Code relating to prevailing
Avenue, Los Angeles, Califon-
wage rates (Sections 1770
nia90034.(213)870.9871.
1781 inclusive). The contras
The City has adopted Stan-
lot shall be responsible for
d,vd Special Provisions and
compliance with Seemion
`�.. ar. , - - I Drawings. Copies gd; �,
1777.5 of the California Labor
e,..,. ;table at the Pub-
Code loi all apprenticeabfe
We ,,,imam at a oosf
occupations.
.f $5 per set
TO: CITY COUNCIL
FROM: Public Works Department
May 22, 1978
CITY COUNCIL AGENDA
ITEM NO. H -11
SUBJECT: WATER MAIN CONSTRUCTION AND REPLACEMENT -- CORONA DEL MAR, 1977 -78
(C -1957)
RECOMMENDATIONS:
Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
2:30 P.M. on Tuesday, June 13, 1978.
DISCUSSION:
This project provides for the installation of approximately 3700
feet of A.C.P. water main (4 -, 6 -, 8 -, and 12 -inch diameter) and related
appurtenances in various streets in Corona del Mar (see attached exhibit).
The construction will result in increased capacity for fire flows and
domestic service; and will allow the City to abandon approximately 3800 feet
of deteriorated 53 year old cast iron water mains, of which 1350 feet is within
East Coast Highway.
Because of an increasing number of failures, the existing 8 -inch
water main in the highway has been a maintenance problem to the City's Utilities
crews. Since 1974, they have had to replace sections of the pipe (averaging
4 feet in length) at four separate locations(see exhibit). Because of the
high volume of traffic in the highway, the necessary repairs are a hazard to
both highway traffic and to City personnel. Also, the pavement section of
the highway is so thick (6 inches of asphalt with 12 inches of aggregate
base on top of 10 inches of concrete) that the repairs along this alignment
are extremely difficult and costly. Prior to 1974, there have been other
breaks at different locations in the highway, but there are no available
records as to their location.
The plans were prepared by Boyle Engineering Corporation. The
engineer's estimate for the project is $142,500. The current year's Water
Replacement Program Account currently has approximately $102,000 available
for the work. A budget amendment will be prepared for Council consideration
after bids are received.
May 22, 1978
Subject: Water Main Construction and Replacement -- Corona del Mar, 1977 -78
(C -1957)
Page 2
A hydraulic analysis of the proposed modification to the water system
shows that the project cannot reasonably be reduced and still adequately supply
the water demands in the area, assuming abandonment of the existing water mains
as shown on the attached exhibit.
The following approvals and permits have been obtained:
1. Approval -- California Regional Water Quality Control Board
2. Permit -- Caltrans Encroachment Permit
An environmental impact report (negative delcaration) has been pre-
pared and approved. A California Coastal Zone permit has been applied for,
and is expected to be received the first week in June.
Construction is expected to begin in August 1978 and be completed
by October 1, 1978.
oseph Devlin
ublic Urks Director
M
Att.
V
CaOL OfiYPQO Q .41.E 1.
W
Q:
..............
..........:
6 "CJP
✓4&A/ /iNE
.................1 ..........
_�.'J�i
� LAAA!'3PUP
e "Aaay
1
1
0
/pG
:y
..._ - - --
.avE.:
/2 %CCld
/2
"4 0,0
LEGEND
�� PA 03E0 M ree WA/N,9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
A04TE�P .N.4 /N L'r,Lf ,5roeuor /AN .4N0
.P,epzAo ''EAIENT - 00A'<,1W AAEL A "R
1977 - 1979 0-/9:57
EX1877N0 ~drop AI411V9
C /.P. AwreA) AIN /N
o- EX 1%qT 1NO lc9pw HYDRANT
On Rp0P03f0 F /AW
LOCAT /LW OF /PATER
M.4141 AfW.4,r4 FA�L2A1
1974 - N7&
DRAWN CA[.n: DATE
APPROVED
PUBLIC WORKS DIRECTOR
y R.E. NO. —
DRAWING NO. EIf�j/ /S/T
� J 1 •
$y tha Clly COUNCIL
Cay of� Newoaq?i etac�
TO: CITY COUNCIL
FROM: Public Works Department
March 13, 1978
CITY COUNCIL AGENDA
ITEM NO. H -2c
SUBJECT: PROFESSIONAL ENGINEERING SERVICES AGREEMENT - -WATER MAIN CONSTRUCTION
AND REPLACEMENT IN CORONA DEL MAR (C -1957)
RECOMMENDATION:
Adopt a resolution authorizing the Mayor and the City Clerk to
execute the subject agreement with Boyle Engineering Corporation.
DISCUSSION:
This project will provide for the installation of approximately 4,800
feet of 4 thru 12 -inch water mains with appurtenances in various streets in
Corona del Mar (see Exhibit A). The new mains will allow the City to abandon
an existing deteriorated 8 -inch cast iron water main in East Coast Highway from
Goldenrod Avenue to Larkspur Avenue, thus increasing fire protection and pro-
viding a more reliable water system. (Several failures have occurred in the
existing mains.)
The 1977 -78 Budget Document called for the City to design and prepare
plans for the project. Up to now, our staff has completed a portion of the
design work, including the following:
Conducted a computer analysis of various alternative modifications
to the existing water distribution system.
2. Determined the size and alignment of the proposed water mains
based upon the results of the above analysis.
3. Obtained all the record drawings of any underground installations
from the various utility companies.
4. Completed the EIR- Negative Declaration, and obtained project
clearance from the Water Quality Control Board.
Currently, the Public Works Department does not have personnel available to com-
plete the plans for the project to permit its construction this year. A recent
engineering drafting vacancy in the Department has been left unfilled because of
the uncertainties of the impending Proposition 13 (Jarvis -Gann Initiative).
March 13, 1978
Subject: Professional Engineering Services Agreement - -Water Main Construction
and Replacement in Corona del Mar (C -1957)
Page 2
A proposal has been received from the firm of Boyle Engineering Corpora-
tion to complete the design, prepare final plans, specifications and an estimate
for the project. Compensation will be based on standard hourly rates with the
maximum not to exceed $9,500 (see Exhibit B - -rate schedule).
The firm of Boyle Engineering is well qualified to perform this work.
Their office provided the computer services for our analysis of the water dis-
tribution system.
Sufficient funds are available in the Water Fund for this project.
This City will obtain all necessary permits required for the construc-
tion of this project.
Joseph T. Devlin
Public Works Director
ED:jd
Att.
. 1
.�4
I 0 �; I I,�, I.
Ir 1 6 0 O a 4 a 4 .., +. °f % •� y X13 ,+
GOL OCN400 ••�••w.c.:.��•r v. r `� � � � ��
� E HEUOLPOPE
M
D
m
� ��.•
���
a
III "'111
AIM
M
D
m
/ 44
a
.01 s
1 0 ;• y:�
1
I '
I L
1
I
~ a
4
E LAQ/!SP ✓Q
\yl�`
NIAIaIoI S���.1 n�n!o
ril ILE
ai�i�^I41�1a1`
�ASMItiJE
ry�4'n
1-117 OIh ii E, h O •Y
T N A
0
FTW
N
-- E XISTINIG WATER MARIA
PROPOSED W4 -T-ER I^Pko -J
lO CONNECT T'D EXIS\IVJG WATER MAW
O gp,AN�U EXISTING \NaiM,MAN
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER Mj%ltl CONST RUCTION AM PEPLACatAENI}
COQONA DE-L FAAR Iq-i1 -18
-195-1
DRAWN tv. ' . DATE
APPROVED
PUBLIC WORKS DIRECTOR
_ R.E. NO.
DRAWING NO. EK{-IIBIT
���
III
III "'111
1 • ) <:
/ 44
a
.01 s
1 0 ;• y:�
1
I '
I L
1
I
~ a
4
E LAQ/!SP ✓Q
\yl�`
NIAIaIoI S���.1 n�n!o
ril ILE
ai�i�^I41�1a1`
�ASMItiJE
ry�4'n
1-117 OIh ii E, h O •Y
T N A
0
FTW
N
-- E XISTINIG WATER MARIA
PROPOSED W4 -T-ER I^Pko -J
lO CONNECT T'D EXIS\IVJG WATER MAW
O gp,AN�U EXISTING \NaiM,MAN
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER Mj%ltl CONST RUCTION AM PEPLACatAENI}
COQONA DE-L FAAR Iq-i1 -18
-195-1
DRAWN tv. ' . DATE
APPROVED
PUBLIC WORKS DIRECTOR
_ R.E. NO.
DRAWING NO. EK{-IIBIT
BOYLE ENGINEERING CORPORATION
FEES FOR PROFESSIONAL SERVICES
FISCAL YEAR 1977 -1978
Classification
ENGINEERING /ARCHITECTURE
Consulting Engineer /Architect
Principal Engineer /Architect
Senior Engineer /Architect
Associate Engineer /Architect
Assistant Engineer /Architect
DRAFTING
Senior Draftsman
Draftsman
SURVEYING
Licensed Surveyor
Three -man Survey Party
Two -man Survey Party
Electronic Distance - measuring Equipment
MISCELLANEOUS
Clerical
Printing and Blueprinting
Survey Materials
Travel - Automobile
Travel - Other than Automobile
Materials Testing and In -plant Inspection
Aerial Photogrommetry Service and Surveys
Soils Investigations and Field Tests
Computer Services
Rate
$50.50 an hour
$45.00 an hour
$38.00 an hour
$32.50 an hour
$26.50 an hour
$25.00 an hour
$20.00 an hour
$34.00 an hour
$84.00 an hour
$64.00 an hour
$100.00 a day or part therec
$11 .50 an hour
Actual cost + 101/o
Actual cost
$0. 18 per mile
Actual cost
Actual cost + 10%
Actual cost + 10 °0
Actual cost + 101/0
See separate schedule
It is understood and agreed that the aforementioned rates and charges include all normal
equipment and materials used in connection with the production of the required engineering
services. Boyle Engineering Corporation will furnish monthly billings for all services
rendered and supplies furnished in accordance with the above compensation provisions.
