Loading...
HomeMy WebLinkAboutC-2108 - Lido Isle sewer force main replacementi 0 October 2, 1980 CITY OF NEWPORT BEACH Steve Richey Co. 3700 Park Lane Newport Beach, CA 92663 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: Surety Insurance Company of California Bond No.: 006500 Project: Lido Isle Sewer Force Main Replacement Contract No.: 2108 The City Council on August 25, 1980 accepted. the work of "subject project and authorized the City Clerk to file a Notice of Completion and to release the bond 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on September 15, 1980 in Book No. 13744, Page 2. Please notify your surety company that the bond may be released 35 days after recording date. DORIS GEORGE City Clerk cc: Public Works Department City hall • 3300 Newport Boulevard, Newport Beach, California 92663 TO v, ORT BEACH ftGt ` 'Oi'tY F, :ACH, CALIF. 92653 20102 EXEIVPT C5 NOTICE, OF COMPLETION PUBLIC WORKS 4JK 13744 PO 2 RF_t:ORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 3t> " 3 F.M. SEP 151960 Pao W LEE A. BRANCH, County Rrcerdw 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 12, 1980 the Public Works project consisting of Lido Isle Sewer Force Main Replacement (q- -2108) on which Steve Richey Co. was the contractor, and Surety Insurance Company of California was the surety, was completed. CITY OF NE`��1:'O)2T BEACH f,p ublic Works 'DJiirrre�ctor VERIFICATION I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 27, 1980 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 25, 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 correct. Executed on August 27, 1980 at Newport Beach, California. City Clerk X / Y RECEIVED CITY CLERK OCT 21980► CITY OF kEWPORi AL BEACH, Z; CIF. 0 August 27, 1980 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Lee A. Branch County recorder P. O. Box 238 Santa Ana, California 92702 Dear Mr. Branch: Attached for recordation is Notice of Conpletion of Public Works project consisting of Lido Isle Sewer Force Main Replacement Contract No. 2108 on which Steven Richey Co. was the Contractor and Surety Insurance Company of Calif. was the Surety., Please record and return to us. Very truly y4-irs. V Doris George City Clerk City of Newport Beach DG •bf encl. City Hall 3300 Newport Boulevard, Newport Beach. California; 92663 0 AUG 25 1980 By fin. CITY COUNCIL Cay.. ow Nowl an! K"H TO: CITY COUNCIL. FROM: Public Works Department 0 August 25, 1980 CITY COUNCIL AGENDA ITEM NO. H -// SUBJECT: ACCEPTANCE OF LIDO ISLE SEWER FORCE MAIN REPLACEMENT (C -2108) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk 3. Authorize the City Clerk Notice of Completion has DISCUSSION: to file a Notice of Completion. to release the bonds 35 days after been filed. The contract for the replacement of the Lido Isle sewer force main has been completed to the satisfaction of the Public Works Department. The bid price was: $ 30,950.00 Amount of unit price items constructed $ 29,895.00 Amount of change orders none Total contract cost $ 29,895.00 Funds were budgeted in the General Fund The design engineering was performed by the Public Works Department. The contractor is Stephen Richey Company of Newport Beach, California. The contract date of completion was June 12, 1980. The Contractor was delayed by the City's other Contractor, Rodding & Cleaning, who was slip - lining the bridge crossing, however all work was completed by June 25, 1980. Z %��,a2?.✓G�vr Benjamin B. Nolan Public Works Director GPD:do DATE r`-TIME FOR WHILE YOU WERE OUT Al M OR PHONE No, EXT TELEPHONED PLEASE CALL HIM RETURNED YOUR CALL WILL CALL AGAIN CAME IN TO SEE YOU URGENT MESSAGE BY • 0 CITY OF NEWPORT BEACH Date May 29, 1980 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2108 Project Lido Isle Sewer Frcoe Main Replaceaent Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Steve Richey Co. Address: 3700 Park Lane, Newport Beach, cA 92663 Amount: $ -56- ,350 00 ygjT, Effective Date: May 30, 1980 Resolution No. 9771 AI�Di Geo e Att. cc: Finance Department City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Ll May 27, 1980 TO: CITY CLERK FROM: Public Works Department SUBJECT: LIDO ISLE SEWER FORCE MAIN REPLACEMENT (C -2108) 