Loading...
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,:.._