Payment shall be due and payable to Boyle Engineering Corporation upon presentation.
h1AR ; ;t 1918
By the CI'PY COUNCIL
CITY OF PAWKS7 4;ACW
RESOLUTION NO. 9290
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE A PROFESSIONAL ENGINEERING
SERVICES AGREEMENT BETWEEN THE CITY OF NEWPORT
BEACH AND BOYLE ENGINEERING CORPORATION FOR
WATER MAIN CONSTRUCTION AND REPLACEMENT IN
CORONA DEL MAR
WHEREAS, there has been presented to the City Council
of the City of Newport Beach a certain Professional Engineering
Services Agreement between the City of Newport Beach and
Boyle Engineering Corporation in connection with water main
construction and replacement in Corona del Mar; and
WHEREAS, the City Council has reviewed the terms and
conditions of said Professional Engineering Services Agreement
and finds them to be satisfactory and that it would be in the
best interest of the City to authorize the Mayor and City Clerk
to execute said agreement;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that said agreement above described
is approved, and the Mayor and City Clerk are hereby authorized
and directed to execute the same on behalf of the City of
Newport Beach.
ADOPTED this 13th day of
yor
ATTEST:
City Clerk
March
1978.
DDO /bc
3/8/78
JanuarV Q. 1981
CITY OF NEWPORT BEACH
Hardv & Harper, Inc.
440 Was_ First Street
Tustin, California 92680
Subject: Surety
Bonds No.
Project
Contract No.:
OFFICE. OF THE CITY CLERK
(714) 640 -2251
Fremont Indemity Company
050246
Zone III Water Service Connection
to Corona and Cameo Highlands
C -1983
The City Council on November 24, 1980 accepted the work of
subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds days after
Notice of Completion has been filed.
Notice of Completion was filed with the Orange County
Recorder on December 9, 1980 in Book No. 13866, Page 866.
Please notify your surety company that the bonds may be
released 35 days after recording date.
Anda E. Anderse.;
City .--_..
WA:da
cc: a lic Works Department
City IlaN 0 3300 Newport Boulevard, 'Newport Beach, California 92663
Recording Requested By
Please Return to
City Clerk
City of Newoort Beach
3300 Newport Boulevard
Newport Beach, CA 92662
jpyq;
3866P6 HLu
ncwNOED IN Of •'t °ECI %g
NOTICE OF COMPLETION Di ORANGE COON. Y, CA.!'_::. ":
PUBLIC WORKS ny 15 PM DEC y 1980
LEE A. BRANCH, County Necc:r-,f
i o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL, PLEASE TAKE: NOTICE that on October I2, 1980
the Public Works project consisting of Acceptance of Zone III Water Service
Connection to Corona and Cameo Highlands (C -1983)
on which_Tja�
was the contrac
was the surety,
or, and Premont
was completed.
VERIFICATION
I, the undersigned, say:
TY ONEWPORT CF{
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 November 26, 1980 at Newport Beach, California.
VERIFICATION OF CITVC LolR_'Director
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on November 24, 1980 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 correc+..
Executed on November 26, 1980 at Newport Beach, California.
City Clerk
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
November 26, 1980
Lee A. Branch
Count- Recorder
P. o. Box 238
Santa Ana, California 92702
Attached for recordation is Notice of Completion of
Public Works projects consisting of Acceptance pf Zone III
Water Service Connection to Corona and Cameo Highlands (C -1983)
Contract No. 1983 on which Hardy F, Harper, Inc. of Tustin, California
was the Contractor and Fremont Indemity Company
was the surety.
Please record and return to us.
4 � 7,-e � 2 lez -, �� �_
Wanda E. Andersen
City Clerk
WEA :bf
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
^;'J 1 j
V th= Ctiy CJJiJ ;IL
iC: CiTy COUNC L
FROM: Public Works Department
0
November 24, 1980
CITY COUNC L AGENDA
ITEM N0. I
SUBJEC -i: ArCFPTANCE OF ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO
NI 11ANDS
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the Zone III water main to
Corona and Cameo Highlands has been completed to the satisfaction of the Public
Works Department.
The bid price was $112,694.84
Amount of unit price items constructed 112,694.84
Amount of charge orders None
Total contract cost 112,694.84
Funds were budgeted in the Water Fund.
The design engineering was performed by Alderman, Swift and Lewis
Consulting Engineers of Santa Ana, California.
The contractor is Hardy & Harper, Inc. of Tustin, California.
The contract date of completion was October 12, 1980. The contractor
encountered a number of rocks in boring the pipeline casing southerly of
Sandcastle Drive, delaying the completion of the work until October 24, 1980.
Benjamin B. Nolan
Public Works Director
GPD:jd
0
CITY OF NEWPORT BEACH
Date July 31, 1980
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1983
Project Zone III Water Service Connection
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Hardy & Harper, Inc.
Address: 440 W. 1st St., Tustin, CA 92680
Amount: $ $112.69484
Effective Date: July 24, 1980
Resolution No. 9828
Doris Geo e
Att.
cc: Finance Department[--]
City Hall 3300 Newport Boulc%ard, Newport Beach, California 92663
rr •
Approved by the City Council
this 9th day of,June, 1980.
Doris George, City Clerk
• CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ZONE III WATER SERVICE CONNECTION
TO CORONA AND CAMEO HIGHLANDS
CONTRACT N0. C -1983
SUBMITTED BY:
HARDY & HARPER INC.
Contractor
440 W. 1st STREET
Address
TUSTIN, 92680
City Zip
(714) 544 -4240
Phone
$112,694.84
Total Bid Price
M �
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
E
PLANS AND CONTRACT DOCUMENTS
FOR
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. 1983
ADDENDUM NO. 1
NOTICE TO BIDDER:
Please be advised that the following changes shall be made of the original
Plans W- 5139 -S sheet 5 of 5 "(A) STANDARD EASEMENT SECTION" as follows:
1. Revise to show increase in bedding material to six inches (6 ") above
the top of pipe.
2. Change backfill dimension to "min. 30 in." and change "cover" to read
"backfill ".
3. Change backfill requirement to read: "native materials (min. rel. com-
paction 90% ) "deleting the "select native materials" and "min. sand
equiv. = 30" requirements.
Included for your information is a copy with the aforementioned changes.
Plan changes per this addendum supercede plans previously issued.
Please show date of receipt of this addendum on the proposal or insert a
copy with your proposal.
Benjamin B. Nolan
Public Works Director
GLM:do
Enc.
DATE OF RECEIPT OF CONTRACTOR:
Contractor
(The Attaching Clause need he conled only when this en;4vaemenr is Ccvued suhs..U,,, In preva•nr the pol"M
LIABILITY ISO G115
ADDITIONAL INSURED
(Owners or Lessees)
This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following:
COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE
This endorsement, effective July 21, 1980
02:01 A, M., standard time)
issued to Hardy and Harper, Inc.
by Gulf Insurance Company
forms a part of policy No. GA 502 98 66
L 9451
{Ed. 1 -]3F
It is agreed that. ANDREW J. SFU?11 A. VSFINCIV& ASSOC. , INC.
1. The 'Persons insured" provision is amended to include as an insured the person of organization named below but only with respect to fiabifity arising PIT,
out of operations performed for such insured by or on. behalf of the named insured. .
2. The applicable limit of the company's liability for the insurance attorded under the Contractual Liability Insurance Coverage Part forming a part of this
policy shall be reduced by any amount said as damages under this endorsement in behalf of the person or organization named below.
Name of Person or Organization
(Additional Insured)
CITY OF NEWPORT BEACH, ITS OFFICERS AND EMPLOYEES
AS RESPECTS TO CONTRACT #C -1983
AUTHENTIC
0 0
CITY OF NEWPORT BEACH
Contract No. C -1983
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below 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.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "x:cu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
General Liability 7 -21 -80
Auto Liability 7 -21 -80
Worker's Comp. 7 -21 -80
GA 502 98 66 8 -23 -80/81
GA 502 98 66 8 -23 -80/81
WP 80 136293 7 -1 -80/81
$1,000,000 Gulf Ins. Co.
$1,000,000 Gulf Ins. Co.
STATUTORY Fremont Indemnity Ca I
This endorsement is effective July 21 1980 when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall he valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
A. J. Sfinei 8 _Assoc.Inc______
Address Drawer U
Indio, CA 92202
BY
Au£ho'r entbtive
ANDREW J. SFX ti SIDIV
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self - insurance before commencing any
of the work."
Date
'Signature
• • Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:00 A.M. (as determined by telephone time signal) on the
2nd day of Dui 19aa, at which time they will be opened and read, for
performing work as follows:
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. 1983
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 t� he C�orpo�raattee 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.)
r. ' r •
•
Page la
the City has adopted the Standard Specifications for Public Works Construction (1976
Edition) as prepared by the outhern California Chapters of the America-in-7557c 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 "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of 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.
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 -7981 in-
clusive). 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 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
n(ii:ated in this Proposal, times the unit price as submitted by the bidder. In case
re.p „ncy between, words and figures, the words shall prevail. In case of an error
n the extension of a unit price, the corrected extension shall be calculated and the bids
.v;ll to 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. 215952 Classification A
Accompanying this proposal is BID BOND
(Cash, Certified Check, Cas ier s Check or on
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 workers' 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) 544 -4240 HARDY & HARPER INC.
Phone Number Bidder's Name
(SEAL)
July 2, 1980 Sred T. Maa,y Sr. Pres.
a e utTioriz`e��ignature
ut orized Signature
Corporation
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:
Fred T. Maas, Sr. Pres. Phillip Osborne Treasurer
Fred T. Maas Jr. Vice President
William T. Maas Vice President
R. R. Reynoso Secretary
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. BORING PIONEER N O
Q
9711
3. Garden Grove, CA
4.
5.
6.
7.
8.
9.
10.
11.
12.
HARDY & HARPER INC.
Bidder's Name
S /Fred T. Maas Sr. Pres.
Authorized ignature
Cor oration
Type of Organization
(Individual, Co- partnership or Corp.)
440 W. 1st Street
Tustin, CA 92680
Address
N
• FOR ORIGINAL SEE CITY•ERK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
AI; RY THESE PRESENTS,
That we, HARDY & HARPER, INC. as Principal,
and FREMONT INDEMNITY COMPANY as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent
of Total Amount Bid Dollars ($10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS - CONTRACT NO. C -1983
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 2nd day of
19 80
Corporate Seal (If Corporation)
HARDY & HARPER. INC.