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. Gary M ler Project Engineer GM: do Att. f. CITY CLERK CONTRACT NO. 2108 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS F111L7 LIDO ISLE SEWER FORCE MAIN REPLACEMENT LIDO ISLAND 1979 -80 Approved by the City Council on this 24th day/,of March, 1980 Doris George, City /Clerk SUBMITTED BY: STEVE RICHEY CO. Contractor 3700 Park Lane Address Newport Beach, CA 92663 City Zip (714) 645 -2112 Telephone No Bid TotAid Price Proposal No. 1Price Proposal No. 1 $56 550.00 Total Bid Price Proposal No. 2 (Alt. 1 -A thru 5) $56,550.00 Total Bid Price Proposal No. 2 (Alt. 1 -B thru 5) $56,550.00 Total Bid Price Proposal No. 3 (Alt. 1 -A thru 5) $56,550.00 Total Bid Price Proposal No. 3 (Alt. 1 -B thru 5) NOTE: On April 28, 1980, City Council awarded to Steve Richey Co. Contract No. 2108 in the amount of $30,950 for Bid Items 2 through 7 of Proposal 3 with Bid Items 1 -A and 1 -B deleted. (Total Bid $56,550 less $25,600 bid item for cleaning and slip lining.) i LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 TABLE OF CONTENTS SECTION 1 Page I. NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . 1 -1a -2 II. CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . 3 -14 A. DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . 3 B. BIDDER'S BOND . . . . . . . . . . . . . . . . . . . . . . . . 4 C. NON- COLLUSION AFFIDAVIT . . . . . . . . . . . . . . . . . . . 5 D. STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . 6 E. TECHNICAL ABILITY & EXPERIENCE . . . . . . . . . . . . . . . . 7 F. PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 thru 13 G. INSURANCE SAMPLE . . . . . . . . . . . . . . . . . . . . . . . 14 SECTION 2 - GENERAL PROVISIONS FOR C -2108 I. METHOD OF PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . 1 GP II. CONTRACT BONDS . . . . . . . . . . . . . . . . . . . . . . . . . 1 GP III. PUBLIC CONVENIENCE AND SAFETY . . . . . . . . . . . . . . . . . . 1 GP IV. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . . . 2 GP V. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . . . . . 2 GP VI. STORAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 GP SECTION 3 - SPECIAL PROVISIONS FOR C -2108 I. CONTRACT LIMITS . . . . . . . . . . . . . . . . . . . . . . . . . 1 SP II. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 SP III. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . . . . . . . . 1 SP IV. DEFINITION OF PROPOSALS . . . . . . . . . . . . . . . . . . . . . 1 SP PROPOSAL 1 . . . . . . . . . . . . . . . . . . . . . . . . . . 2 SP 1. CLEAN EXISTING SEWER FORCE MAIN . . . . . . . . . . . . . . . 2 SP i TABLE OF CONTENTS (C -2108) Cont'd SECTION 3 - CONTINUED page 2. FURNISH AND INSTALL HIGH DENSITY POLYETHELYNE (HOPE) SLIP LINER . . . . . . . . . . . . . . . . . . . . . . . . 2 SP 3. PROVIDE TEMPORARY SEWER BY -PASS . . . . . . . . . . . . . 2 SP 4. GUARD UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . 2 SP PROPOSAL 2 . . . . . . . . . . . . . . . . . . . . . . . . . 2 SP ALT. lA FURNISH AND INSTALL HOPE "SLIP LINER" AND CLEAN EXISTING SEWER . . . . . . . . . . . . . . . . . 2 SP ALT. 1B FURNISH AND INSTALL PVC SOLVENT WELD "SLIP LINER" AND CLEAN EXISTING SEWER . . . . . . . . . . . 3 SP 2. FURNISH AND INSTALL EIGHT -INCH (8 ") PVC SEWER FORCE MAIN ........................... 3 S 3. CONSTRUCT TEMPORARY ASPHALT CONCRETE PAVEMENT . . . . . . 3 SP 4. PROVIDE TEMPORARY SEWER BY -PASS . . . . . . . . . . . . . . 3 SP 5. GUARD UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . 3 SP PROPOSAL 3 . . . . . . . . . . . . . . . . . . . . . . . . . 3 SP ALT. lA (SAME AS FOR PROPOSAL 2) . . . . . . . . . . . . . . . 3 SP ALT. 1B (SAME AS FOR PROPOSAL 2) . . . . . . . . . . . . . . . 3 SP 2. FURNISH AND INSTALL EIGHT -INCH (8 ") FIBERGLASS COMPOSITE SEWER FORCE MAIN (DIRECT BURIAL) . . . . . . . . . . . . . 3 SP 3. (SAME AS PROPOSAL 2) . . . . . . . . . . . . . . . . . . 3 SP 4. (SAME AS PROPOSAL 2) . . . . . . . . . . . . . . . . . . 3 SP 5. (SAME AS PROPOSAL 2) . . . . . . . . . . . . . . . . . . 3 SP V. METHODS AND MATERIALS FOR CONSTRUCTION . . . . . . . . . . . . 4 SP A. CLEAN EXISTING SEWER FORCE MAIN . . . . . . . . . . . . . 