Principal
S /Fred T. Maas, Sr. Pres.
(Attach acknowledgement of
Attorney -in -Fact)
S /Doris A. Wilkie, Notary PUblic
FREMONT INDEMNITY COMPANY
My Commission expires Sept. 6, 1980 Surety
By S /Andrew J. Sfingi
Title Attorney -in -Fact
Page 5
NON- COLLUSION AFFIDAV7
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.
HARDY & HARPER, INC.
Subscribed and sworn to before me
this 2nd _day of 1111Y
19 0.
My commission expires:
___June 10, 1983 S /A1gene Metkovich
Notary Public
• FOR ORIGINAL SEE CITY CLERf FILE COPY Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
S /Fred T. Maas, Sr. Pres.
Signed
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.
2/80 City of Brea Bob Yothers 529 -4951
5/80 City of Tustin Fred Page 544 -8890
S /Fred T. Maas Sr.
Signed
• CITY OF NEWPORT BEACH • PR 1 of 3
PUBLIC WORKS DEPARTMENT
ZONE III WATER SERVICE CONNECTION
TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. C -1983
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 and Special
Provisions, and hereby agrees to furnish all labor, materials, equipment,
transportation, and services to do all the work required to complete Con-
tract No. 1983 in accordance with City of Newport Beach Drawing W- 5139-5,
The City's Standard Specifications, Standard Special Provisions and Drawings,
and these Special Provisions; and that he will take in full payment there-
fore the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 2701 Install 8" Class 50 D.I.P.
Linear Feet water main
@ Twenty -six Dollars
and
sixty -four Cents
Per Linear Foot
2. 131 Bore and jack 18" steel cas-
Linear Feet ing in easement including 8"
D.I.P. water main (near Sand-
castle Drive)
@ Ninety -five Dollars
and
no Cents
Per Linear Foot
3, Lump Sum Install 8" Tee, 3" butterfly
valve, in
existing 8" A.C.P. in Sand-
castle Drive
Three thousand Two Hundred
@ Seventy -eight Dollars
and
no Cents
Lump Sum
$26.64 $ 71,954.64
$95.00 $12,445.00
$ $ 3,278.00
PR 2 of 3
* I -TEM QUANTITY • ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
k. Lump Sum Install 6" Tee and 6" butter-
fly valve, in existing 6" C.I.P.
in Isabella Terrace.
Two thousand.Eight Hundred
@ seventy -seven Dollars
and
no Cents $ $2,877.00
Lump Sum
5.
Lump Sum
Install 8" Tee
and two 8" but -
terfly valves,
in existing
8" A.C.P. water
main on Surrey
Drive.
Three thousand
Five Hundred
@thirty -five
Dollars
and
no
Cents
Lump Sum
6.
3 Each
Install 8" butterfly valve.
Eight Hundred
@twenty -three
Dollars
and
no
Cents
Per each
7.
3 Each
Install I -inch
air and vac-
uum release valve
assembly.
F
$3,535.00
V1 �
@ Eight Hundred eighty Dollars
and
forty Cents $ 880.40 $2,641.20
Per each
8. 3 Each Install fire hydrant assembly
including connection to exist-
ing main.
Two Thousand Nine Hundred
@ Eighty -five Dollars
and
no Cents
Per each
$ 2,985.00 $ 8,955.00
. 0 PR3of3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 2 Each Install 6" blowoff valve as-
sembly with manhole riser.
Two Thousand Two Hundred
@ Seventy Dollars
and
no Cents $2,270.00 $ 4,540.00
Per each
TOTAL PRICE WRITTEN IN WORDS
One Hundred Twelve Thousand
Six Hundred Ninety -four Dollars
and
eighty -four Cents TOTAL $112,694.84
CONTRACTOR'S LICENSE NO. 215952 HARDY & HARPER INC.
Bidder's Name
July 2, 1980 S /Fred T. Maas Sr.
Date Authorized Signature
Telephone Number 544 -4240 440 W. 1st St. Tustin, CA
Bidder's Address
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ZONE III WATER SERVICE CONNECTION
TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. C -1983
INDEX
TO
SPECIAL CONDITIONS
SECTION
Page
1 .
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . .
. . . . 1
I1.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . .
. . . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 2
IV.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . .
. . . . 2
V.
PERMITS AND RIGHT OF WAY EASEMENTS . . . . . . . . . .
. . . . 3
V1.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . .
. . . . 4
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . .
. . . . 4
VIII.
PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . .
. . . . 4
IX.
SOIL CONDITION . . . . . . . . . . . . . . . . . . . .
. . . . 4
X.
WATER . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 5
X1.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . .
. . . . 5
XII.
SURFACE AND GROUND WATER CONTROL . . . . . . . . . . .
. . . . 5
XIII.
EASEMENT AND STORAGE AREA . . . . . . . . . . . . . . .
. . . . 6
XIV.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . .
. . . . 6
A. Ductile Iron Pipe (D.I.P.) . . . . . . . . . . . .
. . . . 6
B. Fittings . . . . . . . . . . . . . . . . . . . .
. . . . 7
CONTRACT NO. C -1983
INDEX
TO
SPECIAL PROVISIONS
SECTION Page
XIV. CONSTRUCTION DETAILS (Continued)
C. Flanges . . . . . . . . . . . . . . . . . . . . . . . . . . 7
D. Gaskets . . . . . . . . . . . . . . . . . . . . . . . . 7
E. Bolts and Nuts . . . . . . . . . . . . . . . . . . . . . 7
F. D.I.P. Installation . . . . . . . . . . . . . . . . . . . . 7
G. Trench Restoration . . . . . . . . . . . . . . . . . . . . 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
ZONE III WATER SERVICE CONNECTION
TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. C -1983
SCOPE OF WORK
The work to be done under this contract consists of constructing approx-
imately 2832 lineal feet of 8 -inch ductile iron water main and related
appurtenances in various paved streets and in a 10 -foot wide easement
going cross- country across land owned by The Irvine Company, in Corona
Del Mar, as shown on the Plans.
The contract requires completion of all the work in accordance with
easement requirements and special conditions set forth in pipeline ease-
ment and temporary construction easement from The Irvine Company, these
Special Provisions, the Plans (Drawing No. W- 5139 -S), the City's Standard
Special Provisions and Standard Drawings, and the City's Standard Spec-
ifications (Standard Specifications for Public Works Construction 1976
Edition), including supplements to date, copies of which are available
at Building News, Inc., 3055 Overland Avenue, Los Angeles, California
90034, telephone (213) 870 -9871. Copies of the City's Standard Special
Provisions and Drawings may be purchased at the Public Works Department
for $5.00.
11. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The Contractor shall complete all work on this contract within 90 con-
secutive calendar days after award of the contract by the City, and
as specified in Section 6 of the Standard Specifications. The Contrac-
tor shall submit a complete construction schedule, which shall be ap-
proved by the Engineer prior to the start of any work. (See Section IV
of these Special Provisions for traffic control and access scheduling
requirements).
The Contractor's schedule shall consider the phasing of pipeline con-
struction, testing, disinfection, and connection to the existing system.
The Contractor shall use the following guidelines in establishing this
schedule:
No connections to existing pipelines will be permitted
until the new line has satisfactorily passed the hydro-
static test and has been disinfected.
1
2. Hydrostatic pressure testing will be permitted against
new valves. Any temporary bulkheads for thrust re-
sistance will be the responsibility of the Contractor.
3. Cutting -in of new lines shall be done at times resulting
in the least disruption to water service. Shutdowns of
up to four hours during the day will be permitted and do
not require bypass. Operations requiring a long shut -
down period will require a temporary bypass, to be pro-
vided by the Contractor.
4. The new water main shall be tested at 150 psi in lieu of
225 psi specified in the Standard Special Provisions
Section 306 - 1.4.7.
111 PAYMENT
The unit price bid for each item of work shown on the proposal shall be
considered as full compensation for all labor, equipment, materials, and
all other things necessary to complete the work in place, and no addi-
tional allowance will be made therefor.
Payment for all incidental items of work, not separately provided for
In the proposal, shall be included in the price bid for other related
items of work. The cost of maintaining water service to all residents
during construction in accordance with General Note No. 4 on the Plans
shall be included in the unit price bid for installing water main.
IV. TRAFFIC CONTROL AND ACCESS
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
Handbook, also published by Building News, Inc.
Vehicular and pedestrian access shall be maintained at all times for all
residences adjacent to the project area; except where necessary condi-
tions preclude such access for reasonable periods of time as determined
by the Engineer. At the end of each working day, any open trench shall
be securely plated to allow local access.
All streets affected by this project carry two -way traffic. Where any
of these streets are reduced to a single lane, flagmen shall be used
during construction hours.
Where any restrictions herein mentioned necessitate the temporary pro-
hibition of parking on affected streets during construction, the Con-
tractor shall furnish, install, and maintain in -place "No Parking Anytime"
signs (similar to State Standard Sign R -38) indicating the limits of tow -
away. Signs shall be installed at locations not more than 150 feet apart,
and shall be posted and the City notified a minimum of 48 hours in advance
of the need for enforcement.
The Contractor shall submit a written traffic control plan to the Engin-
eer for his approval prior to commencing any work. The plan shall con-
sist of the following:
A complete and separate drawing for each stage of construc-
tion proposed by the Contractor or required herein.
2. Each drawing shall show the location and signing of all
signs, barricades, lights, warning devices, and temporary
parking restrictions.
3. Each drawing shall show the periods of street closures, and
any other details required to assure that all traffic will
be handled in a safe and efficient manner with a minimum of
inconvenience.
V. PERMITS AND RIGHT OF WAY EASEMENTS
The City has obtained the following approvals and permits, which are
available for inspection at the Public Works Department.
1. Project Approval: California Regional Water Quality Control
Board, Santa Ana Region (see also Section XII of these
Special Provisions, Surface and Ground Water Control).
2. Permit: California Coastal Zone Conservation Commission,
South Coast Regional Commission.
3• Right of Way: The Irvine Company has issued the City a
10 -foot wide pipeline easement together with a temporary
50 -foot wide construction easement, including contractor
terms and conditions which are incorporated herein as a
part of these Special Provisions.
The Contractor shall be responsible for making himself aware of and con-
ducting his operations in accordance with the requirements of these
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 to Dispose
of Demolition" from the City Public Works Department. There is no charge
for this permit; its purpose is to provide authorization for the Contrac-
tor to use those disposal facilities for disposal of excess material.
[j
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of
the Contractor. All such surveys, including construction staking, shall
be under the supervision of a California licensed surveyor or civil en-
gineer. Staking shall be performed on all items ordinarily requiring
grade and alignment at intervals normally accepted by the agencies and
trades involved. Payment for construction survey staking shall be con-
sidered as included in the various items of work and no additional allow-
ance will be made therefor.
VII. NOTICES TO RESIDENTS
The City will send a preliminary notice to all residents affected by this
work. Between 40 and 55 hours before closing or restricting through or
local vehicular access to and from streets, or driveway approaches, the
Contractor shall distribute to each affected residence a written notice
stating when construction operations will start and approximately when
vehicular accessibility will be restored.
Between 24 and 48 hours before shutting off water service to any resi-
dence, the Contractor shall distribute a separate written notice to each
affected residence stating the date and time the water will be shut off
and the approximate time water service will be restored.
The above written notices will be prepared by the City, and the Contractor
shall insert the applicable dates and times when he distributed the notices.
Errors in distribution, false starts, acts of God, strikes, or other alter-
ations of the schedule will require renotification by the Contractor using
an explanatory letter prepared by the City.
VIII. PROTECTION OF EXISTING PROPERTY CORNERS
Every effort shall be made by the Contractor to protect any existing prop-
erty corners uncovered during construction. Should any of these corners
be disturbed, they shall be restored by the Contractor at his expense and
no separate compensation will be made.
IX. SOIL CONDITION
The Contractor shall read and be responsible for knowing the contents of
the soils report prepared for this job. The report is entitled, "Soil
Engineering and Geologic Investigation - Proposed 8 -Inch Diameter Ductile
Steel Waterline for the City of Newport Beach ", dated October 9, 1979,
and was prepared by Converse Ward Davis Dixon Geotechnical Consultants.
Copies are available for review at the City Public Works Department Public
Counter.
4
The Contractor shall follow all the recommendations of that report, two
of which are: 1) Slump or slide debris encountered during trenching
shall be removed down to competent material as determined by the Engineer
and the pipeline placed at that depth or backfilled with soil cement to
the invert elevation directed by the Engineer. 2) Where the pipeline
traverses slopes 4 horizontal to 1 vertical or greater, the backfill soil
shall be mixed with cement in the ratio of one sack to each cubic yard of
soil.
Costs arising from following the requirements of the soils report shall
be absorbed by the Contractor in the applicable contract unit price and
no additional compensation will be made therefor.
X. WATER
Unless otherwise specified there will be no charge for the use of con-
struction water taken from the City of Newport Beach water system. The
Contractor will be expected to observe normal water-conservation prac-
tices in the use of City water. If the Contractor fails to use reason-
able conservation measures, the City will require a meter to be installed
and the Contractor will be charged for all water used at the standard City
water rates. Arrangements for the use of City water may be made with the
City's Utilities Superintendent, Mr. Gil Gomez, phone number 640 -2221.
XI. GUARANTEE
The Contractor shall guararitee 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.
XII. SURFACE AND GROUND WATER CONTROL
As stated in the soils report, it is anticipated that surface and ground
or other waters will be encountered at various times and locations during
the work herein contemplated. The Contractor, by submitting a bid, ac-
knowledges 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 per-
mitted by the Engineer.
5
B. Fittings
Fittings shall conform to Subsection 207 -9.2.3 of the Standard
Specifications and shall be for a working pressure of 250 psi
unless otherwise indicated.
C. Fla_ nges
Flanges for waterline shall conform to AWWA C110. All flanges
shall be furnished with flat faces. The flanges shall be attached
with the boltholes straddling the vertical axis of the pipe, un-
less otherwise shown on the Plans. The flanges shall be attached
to the pipe in conformance with the applicable provisions of
AWWA C110.
D. Gaskets
Except as otherwise provided, gaskets for flange joints shall be
as manufactured by the pipe supplier, or approved equal. Gaskets
shall be 1/8" thick in either SBR or Neoprene meeting all material
requirements of ANSI A21.11 mecnanical joint gaskets. Gaskets
shall be cemented to the surface of blind flanges with an adhesive
as recommended by the gasket manufacturer.
E. Bolts and Nuts
All bolts and nuts for buried service shall be Type 316 stainless
steel. They shall be thoroughly cleaned after installation and
coated with EC -244 mastic as manufactured by and in accordance
with the recommendations of Minnesota Mining and Manufacturing
Company.
F. D.I.P. Installation
D.I.P. laying shall be performed in accordance with the recommen-
dations of the manufacturer, and as described in the most recent
publication of the ANSI /AWWA C600 Standard, entitled "Installation
of Gray and Ductile Cast -Iron Water Mains and Appurtenances ".
G. Trench Restoration
1. Temporar Restoration: Due to the restricted access closure
times specified in Section IV of these Special Provisions,
steel plating or temporary trench resurfacing may be required
to provide safe vehicular access to streets and driveways
affected by the work prior to permanent trench restoration.
Such temporary resurfacing shall be performed at the direction
of the Engineer, and all costs involved in maintaining normal
vehicular access to these locations shall be included in the
unit price bid per linear foot for water main installation.
P]
2. Permanent Trench Restoration:
a. Asphaltic Concrete: Prime coat will not be required on
the prepared subgrade. The tack coat in conformance
with Subsection 302 -5.3 of the City's Standard Specif-
ications shall be applied to the existing asphalt con-
crete surfaces and between the base course and the
surface course.
Asphaltic concrete shall be Type 111 -C3 -AR -4000 con-
forming to the requirements of Subsection 400 -4.3 of
the Standard Specifications.
b. Easement
Trench restoration in easement areas shall be provided
to bring the area to the conditions existent prior to
the start of work; the soil used for the top 6" of
backfill shall be of the same type as the surrounding
terrain.
CITY OF NEWPORT REACH
Contract No.
Special Endorsement No.
0
SAMPLE
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below 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 iron- contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on thepart of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective , 19 when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.1.E. - 3179
• BOND Y 50,302
Page 8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted July 14, 1980
has awarded to HARDY & HARPER INC.
hereinafter designated as the "Principal ", a contract for
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS - CONTRACT NO. C -1983
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:
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
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
0.
(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 21st day of Jules , 190_.
Approve as to form:
City ttorney
HARDY AND (Seal)
Name of Contractor Principal
A thorized Signature and Title
AUthorieerd Signature nd Title
FREMDNT MEWITY COMPANY (Seal)
Name of Surety
FAX 17220
IDS ANGELES —CA 90017
Address of Surety
DRAWER U I/ - u1 - rri�i
IM10O CA 92202
dress of Agent
(714) '110-0717
Telephone No. of Agent
zz£\
\`o
On /
� �, \
\!
9
)([
� \\
( \;
�\
j�
\ \\
I
\
}
o )
} J )
k /
\/
})
m2
&
§
4
� ; «�,
®22(3
ƒ {J�
i i%I«
;(2#2
\ � /;
�� { \\
kg&
\ \k
t (;
aa,
}I�
ElJ
��
22■
) \
E
��k
_ �
-�\
g2#
} }k �
• BOND it 50,302
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 July 14, 1980
has awarded to HARDY & HARPER INC.
hereinafter designated as the "Principal ", a contract for
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO-HIGHLANDS-CONTRACT NO_ C -lgR3
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;
THEREFORE, HARDY AND HARPER u
as •. l, and FRFM-Nr TNnFNNTW ♦• i•AM
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
• x•111 •
1 11 II•�11 • F 1 .•
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
T. • •
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 21at day of__ T „1y
Approved as to form:
i ,,. lz.
City A� ttorney
(Seal)
Name of Contractor Principal)
AA tthorized Signature and Title
Authoriz Signatur 'and Title
FREM'3NT INDEMNITY COMPANY _(Seal )
Name of Surety
BOX 17220
LAS ANGELES, CA 90017
Address of Surety
Si ature and Tit e u o ri d Agent
ATTORNEY - IN - ACT
DRAWER U. INDIO. CA 92202
Address of Agent
(714) 347 -0767
Telephone No. of Agent
\ \%
\ \ }\\
Z
\\Z
�§ !
\ \\
� \9 \�
\
^� /( \;
4�
�
e\
{ \1
} \�
\ \�
°
E
Y
w
.d
W
Q`
O
y
z v ++
.N-
O •r
� N N
i
:a v
u
w �
O .e
oY
7
� U
a
.N
C
O
U
Y
w
G
U'
P
a
0
z
L Y Q!
H
pA�
Q,O
U Erb.
'
cc
" C O
�sU
° O
O Ti ry
N Y
E°
o °
V
Y
E a \a
Y�
3 ao
O H y
°
iU a
z
w o 00
W Z- z�
ZE
lv mHw�
ra w
o 1
Oa¢
Z
e' s
N
•N
i
N
u
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this 24th day of Julv 19_,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and HARDY & HARPER INC.
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
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS - C -1983
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
ATTEST:
r
f
City Clerk
(SEAL)
✓� /�
By : 7jL'C.o(��% T .
Title
By: JL
Apprpved as to form:)
City Attorney
tle
TO:
FROM:
SUBJECT:
0 0
CITY CLERK
Public Works Department
Zone III Water Service Connection to_CQrog4 and
Cameo Highlands;,,C- 1983= N .
Attached are four copies of the subject contract documents.
Please have °executed -on behalf of the City, retain your copy and
the insurance certificates, and return the remaining copies
to our department.
Please use July 24 as the date the City Clerk signs.
Thanks.
�
Gary L Mi �
ller �
Project Engineer
GLM:em
Att.
.'L4442 a,.� "Q.iFb'sarsk.�.AZ ::r ..... -�2%5. `'zx,.'
r�
.s V
x ..
,;,:.
;:_,.. .