4 SP B. PIPE INSTALLATION . . . . . . . . . . . . . . . . . . . . 4 SP C. TEMPORARY SEWER BY -PASS . . . . . . . . . . . . . . . . . 4 SP D. PIPE AND COUPLING MATERIALS . . . . . . . . . . . . . . . 4 SP ii • TABLE OF CONTENTS (C- 2108)Pont'd SECTION 3 - CONTINUED Page 1. HIGH DENSITY POLYETHELYNE . . . . . . . . . . . . . . . . 4 SP 2. FIBERGLASS COMPOSITE PIPE . . . . . . . . . . . . . . . . 5 SP 3. POLYVINYL CHLORIDE (PVC) . . . . . . . . . . . . . . . . 5 SP a. Pipe for Direct Burial (Trench) . . . . . . . . . . . 5 SP b. Slip Liner . . . . . . . . . . . . . . . . . . . . . 6 SP iii E. GASKETS 1. FLANGED CONNECTIONS . . . . . . . . . . . . . . . . . . . 6 SP 2. BELL AND SPIGOT AND COUPLED CONNECTIONS. . . . . . . . . 6 SP F. FLANGE ADAPTERS AND FITTINGS . . . . . . . . . . . . . . . . 6 SP G. BOLTS, NUTS AND WASHERS . . . . . . . . . . . . . . . . . . . 6 SP H. TRENCH EXCAVATION . . . . . . . . . . . . . . . . . . . . . . 6 SP I. BEDDING AND BACKFILL . . . . . . . . . . . . . . . . . . . . 7 SP J. ASPHALT CONCRETE PAVEMENT . . . . . . . . . . . . . . . . . . 7 SP 1. TEMPORARY RESURFACING . . . . . . . . . . . . . . . . . . 7 SP 2. PERMANENT ASPHALT RESURFACING . . . . . . . . . . . . . . 7 SP VI. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 SP VII. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 8 SP VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 SP IX. PIPE TESTING . . . . . . . . . . . . . . . . . . . . . . . . . 8 SP X. ORDER OF WORK AND TEMPORARY SEWER BY -PASS. . . . . . . . . . . . 8 SP iii 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 16th day of pr— 1980, at which time they will be opened and read, for performing work as fo to— wT s LIDO ISLE SEWER FORCE MAIN CONTRACT NO. 2108 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. B. C. D. E. F. Proposal Designation of Subcontractors Bidder's Bond Non - collusion Affidavit Statement of Financial Responsibility 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 Smreretaar or Assistant Secretary are required a—nd— a CCorPoratte Seal shams be affixed to all documents requ ring 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 Specificdr5 for Public Works Construction (1976 Edition as prepared by the Southern a orn a apters o the Amer can u rc 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 c 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10,) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 384002 Classification A Accompanying this proposal is , Lam er's cnecK 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. 1714) 645 -2112 Phone NuMSer REW-51 Bidder;VUmehpy Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Steve Richey Co. niaaer•s Name S /Stephen L. Richey Authorized i� 5ignat Individual Type of Organization (Individual, Co- partnership or Corp.) 3700 Park Lane Newport Beach, CA 92663 Address *OR ORIGINAL SEE CITY CLERK'S Flo COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, STEPHEN L. RICHEY , as Principal, and SURETY INSURANCE COMPANY OF CALIFORNIA , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% NOT TO EXCEED SIX THOUSAND AND NO /100 Dollars ($ 6,000.00 ), 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 15th day of April , 19 80 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact S/ Susan Henry, Notary Public Commission expires June 20, 1980 STEPHEN L. RICHEY Principal S /Stephen L. Riche SURETY INSURANCE COMPANY OF CALIFORNIA Surety By S /Madelaine Gentry Title Attorney -in -Fact : Page 5 ::, NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant.or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through.said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract,.nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 16th day of April , 19 80 My commission expires.: June 20, 1983 STEVE RICHEY CO. 3700 Park Lane Newport Beach CA 92663 S /Stephen L. Riche L of S /Susan Henry Notary Public Aw..� OR ORIGINAL SEE CITY CLERK'S Fe COPY STATLMENT 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. Page 6 _'`. � -�.. -3 � >`,:.�- `- ":�'�.�•,w��'"``. 'c,` `u •.�.:.u.- rsf �"i�+o"�b'., �c.�r ?__. s..a-'�� =tea �a_...::. �.ti tin3��rt<... -_ �t- �'::ea:�.:.. Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1976 City of Oceanside City Engineer 1979 1 City of Garden Grove City Engineer 1979 City of Yorba Linda City Engineer 1979 City of San Clemente City Engineer 1979 Capistrano Beach Sanitary District City Engineer S Ste hen L. Riche igne :. .. wF i � , . - ..5� �'Y a'Yi6�^'.s��•r'z za +,.'S°.�s�"kz �'� >_�.�— +.._ :.a. ""�� 'x"� ��z'_:_. ."^ �,.. �. V- 1 0 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 BOND NO. 006560 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Apri1.28, 1980 has awarded to STEPHEN L. RICHEY DBA STEVE RICHEY CO. hereinafter designated as the "Principal ", a contract for CONTRACT NO. 2108 LIDO ISLE SEWER FORCE MAIN REPLACEMENT, LIDO ISLAND in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, 'IY71:.iT1 T. ; 1=:171 qY7,/ ; t =:171 •• Principal, as and '!1: 71Y 11"I; G1.= •�ul•tll O: rATaYnRNTA as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of 1_1 vj u 1.• .1u "1015111! 1 NIMMN5 1 7111 ANO S ,1 1i 1 • 1 11 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 2 z�:.�.vs - -... - - -��Sr s�.,.Ga. -' i..�'i. n.. �.: _' s �' �••___�e.: "Yur�n'°�:_ """'�'�^""i.��c'z�R�'S a.. - ,''�.n°V�».� I , (Performance Bond - Continued) Page 11 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal,above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of MAY , 19 80 (Seal) Bj Name of Contractor Principal) STATE OF CALIFORNIA ) COUNTY OF ORANGE ) M, Onthis .......................... 1M ..... ................ day of ....... .............._ ........................... ............................... 19...80............, before me JANICE ii DA IEL personallycame .......................................................................................................................................................................... ............................... to be known, who being by me duly sworn, did depose and say: that he is Attorney -in -Fact of Surety Insurance Company of California, the Corporation described in and which executed the foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accor- dance with the By -Laws of the said Cor r tion, and that he signed his name thereto by like authority.OFFICIAL seAl \1 SUSAN HENRY % 101,'�RY PU9u C OALIFORN1 A �. PRINCIPAL OrPICE IN .............. �4�4 o ORANGE COUNTY .. fc.' ..' (Notary Pubh My f;cmF_r2_5 Expires June 20. 1983 5100 -02 Yt Sure Jwurance Company 01 Catilornia "The Dollars and Sense Sure N' Box 2430 La Habra, California 90631 HOME OFFICE IN LA HABRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY 3063 Jlnow all rnen ly d ese presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to-wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint _ Janice__ McDaniel ........................... ....... af._._ -_ Fullerton California ..... ... ............. ..... ...................... its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official surety and fidelity bonds. THIS POWER OF ATTORNEY IS VALID O-NLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO DECEMBER 31, 1950. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN WITNESS WHEREOF, Surety Insurance Company of California has caused these presents to be signed by its rduly authorized officer, and its corporate seal to be hereunto affixed this ............. __ .... .......day of....... May 39_ U SURETY INSURANCE COMPANY OF CALIFORNIA By.......... ... ....... .. .....r.e- i</1-- ,a's............ John F. Merrill President STATE OF CALIFORNIA COUNTY OF ORANGE SS: On this..... 6..day, of ................ M.. aY.........................A.D. 19......8 �, before the subscriber, a Notary Public of the State of California, in and for the County of Orange. duly- commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. RM JLh1ARCU5 .. ..... ...d -CALIFORNIA arcus Notary Public COU N ires FEB 4, 1981 2250 V1, Vyhuns Blvd., to Hobro, CA 90631 CERTIFICATE I. the undersigned, :ertliy that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the attached- Pu%ver of ,4itorney remains in full force and effect. and has not been revoked; and furthermore that Article IV, Section 7(b) tSy -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTI1 ON`l -,VHEIIEOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this.....MAY..14.,_i9a ....................... (SEAL) .....Klsf/..1.