� a
s
a�, � �.�:��, ,_�. ,,.c -. �_'� �.�.�aia�ss'�=,.r....� :'t � e .. , _t��ws��.�}ix.��.�:3 ���,.�'c .x.yar.�,r ��
�c%�
a
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ZONE III WATER SERVICE CONNECTION
TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. C -1983
SUBMITTED BY:
A Y -f ,4 /,>?M -zrNo-
ontractor
A(4o W I `( 9T��%
Address
I �s Tim 9 s-� frD
City Zip
C % ,4j S-
Approved by the City Council Phone
this 9th day of June, 1980.
Doris George, City C erk 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 10:00 A.M. (as determined by telephone time signal) on the
2nd day of _ Jul , 19K, at which time they will be opened and read, for
performing work as fol ows:
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. 1983
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 C_ororate Seal
shall be affixed to adocuments requiring signatures. In the case of a arts tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction (Work
Edition) as prepared by the Southern California apters o t e merican u is 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 "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of 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.
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 -7981 in-
clusive). 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 3 -13 -79
•
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
lndirated in this Proposal, times the unit price as submitted by the bidder. In case
<.rrei);ncy between words and figures, the words shall prevail. In case of an error
;n the extension of a unit price, the corrected extension shall be calculated and the bids
W;11 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. / j"S'i L Classification_,
Accompanying this proposal i
asn,
1
, casm er•s cnecx or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' 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.
(71q) Sqq- 41y a
Phone Numoer
ate
�d�H� Q Pt'k ..'A/ c ,,
Bidder s Name
Authorized Signature —°
Autthorized Signature
Cot? Fwd 1-4 T i'p
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:
Lt A-y;gM T.. MAhr
k eYA1030 SFc.
r •
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
1
i fV v.
Subcontractor Address
foluEfl2 NcV;ev& e-*,
2. 97// W P AC-E 14 u'
3. GAP-4cN Cr uUF C' A.
!y
5.
6.
7.
8.
9.
10.
11.
12.
bidder's Name
Authorized Signature
�O F-/0 ILTi () /V
Type of Organization
(Individual, Co- partnership or Corp.)
V?5 U . i ,.F _ Wk--T-
% US 7iAJ C'd , 2;- &S-0
Address
• •
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
;'711'1. ',.Li, itY THESE PRESENTS,
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)
X
Title
Principal
urety
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 swor to before me
th i s___,2_,day
My com(mi.i�Jssion expires:
-071
//*,z D y � fA a :N
Notary Public
sFOawooeosss�ssssssssssssssss♦
"c..r.N\ OFFICIAL SEAL
ALGENE k4ETK0V C:-i o
a
• Page 6
STAIUIE -1V OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
Signed
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
z %S�a T y o F f32t 4 Bola %Tkr , ?s`l7�lS7 -g_ L/ss �
igne
• CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ZONE III WATER SERVICE CONNECTION
TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. C -1983
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 3
The undersigned declares that he has carefully examined the location of the
work, has read the Notice Inviting Bids, has examined the Plans and Special
Provisions, and hereby agrees to furnish all labor, materials, equipment,
transportation, and services to do all the work required to complete Con-
tract No. 1983 in accordance with City of Newport Beach Drawing W- 5139 -S,
The City's Standard Specifications, Standard Special Provisions and Drawings,
and these Special Provisions; and that he will take in full payment there-
fore the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 2701 Install 8" Class 50 D.I.P.
Linear Feet water main
Do l i a r s
and
Per Linear Foot
2. 131 Bore and jack 18" steel cas-
Linear Feet ing in easement including 8"
D.I.P. water main (near Sand-
castle Drive)
(,Al
r� Dollars
and
No Cents $ 9S, o0 $�S • �✓
Per Linear Foot
31 Lump Sum Install 8" Tee, 3" butterfly
valve, in
existing 8" A.C.P. in Sand-
castle Drives Ho 1 PO4C'P
%/FRa'�ovs�fJ rSEDa7�7Y
@
__Dollars
and
/V Cents $ $ Xt 7A o a
Lump Sum
ITEM QUANTITY • ITEM DESCRIPTION
PR2of 3
UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
PRICE PRICE
4. Lump Sum Install 6" Tee and 6" butter-
fly valve, in existing 6" C.I.P.
in Isabella Terrace.
%w• TH��s,�ao Ei�K�r µvlvnr��o '
@ VtN. Dollars
and
/v0 Cents
$
Lump Sum
5. Lump Sum Install 8" Tee and two 8" but -
terfly valves, in existing
8" A.C.P. water main on Surrey
Dr' e.
7OR.r:C 1 A-oosha l) Five NuirpoeU
@ I FfiR r F /1* L Dollars
and
N4 Cents
�^
$ $�5,3 , O ti
Lump Sum
"
6. 3 Each Install 8" butterfly valve.
riCs/+7 14VIV046'D
@ 'Twepiry l#e;R �Dollars
and
IV
q
$ , oo $ aL4 6l• ��.
_Cents
Per each
7. 3 Each Install 1 -inch air and vac-
uum release valve assembly.
f; &#t g u Nplzew
@ f.� RTY _ Dollars
Cents $
p� '/
00�•�ia $ a(.T /#;-a
Per each
8. 3 Each Install fire hydrant assembly
including connection to exist-
ing main.
VoUSgALW tv NK rfoA/012elb
@ itIC.tm Fev br Dollars
and
Cents
Per each
9
ITEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
9. 2 Each Install 6" blowoff valve as-
sembly with manhole riser.
7wo THousANp Two f(ovoRco
E StveI* Dollars
and
/U O Cents
Per each
TOTAL PRICE WRITTEN IN WORDS
PR3of3
UNIT TOTAL
RICE PRICE
$ a ;L7o.w4$ ys'yo. o a
oMB'14ON( ;aeolCUCvvC IHov'AAA)
SifC f(o Pp4e2P AdM9r 'Y Fo✓ Q Dollars ply
`IC. F+'n+ Foy 1L Cents TOTAL $ Z9.0 (05-56 ^e W
CONTRACTOR'S LICENSE N0..2i S Y / l AfA y4,4 R 10 �/2 r1 �1 G
Bidder's Name
Date Authorized Signature
Telephone Number SL{ Y v v W Ida ST. . 7US Tl'lu 44.
Bidder's Address
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ZONE III WATER SERVICE CONNECTION
TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. C -1983
INDEX
TO
SPECIAL CONDITIONS
SECTION
Page
1.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . .
. . . . 1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . .
. . . . 1
111.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 2
IV.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . .
. . . . 2
V.
PERMITS AND RIGHT.OF WAY EASEMENTS . . . . . . . . . .
. . . . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . .
. . . . 4
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . .
. . . . 4
V111.
PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . .
. . . . 4
IX.
SOIL CONDITION . . . . . . . . . . . . . . . . . . . .
. . . . 4
X.
WATER . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 5
XI.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . .
. . . . . 5
XII.
SURFACE AND GROUND WATER CONTROL . . . . . . . . . .
. . . . . 5
XI II.
EASEMENT AND STORAGE AREA . . . . . . . . . . . . . .
. . . . . 6
XIV.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . .
. . . . . 6
A. Ductile Iron Pipe (D.I.P.) . . . . . . . . . . .
. . . . . 6
B. Fittings . . . . . . . . . . . . . . . . . . .
. . . . . 7
CONTRACT NO. C -1983
INDEX
TO
SPECIAL PROVISIONS
E
SECTION
Page
XIV. CONSTRUCTION DETAILS (Continued)
C. Flanges . . . . . . . . . . . . . . . . . .
. . . . . . . . 7
D. Gaskets . . . . . . . . . . . . . . . . . .
. . . . . . . . 7
E. Bolts and Nuts . . . . . . . . . . . . . .
. . . . . . . . 7
F. D.I.P. Installation . . . . . . . . . . . .
. . . . . . . . 7
G. Trench Restoration . . . . . . . . . . . .
. . . . . . . . 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
ZONE III WATER SERVICE CONNECTION
TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. C -1983
1. SCOPE OF WORK
The work to be done under this contract consists of constructing approx-
imately 2832 lineal feet of 8 -inch ductile iron water main and related
appurtenances in various paved streets and in a 10 -foot wide easement
going cross- country across land owned by The Irvine Company, in Corona
Del Mar, as shown on the Plans.
The contract requires completion of all the work in accordance with
easement requirements and special conditions set forth in pipeline ease-
ment and temporary construction easement from The Irvine Company, these
Special Provisions, the Plans (Drawing No. W- 5139-5), the City's Standard
Special Provisions and Standard Drawings, and the City's Standard Spec-
ifications (Standard Specifications for Public Works Construction 1976
Edition), including supplements to date, copies of which are available
at Building News, Inc., 3055 Overland Avenue, Los Angeles, California
90034, telephone (213) 870 -9871. Copies of the City's Standard Special
Provisions and Drawings may be purchased at the Public Works Department
for $5.00.
II. COMPLETION. SCHEDULE. AND PROSECUTION OF WORK
The Contractor shall complete all work on
secutive calendar_ ays aLtxr awa of the
as specified in Section 6 of the Standard
for shall submit a complete construction
proved by the Engineer pr` to ih�- a L
of these Special Provisions for traffic c
requirements).
this contract within 90 con -
contrast by the City, and
Specifications. The Contrac-
ci hedule, which shall Fe—ap-
of any work. (See Section IV
3ntrol and access scheduling
The Contractor's schedule shall consider the phasing of pipeline con-
struction, testing, disin� fec -Ugn, and connection to the existing system.
The Contractor shall use the following gu --idel nes in establishing this
schedule:
1. No connections to existing pipelines will be permitted
until the new line has satisfactorily passed the hydro-
static test and has been disinfected.
2. Hydrostatic pressure testing wjjlbe_oermitted_ against
newly yes. Any temporary bulkheads for thrust re-
sistance will be the responsibility of the Contractor.
3. Cutting -in of new lines shall be done at times resulting
in the least disruption to water service. Shutdowns of
up to four hours during the day will be permitted and do
not require bypass. Operations requiring a long shut-
down period will require a temporary bypass, to be pro-
vided by the Contractor.
4. The new water main shall be tested at 1500 psi in lieu of
225 psi specified in the Standard Special Provisions
Section 306 - 1.4.7.
111 PAYMENT
The unit price bid for each item of work shown on the proposal shall be
considered as full compensation for all labor, equi'pment, materials, and
all other things necessary to complete the work in place, and no addi-
tional allowance will be made therefor.
Payment for all incidental items of work, not separately provided for
in the proposal, shall be included in the price bid for other related
items of work. The cost of maintaining water service to all residents
during construction in accordance with General Note No. 4 on the Plans
shall be included in the unit price bid for installing water main.
IV. TRAFFIC CONTROL AND ACCESS
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
Handbook, also published by Building News, Inc.
Vehicular and pedestrian access shall be maintained at all times for all
residences adjacent to the project area; except where necessary condi-
tions preclude such access for reasonable periods of time as determined
by the Engineer. At the end of each working day, any open trench shall
be securely plated to allow local access.
All streets affected by this project carry two -way traffic. Where any
of these streets are reduced to a single lane, flagmen shall be used
during construction hours.
Where any restrictions herein mentioned necessitate the temporary pro-
hibition of parking on affected streets during construction, the Con-
tractor shall furnish, install, and maintain in -place "No Parking Anytime"
signs (similar to State Standard Sign R -38) indicating the limits of tow -
away. Signs shall be installed at locations not more than 150 feet apart,
and shall be posted and the City notified a minimum of 48 hours in advance
of the need for enforcement.
2
The Contractor shall submit a written traffic con_trol�lan to the Engin-
eer for his approval prior to commencing any work. The plan shall con-
sist of the following:
1. A complete and separate drawing for each stage of construc-
tion proposed by the Contractor or required herein.
2. Each drawing shall show the location and signing of all
signs, barricades, lights, warning devices, and temporary
parking restrictions.
3. Each drawing shall show the periods of street closures, and
any other details required to assure that all traffic will
be handled in a safe and efficient manner with a minimum of
inconvenience.
V. PERMITS AND RIGHT OF WAY EASEMENTS
The City has obtained the following approvals and permits, which are
available for inspection at the Public Works Department.
1. Project Approval: California Regional Water Quality Control
Board, Santa Ana Region (see also Section XII of these
Special Provisions, Surface and Ground Water Control).
2. Permit: California Coastal Zone Conservation Commission,
South Coast Regional Commission.
3. Right of Way: The Irvine Company has issued the City a
10 -foot wide pipeline easement together with a temporary
50 -foot wide construction easement, including contractor
terms and conditions which are incorporated herein as a
part of these Special Provisions.
The Contractor shall be responsible for making himself aware of and con-
ducting his operations in accordance with the requirements of these
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 sboji obtain a "Permit to D5pose
f Demolition" from the City Public Works Department. There is no charge
for t is permit; its purpose is to provide authorization for the Contrac-
tor to use those disposal facilities for disposal of excess material.
3
0
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of
the Contractor. All such surveys, including construction staking, shall
be under the supervision of a California licensed surveyor or civil en-
gineer. Staking shall be performed on all items ordinarily requiring
grade and alignment at intervals normally accepted by the agencies and
trades involved. Payment for construction survey staking shall be con-
sidered as included in the various items of work and no additional allow-
ance will be made therefor.
VII. NOTICES TO RESIDENTS
The City will send a preliminary notice to all residents affected by this
work. Between 40 and 55 hours before closing or restricting through or
local vehicular access to and from streets, or driveway approaches, the
Contractor shall distribute to each affected residence a written notice
stating when constructions operations will start and approximately when
vehicular accessibility will be restored.
Between Z4 and a hours before shutting off water service to any resi-
dence, the Contractor shall distrbute a separate written notice to each
affected residence stating the date and time the water w it be shut off
and the approximate time watiar--sgrvice will be restored.
The above written notices will be prepared by the City, and the Contractor
shall insert the applicable dates and times when he distributed the notices.
Errors in distribution, false starts, acts of God, strikes, or other alter-
ations of the schedule will require renotification by the Contractor using
an explanatory letter prepared by the City.
VIII. PROTECTION OF EXISTING PROPERTY CORNERS
Every effort shall be made by the Contractor.to protect any existing prop-
erty corners uncovered during construction. Should any of these corners
be disturbed, they shall be restored by the Contractor at his expense and
no separate compensation will be made.
IX. SOIL CONDITION
The Contractor shall read and be responsible for knowing the contents of
the soils report prepared for this job. The report is entitled, "Soil
Engineering and Geologic Investigation - Proposed 8 -Inch Diameter Ductile
Steel Waterline for the City of Newport Beach ", dated October 9, 119,
and was prepared by Converse Ward Davis Dixon Geotec nica onsultants.
Copies are available for review at the City Public Works Department PubliF
Counter.
0 0
The Contractor shall follow all the recommendations of that report, two
of which are: 1) Slump or slide debris encountered during trenching
shall be removed down to competent material as determined by the Engineer
and the pipeline placed at that depth or backfilled with soil cement to
the invert elevation directed by the Engineer. 2) Where the pipeline
traverses slopes 4 horizontal to 1 vertical or greater, the backfill soil
shall be mixed with cement in the ratio of one sack to each cubic yard of
soil.
Costs arising from following the requirements of the soils report shall
be absorbed by the Contractor in the applicable contract unit price and
no additional compensation will be made therefor.
X. WATER
Unless otherwise specified there will be no charge for the use of con-
struction water taken from the City of Newport Beach water system. The
Contractor will be expected to observe normal water conservation prac-
tices in the use of City water. If the Contractor fails to use reason-
able conservation measures, the City will require a meter to be installed
and the Contractor will be charged for all water used at the standard City
water rates. Arrangements for the use of City water may be made with the
City's Utilities Superintendent, Mr. Gil Gomez phone number 640 -2 2l.
XI. GUARANTEE
The Contractor shall guarantee for a period of one year, after acceptance
of the work by the City Council, all materials and workmanship against any
defects whatsoever. Any such defects shall be repaired at the Contractor's
expense.
X11. SURFACE AND GROUND WATER CONTRO
As stated in the soils report, it is anticipated that surface and ground
or other waters will be encountered at various times and locations during
the work herein contemplated. The Contractor, by submitting a bid, ac-
knowledges 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 t et ref way wl Dt per-
mitted by the Engineer.
Ld
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, sufficient to prevent such waters from entering storm
drains or the ocean. The Contractor shall submit a plan for implementing
siltation control concurrently to the City and to the California Regional
Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue,
Suite 1, Riverside, California 92506, telephone number (714) 684 -9330,
Mr. John Zasadzinski), 10 days prior to commencing construction. Upon
approval of the plan by the City and the Boards; the Contractor shall be
responsible for the implementation and maintenance of the control fac-
ilities. The Contractor's attention is called to Subsections 7 -8.1 and
7 -8.6 of the Standard Specifications as regards project site maintenance.
XII1. EASEMENT AND STORAGE AREA
The easement granted to the City by the Irvine Company, attached to these
Special Provisions consists of a 10 foot wide permanent easement and a
50 foot wide temporary construction easement, which may be used by the
Contractor for storage. The easement area shall be returned to its orig-
inal condition upon completion of the contract.
XIV. CONSTRUCTION DETAILS
A. Ductile Iron Pipe (D.I.P.)
Ductile iron pipe shall conform to the requirements of the American
National Standards Institute (ANSI) Standard A21.51 (AWWA C151) en-
titled "American National Standard for Ductile -Iron Pipe, Centri-
fugally Cast in Metal Molds or Sand -Lined Molds,.for Water or Other
Liquids" and shall be as manufactured by the United States Pipe
and Foundry Company, American Cast Iron Pipe Company, Pacific States
Cast Iron Pipe Company, or approved equal.
Ductile iron pipe shall have a mortar lining not less than 1/16 ",
in accordance with ANSI A21.4 (AWWA CIA). Unless otherwise spec-
ified, the pipe and cement lining shall be given a seal coat of
bituminous material.
The pipe shall be of the size shown on the plans and shall be Class
50 wall thickness unless otherwise indicated on the plans. Joints
shall be either mechanical, flanged, restrained, or push joint as
shown on the plans. All pipe shall be polyethylene encased in ac-
cordance with Method "A" per ANSI A21.5 (AWWA C105).
The Contractor, at no additional cost to the City, shall furnish
the Engineer prior to the time of delivery of the pipe, pecertifica-
tion or a sworn statement that the inspection and all scified
tests have been made and the results thereof comply witiithe re-
quirements of this standard. Any pipe not conforming to the above
requirements will not be acceptable for the project.
0
B. Fittings
C.
D.
E
0
Fittings shall conform to Subsection 207 -9.2.3 of the Standard
Specifications and shall be for a working pressure of 250 psi
unless otherwise indicated.
Flanges
Flanges for waterline shall conform
shall be furnished with flat faces.
with the boltholes straddling the v
less otherwise shown on the Plans.
to the pipe in conformance with the
AWWA C110.
Gaskets
to AWWA C110. All flanges
The flanges shall be attached
�rtical axis of the pipe, un-
The flanges shall be attached
applicable provisions of
Except as otherwise provided, gaskets for flange joints shall be
as manufactured by the pipe supplier, or approved equal. Gaskets
shall be 1/8" thick in either SBR or Neoprene meeting all material
requirements of ANSI A21.11 mecnanical joint gaskets. Gaskets
shall be cemented to the surface of blind flanges with an adhesive
as recommended by the gasket manufacturer.
Bolts and Nuts
All bolts and nuts
steel. They shall
coated with EC -244
with the r commend
Company.
F. D.I.P. Installation
for buried service shall be Type 316 stainless
be thoroughly cleaned after installation and
mastic as manufactured by and in accordance
t ons of Minnesota i a u ctur ng
D.I.P. laying shall be performed in accordance with the recommen-
dations of the manufacturer, and as described in the most recent
publication of the ANSI /AWWA 0600 Standard, entitled "Installation
of Gray and Ductile Cast-iron Water Mains and Appurtenances ".
G. Trench Restoration
1. Temporary Restoration: Due to the restricted access closure
times specified in Section IV of these Special Provisions,
steel plating or temporary trench resurfacing may be required
to provide safe vehicular access to streets and driveways
affected by the work prior to permanent trench restoration.
Such temporary resurfacing shall be performed at the direction
of the Engineer, and all costs involved in maintaining normal
vehicular access to these locations shall be included in the
unit price bid per linear foot for water main installation.
7
2. Permanent Trench Restoration:
a. Asphaltic Concrete: Prime coat will not be required on
the prepared subgrade. The tack coat in conformance
with Subsection 302 -5.3 of the City's Standard Specif-
ications shall be applied to the existing asphalt con-
crete surfaces and between the base course and the
surface course.