- !..h.� ... .... ............................... ^ ^ Secre ry Page 8 f 3 LABOR AND MATERIAL BOND BCND ND. 006560 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 28, 1980, has awarded to STEPHEN L. RICHEY DBA STEVE RICHEY CO. hereinafter designated as the "Principal ", a contract for CONTRACT N0. 2108 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: THEREFORE, ME::iM L. REHM D c' SMVE RICHEY CO as Surety, are held firmly bound unto the City of Newport Beach, in the sum of job 4tVN a• �: .i i.n aa� 97, IyJY � � e au �.� i t � � 11 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 • i ..- . �1. (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 14th day of MAY 19 g . Approved as to f rm: 6A r City 'Attorney (Seal) Name of Contractor Principal Auth rized Signature ;V` itle Authorized Signature and Title tip. 13D1Y 1, �.� is e.M •hPeJ fi SeaIN °e and Ti McDaniel s Telephone No. of Agent sp `i. __ '�C.�6'&7 vk-; - _..... �_ _. • • L .. w et- Lam. I STATE OF CALIFORNIA COUNTY OF ORANGE MAY On this ............... ...... 19th ........................... day of.................................................. .............................., 1980..............., before me personally came ............. ................................ JANICE MCDANTFT. ...................................... . . . . . .......... . ............................... . ....... . .......... . ........................................... . ....... to be known, who being by me duly sworn, did depose and say: that he is Attorney -in -Fact of Surety Insurance Company of California, the Corporation described in and which executed the foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accor- dance with the By -Laws of the said Corporation, and that he signed his name thereto by like authority. » OFFICIAL SEAL /yl SUSAN HENRY l((1 NOIARY POEILIC C-LIFORNIA PRINCIPAL Of FiCE INGGTia .... 1�.r�.fL .:.:................ (S1 ORANGE COUNTY It My Commission ExPires June 20. 1983 (Notary Public) 5100 -02 41 Sur • ,9njuran.ce Company o f Caliloritia "The Doliors and Sense Strety Box 2430 La Habra, Californla 90631 HOME OFFICE IN LA HABRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY 3063 I /Lnow 0 men ly E{tese presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company. bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Janice MCDaniel .... ............................... ....of....... , .Fullerton, California . ............I. .... ................ its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official surety and fidelity bonds. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO DECEMBER 31, 1980. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN WITNESS WHEREOF. Surety Insurance Company of California has caused these presents to be signed by its dirty authorized officer, and its corporate seal to be hereunto affixed this .................. .......... day of....... M`3.I......................... 19.......SS..U..... SURETY INSURANCE C031PANY OF CALIFORNIA B John F. Merrill President STATE OF CALIFORNIA 1 COUNTY OF ORANGE I SS: On this. ....6.. day of. ... . PIAY ............ ............ A.D. 19......80, before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE C09II'ANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. ,..............1.. .: ........ Car fYlyV. j. Marcus Notary Public OFFICIAL SEAL CAROLYN j. MARCUS NOTARY PU13LIC - CAt]FORNIA _� OP.ANGE COUNTY r.fy comet. expires FE 4, 1981 2250 W. Vlhlilisr C4: d., la Habro, CA 90531 CERTIFICATE h the undersigne�? certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the7dti.aCJi9d. )'ewe, of Attorney remains in full force and effect, and bas not been revoked; and furthermore that Article IV, Section T(b) said company as set forth in said Power of Attorney, are now in full force and effect. IlV TESTl lQNY NVP ;5IREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this... ........................ -� (SEAL) ...... ....! ..... ........................ .......... Secretary Page 12 CONTRACT THIS AGREEMENT, made and entered into this _M ay of 19� , , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and STEVE RICHEY CO. 