Asphaltic concrete shall be Type 111 -0-AR -4000 con-
forming to the requirements of Subsection 400-4.3 of
the Standard Specifications.
b. Easement
Trench restoration in easement areas shall be provided
to bring the area to the conditions existent prior to
the start of work; the soil used for the top 6" of
backfill shall be of the same type as the surrounding
terrain.
L,
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS
CONTRACT NO. 1983
ADDENDUM NO. 1
NOTICE TO BIDDER:
Please be advised that the following changes shall be made of the original
Plans W- 5139 -S sheet 5 of 5 "(A) STANDARD EASEMENT SECTION" as follows:
1. Revise to show increase in bedding material to six inches (6 ") above
the top of pipe.
2. Change backfill dimension to "min. 30 in." and change "cover" to read
"backfill ".
3. Change backfill requirement to read: "native materials (min, rel. com-
paction = 90% ) "deleting the "select native materials" and "min. sand
equiv. = 30" requirements.
Included for your information is a copy with the aforementioned changes.
Plan changes per this addendum supercede plans previously issued.
Please show date of receipt of this addendum on the proposal or insert a
copy with your proposal.
Benjamin B. Nolan
Public Works Director
GLM:do
Enc.
DATE OF RECEIPT OF CONTRACTOR:
NAB D y X AAJ?fjwp ?/vw
Cont actor
)utterfly valve per CNB standav b -L.
�k 16" steel casing, and insert Class 50 DIP w,itei ,,iin„
Joints, as per detaiI e
existing main.
j barrel fire hydrant per CNB standard 500 --L,.
pncrete enCascairnl per- detai l
n.;e 4" female x female adaptor with 4" bronze Pl-9-
t
i
..1-Z
70
2"9TL. SQ Q%i4 r.
tE NOT /!-E Mt1TEP /l/LB `Y�
� � JJ Div. 2CG . ca�sP4crn�.v 51�y,
mP
COMPACTED G Pq UULAP
Oh- f/HT'L.
:� i- (SF/VD, PEA6R9YEL WELL
[G?ADED ClZUSNED POCf�
- -- LG'AW P /PE 6 Nii/ TYP. D /MIENS /ONS �r�
(A) STANDARD EASEMENT SECTION
�SELECT .Vf7T /l1E W,,;W S.
�SEE ABOVE)
/ SACK /CY !3 % Sol' CEMENT
COMP/CTEV To MIN. 9a' /- Prl
OfNS /JY
P /PE
Cog
NQ
•
CITY OF NEWPORT BEACH
Contract No.
Special Endorsement No.
• SAMPLE
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuriN the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall: -
1. Include the City of Newport,Beach, its officers and employees as additional
insureds in the policies described below 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.
2. lnclpde contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
9. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on thepart of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES - ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective , 19 , when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By
(Authorized Representative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0
FREMONT INDEhNVITY COMPANY
HOME OFFICE: LOS ANGELES, CALIFORNIA
810 BOND
Dond No. 050246
KNOW ALL MEN RT THESE PRESENTS:
that HARDY & HARPER, INC.
440 W. First Street
Tustin, Ca. 92680
(hereinafter called the Principal)
as Principal, and The FFt EMO NT INDEMNITY COMPANY, a rarPoralion created and existing under the laws of the State of California,
with its principal office In the City of Los Angeles, California (hereinafter called the Surety) as Surety, are held and firmly bound unto
CITY of NEWPORT REACH
(hereinafter called the Obligee),
in the full and fast sum of Ten Percent of the Amount Bid
Dollars
(f 10p10 of B ld, good and lawful money of the United States of America, to the payment of which sum of money well and truly to be
made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, Wally and
severally, firmly by these presents.
Signed, sealed and dated this 2nd day of July , A.D., 19—B-Q—_
THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Obligee shall make any award to the Principal for
7.r.na TTT Water iPryir.P Connection to
Corona and Cameo Highlands
Contract # C -1983
according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter Into a contract with
the Obligee In accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with the
FREMONT INDEMNITY COMPANY, as Surety, or with other Surety or Sureties approved by the Obligee: or If the Principal shall, In case of `
failure so to do, pay to the Obligors the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty el'this band_
then this obligation shall be null and void; otherwise it shall be and remain in full force and effect.
In Testimony Whereof, the Principal and Surety have caused these presents to be duly signed and scaled. _
WITNESS, HARDY & HARPER, AC.
�w n
(If Individual or Firm)
ATTEST: (Seel)
Principal
(if Corporation) F R ON /IEMNIT C 0 A ~
By
rew J. Sf i AIIarn*y4Aqcc1
STATE OF CALIFORNIA
COUNT' OF Riverside
.a
}
On this
Ind day of July 19-20—, before me
Doris A. Wilkie a Notary Public, in and'fer the County and
Stale aforesaid, residing therein duly commissioned and sworn, personally appeared
nuFl�ttir cEAL Andrew J. Sfin i
C�. I^ ^ "FP KIE kn wn to me to be the Attorney -In -Fact of FREMONT INDEMNITY COMPANY, the Corporation
P NC I V'.' L1 :fIRNlAth executed The within instrument and also known to me to be the person who executed the within
_.., ... . ^ .C. rlh.D !N in renew on behalf of the Corporation therein named and acknowledged to me that such Corpora.
xiVERSiDE. COUNTY ti executed the wine.
Rb Commiselon Expires September 6, 1980
Notary Public in and for the Stole of California, county of RT V r5i d
SUR 15
9
t
0
N
p
3
-C
0
Amok
1
n
a
iTl
M
n
3
C
A
C
n
a
C
,Y
v
4,�.
Ia
,$
Ln
�
ro
...�
•
R�
c�.1\
y
,IN
f�
\Q3
UUOY
t
�
e•2$o
�N
n
I
�
t
nC'�l$p��hvid�
Ct
u,
p
p
•
T
p
p000A�
"p,sl
U
000�Opo'v�li
I
I
�
1
U
Ud�UOp
t's�
p�.Z
-1
ilt
VNj
f
1
0
7
bh
O
O�
y�
t
0
N
p
3
-C
0
x
n
1
a
'N
iii n ...1
.Z Q -
�.i Z �yr
Z R
w a�J
N
N 2 x
mv-1-
c�n lei
�fo g
f
L
00
0
P9
3
3
{
e
rn
�
G
o
�
]�
Hill
N
A
'F
�
N
o
$a
c
2
8
cB
cg
rg
c
,g
�
18
(jj
U
fj
°oo
�Cj4
o
azil
t\NN
-a
j
��V�wtn�I
`
c
Qi4
wwNwN
'G
'D0o
1
EJ
gN
n
�
iii n ...1
.Z Q -
�.i Z �yr
Z R
w a�J
N
N 2 x
mv-1-
c�n lei
�fo g
f
L
00
0
P9
3
3
{
0 1• 3ff
July 14, 1980
CITY COUNCIL AGENDA
ITEM NO. H -2(a)
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS
1980/81 (C 1983)
RECOMMENDATION:
Adopt a resolution awarding contract number 1983 to Hardy &
Harper Inc. of Tustin for 112,694.84 and authorizing the
Mayor and City Clerk to execute the contract.
DISCUSSION:
Eight bids were received and opened in the office of the City
Clerk at 10:00 AM on July 2, 1980, listed as follows:
Bidder Amount
Hardy & Harper Inc. 112,694.84
Byron L. Crume Inc. 116,635.05
Chino Pipeline 134,606.25
John T. Malloy 140,976.00
Gallacher Co. 149,054.30
Zapata Construction Inc. 172,818.00
Barrett & Locus Construction 175,708.00
P.& J. Utility Co. 182,946.00
This project will provide for the installation of a water main
connection from the higher pressure Zone III water system to Corona and
Cameo Highlands (see attached sketch). The higher elevations of the two
tracts are presently served from the lower pressure Zone II system by means
of hydropneumatic booster stations. Installation of the connection will
insure a dependable supply of water to the areas for fire and domestic
service, and will allow the booster stations to be taken out of service,
resulting in a cost savings for maintenance and operation.
The lowest responsible bidder is 21% lower than the Engineer's
estimate of $142,000. Funds in the amount of $145,000 are available in the
current budget. (Account #50- 9297 -130).
The plans and specifications were prepared by Alderman, Swift &
Lewis, Consulting Engineers of Santa Ana. The estimated date of completion
for the total project is October 12, 1980.
Benjamin B. Nolan
Public Works Director
GLM:do
Att.
\ i�v
0
w 7D N 1 C
Cf lE4 '�
• P /4.
j!
-ca
.401f 007
Ivj r.-.Yr '11 IJ �•.
99 PROJEC T.
sI�, � L/M / Ts
C7n _
_� -_ � �U� cu'JGc�JV 1 ► ar
4 '
1p
oEACM #j
LEGEND I
' BI _AD UNES = -
PIER CR AD LIMES
"A El LINE! -- - - -- -- - - - - --
PEW T BEACH BOUNDART LINE
CO A MESA BOUNOART LINES
DE IN AT M.L.L.W.
CA LE CROSSING
PI E CROSSING
j
I I CNDRAGE AREAS
It UILDINOS E,ry
USLIC PIER
BLIC DOCK
I
I
CITY OF NEWPORT BEACH DRAWN -S• g DATE /Z -/- /o
PUBLIC WORKS DEPARTMENT APPROVED
ZD� /E Z17- WRTr .? PUBLIC WORKS DIRECTOR
R.E. NO.
Yd CQiQONA e-HMEG I.,lar/ 4,11vO S
DRAWWC Mo. GAI.AJ A
'3
S ANDCASTLE DRIVE
32.71 A =/'49%0" 45 00'N7t00 tV
O�
Z
V ti
Q ti
�D
4W
tocb 4
N
g�
cv
tD
O
v
/ N 7L'OO'
CITY OF
NEWPORT 13EACH
J �
&T
z F1 PSS
5TH AveNUe
d/.
u:
L
� Z
Q;A �&
T*te:
a+
6s
8,4S1S OF &9A911V6S
711E BEA91N65 SAMW ONT!/ /S MAR ARE 40AER ON THE
NORi11NEs7EKLY 1 /NE Of BLOCK 96, 1XVINC SU ,$O/-
V/S /ON. BE 1116 N,dp'¢,i'OS °E, AS SHOWN OH A
MAR RECORVBp /N BOOK /►4, PAGE B TNROI/GH 13
RANGE L°O�� [R,41-1FORK /AEYS, itECORfs Of
V' fN scycc'p EXG/ /B/T 1:0
0
RIGHT OF WAY MAP / I gvinr•i
LOT 67 lose'' �®
TRACT NO. 6228 C16r.1® &V all
F
r.,
s
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO HARDY
& HARPER, INC., IN CONNECTION WITH THE ZONE
III WATER SERVICE CONNECTION TO CORONA AND
CAMEO HIGHLANDS (C -1983)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the Zone III water service connection
to Corona and Cameo Highlands, in connection with the plans
and specifications heretofore adopted, bids were received on
the 2nd day of July, 1980, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefor is HARDY & HARPER, INC.,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of HARDY & HARPER,
INC., in the amount of $67,950.00 be accepted, and that the
contract for the described work be awarded to said bidder; and
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 14th day of July , 1980,
ATTEST:
City Clerk
Mayor
rte; �
kv
7/8/80
l.' , Y
TO: CITY COUNCIL
FROM: Public Works Department
June 9, 1980
CITY COUNCIL AGENDA
ITEM NO. H -13
SUBJECT: ZONE III WATER SERVICE CONNECTION TO CORONA AND CAMEO HIGHLANDS,
C -1983
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
10 :00 a.m., July 2, 1980.
DISCUSSION:
This project will provide for the installation of a water main con-
nection from the higher pressure Zone III water system to Corona Highlands and
Cameo Highlands (see attached sketch). The higher elevations of the two tracts
are presently served from the lower pressure Zone II system by means of hydro -
pneumatic booster stations. Installation of the connection will insure a
dependable supply of water to the areas for fire and domestic service, and will
allow the booster stations to be taken out of service, resulting in a cost sav-
ings for maintenance and operation.
Clearance has been obtained from the Regional Water Quality Control
Board. The Coastal Zone permit was approved on May 19, 1980.
A fully executed grant of easement from The Irvine Co. has been re-
corded.. An•additionai grant-of-easement for Lot 67, as shown on the attached
Exhibits "A" and "B, is being processed;and recordation is expected prior to the
award of the subject contract.
The project is estimated to cost $142,000. Financing of the work will
be from the Water Fund account. Funds currently available for this project are
$95,000. Additional funds have been requested in the 1980 -81 budget.
Due to the length of time necessary to allow for construction of the
subject project and the need for expediting its completion, award is planned
for the first 1980 -81 fiscal year meeting.
The plans and specifications were prepared by Alderman, Swift &
Lewis, Consulting Engineers. The estimated date of completion is October 12,
1980.
i�l
4n7aion i B. Nolan
Public Works Director
GM:jd
Att.
M-
� � • �i, �•� v Ili
_ _ Y
AW
d
o�
���bl�°Ns
r
w �
r ha�
j.
w
PRGJEC T:
rGfL
tYYl
•NYIOT[
LEGEND
DL ILN AD LINES
TIER AO LINES — - --
CNA Et LINES --- ----�-
NE T $EACH DOIIIIDART LOM
--
CO A MESA BOUNDMT LINE I
DE M AT M.L.L.w, Q`
1
CA GROSSING
--•-
CROSSING
CNORAGE AREAS ...: .....
I
VILDINOS
C FIER
Due DOCK IbiwDi
i
CITY OF NEWPORT BEACH
DRAWN s. 8 DATE iz -/- o
PUBLIC WORKS DEPARTMENT
APPROVED
ZONF Z2r VVS9T•ER .sERV /CE [d/l.V,
PUBLIC WORKS DIRECTOR^
R.E. N0.
`
TO CORoNRr fHMEO /f /CrHCHNOS
DRAWING NO. E,KAl //d/T
S ANDCASTLE DRIVE
32.1/d =/'4f %D" �S.00N7t'ooSY
I:M
� � d
V ti
Q ti
�W
O
r CITY OF
NEWPORT BEACH
�• §T14 AY
—to Y6
V /C/N/TY 14AP
(NO SCALE
'Y
0\
ell
ev
CO&
O
v
,N
v
th
V><byZZl
4 LA
toy
IL
'p
n
C� O
Ife
BASIS OF BE/(R /NGS
T//E 8E991sw Wow# oNT/1 /S we ARE aazp of Me
NORT//iYEsTEKLY UNE of &" 9G, /914/NC SaBOi-
Y /S /oN, BE /NG AS S#PWN oN A
MAP RECORAV /N BOOK /"4, GAGE B 771RO/16N Z3
oRANMe Gfo�� CA4flVY% EYS, RBGORIS Of
EXN /B /t ';o "
n
RIGHT OF WAY MAP
LOT 67
TRACT NO. 6228
0
THE NEWPORT ENSIGN
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 circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, 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 entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
June 11, 1980
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
BeachTGwklifornia, this 17day ofJune , 1,9-80
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
40
This space is for the County Clerk's Filing Stamp.
PROOF OF PUBLI,
W
Notice
Proof of Publication of
Bid..Contract #1983
•
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighleen years,
and not a party to or interested in the above - entitled
matter. 1 am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion; printed and published 'weekly in the city of
Newport Beach, County of Orange, and •.which news
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or
ange, Stale. of California, under the date of May 14.
1951, CASE NUMBER A -20178 that the nciice, :i.
which the annexed is a printed copy (set in type 'tot
smaller than nonpareil) has been published fn ea, L
regular and entire issue of said newspaper and not lT
any supplement thereof on the following dates to -wi-
June 11, 1980
I certify (or declare) under penalty of perjury that the
forenoinn is true and correct Dated at Newport
Beach. C lifornia, this 11day oijune 19 80
' Y
�.
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corers del Mar, Califcrria 92625.
i
This si =rlc-e i; for the County Clerk's Filing Stamp
N
Notice
pr,)of of pubhca'ior. of
Bid-.Contract #1983
the r.ny ..... Standard
Special Provisions gad Standard Draw.
in,.. Copies of these era available aide
Public Works Department at a tort of $5
per act.
A standard "City of Newport Beach
Special Endersemem" torn has been
adopted by the City of Newport Beach.
This form fa the only cad....., or.
capable to the City tar liability in
aumsoe pirpoeas. The morkenful low
bidder will be required to complete the
term upon award of contract.
For any required bonds, the company
.suing bid bonds, labor and material
bands, and taflhlal pedarmavice bonds
vet be an in.urascy company or inure!,
company hinured by the State of
California.
In accordance with the provisions of
Article 2, Chapter 1, Part 7 of the
California mbar Coda (Sections 1740
at. seq.), the Director of Industrial Ran -
tions has ascertained the general
prevdlling ate of per diem wage. in the
locality in which the work I. to be pan
lo,med for each .rah, Incontinence, or
type of workman or mevhanic needed I.
execute the contract. A copy of said
determination it available in the office of
the City Clerk. All urr ie. to the cos
tract .hap he governed by all provisions
of the California Labor Code relating to
pre veiling wage rule. (Section, 1770
7981 inclusive). The contractor shall be
responsible for compliance with Section
1477.6 of the California Labor Code for
all app.ml—bl. occupation.
The contractor shall post a copy of the
prevailing wage rate. at the job rite.
Copies may he obtained from the Public
Works Department,
The Cuy e [ the right to reject
ar.y ci ail bide and I. wmve any mi.,
maLp , such bids.
Publish: Ion. 11, 1980 in The Newport
Ensign. NE163
PROOF OF PUBLICATION
CITY OF NEWPORT BEACH,
CALIFORNIA
NOTICEINVITINGBIDS
SEALED BIDS will be received at the
office of the City Clerk, City Hall,
Newport Beach, California, until 10:00
a.m. (as determined by telephone time
.;,call im the 2nd day of lu1y. 1980, at
which time they will be ope..d cad
road. Is, performing work m follows:
ZONE 111 WATER SERVICE CONNEC.
TION TO CORONA AND CAMEO
HIGHLAND CONTRACT NO. 1883
Bids mum he submitted on the pro
peaso loan attached with the convent
documents f rmiehed by the Public
Works Department. The additional copy
of the proposal form is to be retained by
the bidder ter Etanecorde.
Each bid must be accompanied by
cash, certified check or Bidder'. Bond,
made payable to the City of Newport
Beach, for an .meat actual to at least 10
percent of the amount bid.
The fide .(the project and the wmda
"SEALED BID" shall be clearly marked
oa the outside al the envelops canners.
mi, the bid.
The contract documents that meet be
completed, ..cooled, and returned In
the sealed bid are:
A. Propose]
B. Dalgnatum of Subcontra.mm
C. Bidders Bond
D. Noscolludon Affidavit
E. Statement of Financial Reopen.
.ibility
F. Technical Ability and Experience
Reference.
These documents shall be affu ed with .
the .gain,. and title. of the ps mows
mining on behalf of the bidder. For con
potations, the signatures of the Presb
dent or Vice President and Secretary or
Assistant Secretary are required and the
C.,nmm Seal shall be affixed to W
documents requiring signature.. in the
a of . Partnership, th, i,.at.,a of at
least one general partner is required.
No bids will be accepted from a con
tractor who has of been licensed is ac-
cordance with the prove.. of Chapter
9, Divirion 111 of the Busira.. and Pro
froccove' Code. The cenvaetor shall
state his license number and classifier
tior, in the proposal.
One set of plays. and contract
documents, including special prevl-
may be obtained at the Public
Works Department, City Hall, Newport
Beach, Caltfonia, at no cost to licensed
onnecbm. Il a resonated that the 'jape
and crunient dreaminess her returned
within 2 weak%aNer the bid opening.
The City has adopted the Standard
Specifications for Public Works Con -
emucticn (1976 Edition) as prepared by
the Southern Caldron;. Chapter. of the
American Public Welke Ah., lost and
the Associated Geverei Contractors of
America. Copies may be obteWad from
Building News, Inc., 3055 Oveslevd
–�
Ave., Les Angeles, Calif.. 90034, (213)
f. r
BTIF8871,:.._