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 LIDO ISLE SEWER FORCE MAIN REPLACEMENT, 1979 -80, CONTRACT NO. 2108 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 suant to the Labor -Code of the State of California, the City Council has as>e. .;Tied the general prevailing rates of per diem.wages for each craft or type of workman needed to execute the contract.and. &;:schedule containing such information is included in the Notice Inviting Bids andll.k #toorporated 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, Toss, 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.. ATTEST: City ierk App ro ed as to f City Atto CITY OF NEWPORT BEACH, CALIFORNIA ,� ,5'760E Contractor (SEAL) By: Title By: Title a�si� .�.._ -... ..x. ::, u^ ^ v..... �-"'�'an.%, , Sa..n.w'A��..&a''i: r� ..;&*�l..�e w ..td'�.iM.� �sn.....s -.. .se. x�M�r. <..n `ia CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 aanoncni �l To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: NOT AWARDED M The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2108 in accordance with the City of Newport Beach Drawing S -50865 the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: QUANTITY ITEM DESCRIPTION UNIT TOTAL ITEM AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 1035 Clean existing Sewer Force Main Linear Feet @ NO BID Dollars and Cents $ $ Per Linear Foot 2 1035 Furnish and install High Density Linear Feet Polyethelyne(HDPE) Slip Liner @ NO BID Dollars and Cents $ $ Per Linear Foot 3 L.S. Provide Temporary Sewer By -Pass @ NO BID Dollars and Cents $ $ 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4 L.S. Guard Underground Construction NO BID Dollars and Cents $ $ TOTAL BID PRICE $_ NO BID TOTAL BID PRICE - WRITTEN IN WORDS NO BID Dollars and Cents 4 -16 -R0 Date STE E RICHEY CO. Bidder's Name phen L_ Richey____�,�`Gi Aut oriied Signature)) CONTRACTOR'S ADDRESS 3700 Park Lane, Newport Beach, CA 92663 CONTRACTOR'S LICENSE NO. 384002 TELEPHONE NO. (714) 645 -2112 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 PROPOSAL #2 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660' Gentlemen: NOT AWARDED 10 The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2108 in accordance with the City of Newport Beach Drawing S -5086S the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: QUANTITY ITEM DE IPTI N UNIT TOTAL ITEM AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALT. 1 -A ALT.1 -B 2 320 Furnish and install HOPE "Slip Liner" and Linear Feet clean existing sewer: @ Eighty Dollars and no Cents Per Linear Foot 320 Furnish and install PVC Solvent Weld Linear Feet "Slip Liner" and clean existing sewer 00 @ Eighty Dollars and no Cents $_80.00 Per Linear Foot 715 Furnish and install eight inch (8 ") Linear Feet PVC Sewer Force Main (Direct Burial) $25,600.00 $25,600.00 @ Twenty -five Dollars and no Cents $ 25.00 $17,875.00 Per Linear Foot w ,:':�, � -.:, �'•::. ,.>.... rte.:,... i':n' =r� x r.�_.. �...a..rA::.v�:..a '. ., .`.. .,..,. <�r � .;c i ... ,_ ... 0 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3 715 Linear Feet 4 L.S 5 L.S Construct 2" thick Asphalt Concrete Temporary Resurfacing 11 @ Five Dollars and no Cents $ 5.00 $ 3,575.00 Per Linear Foot Provide Temporary Sewer By -Pass @ Six thousand Five hundred Dollars and no Cents $ 6,500.00 $6,500.00 Guard Underground Construction @ Three thousand TOTAL BID PRICE ALT.1 -A $ 56,550.00 thru 5 TOTAL BID PRICE WRITTEN IN WORDS ALT.1 -A thru 5 Fifty -six thousand Five hundred fifty Dollars and no Cents Dollars and Cents $ 3,000.00 $ 3,000.00 ALT.1 -B $ 56,550.00 thru 5 ALT. 1 -B thru 5 Fifty -six thousand Five hundred fifty Dollars and no Cents 4 -16 -80 STEVE RICHEY CO. Date (Bidder's Name S Ste hen L. Richey ut orized ignature CONTRACTOR'S ADDRESS 3700 Park Lane, Newport Beach, CA 92663 CONTRACTOR'S LICENSE NO. 384002 TELEPHONE NO (714) 645 -2112 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 PROPOSAL *3 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 12 The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2108 in accordance with the City of Newport Beach Drawing S -5086S the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: QUANTITY ITEM DESCRIPTION UNIT TOTAL ITEM AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALT.1 -A 320 Furnish and install HOPE "Slip Liner" and Linear Feet clean existing sewer: @ Eighty Dollars DELETED and No Cents $_ 80.00 $25,600.00 Per Linear Foot ALT.1 -B 320 Furnish and install PVC Solvent Weld Linear Feet "Slip Liner" and clean existing sewer DELETED @ Eighty Dollars and No Cents Per Linear Foot 715 Furnish and install eight inch (8 ") Linear Feet Fiberglass Composite Sewer Force Main (Direct Burial) @ Twenty -five Dollars and No Cents Per Linear Foot $ 80.00 $25,600.00 $ 25.00 $17,875.00 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 715 Construct 2" thick Asphalt Concrete Linear Feet Temporary Resurfacing @ Five Dollars and No Cents $ 5.00 $ 3,575.00 Per Linear Foot L.S. Provide Temporary Sewer By -Pass @ Six Thousand Five Hundred Dollars and No Cents $6.son_on $ 6,500.00 L.S. Guard Underground Construction @ Three Thousand Dollars and No Cents $x,000.00 $ 3-000-00 TOTAL BID PRICE ALT.1 -A $ 56,550.00 thru 5 TOTAL BID PRICE WRITTEN IN WORDS ALT.1 -A thru 5 Fifty -six Thousand Five Hundred Fifty Dollars and No Cents April 16, 1980 Date ALT.1 -8 $ 56,550.00 thru 5 13 ALT.1 -B thru 5 Fifty Fifty -six Thousand Five Hundred Dollars and No Cents Steve Riche Co. Bidder s Name j Ita, S /Ste hen L. Riche / ` f uthorized Signature CONTRACTOR'S ADDRESS 3700 Park Lane, Newport Beach, CA 92663 CONTRACTOR'S LICENSE NO. 384002 TELEPHONE NO. (7141 645 -2112 NOTE: On April 28, 1980, City Council awarded to Steve Richey Co. Contract No. 2108 in the amount of $30,950 for Bid Items 2 through 7 of Proposal 3 with Bid Items through 7 of Proposal 3 with Bid Items 1 -A and 1 -B deleted. (Total Bid $56,550 less $25,600 bid item for cleaning and slip lining.) • • SAMPLE 14 CITY OF NEWPORT BEACH Contract No. 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 "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 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 This endorsement is effective , 19 when signed by an Authorized Representative of the compan es 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. -1/79 II SECTION 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GENERAL PROVISIONS CONTRACT NO. 2108 METHOD OF PAYMENT 1 GP Payments in connection with cash contracts shall be in accordance with Section 9 of the Standard Specifications with the following amendments: A Notice of Completion shall be filed by the Engineer within ten (10) days after acceptance of the work by the City Council. The final payment will be made subsequent to acceptance of the contract by the City Council, but not sooner than thirty -five (35) days after the filing of the Notice of Completion. Full payment for complying with the requirements of these General Provisions shall be considered included in the price bid for the item of work in the proposal and no additional compensation shall be allowed therefor, unless otherwise specified. CONTRACT BONDS The contractor shall furnish at his own cost and expense the requisite faithful performance, and labor and material bonds as provided for in Section 2 -4 of the Standard Specifications. The faithful performance bond shall remain in full force and effect for a period of one year after acceptance of the work by the City such that defects which appear within said period will be repaired, replaced or corrected by the con- tractor, at his own cost and expense, to the satisfaction of the engineer within thirty (30) days after written notice thereof by the City. III. PUBLIC CONVENIENCE AND SAFETY All pedestrian and vehicular traffic shall be maintained in accordance with Section 7 -10.1 of the Standard Specifications, unless otherwise specified. The contractor shall provide temporary "No Parking" and all other signs which may be deemed necessary for the safe and orderly conduct of vehicular traffic as directed by the engineer and as specified herein. He shall also provide a barricaded area in the parking lane for pedestrian traffic during such time as the parkway is unfit to be used for pedestrian traffic. At such times as driveways are inaccessible due to the contractor's work, they shall be blocked by two (2) Class II barricades on one (1) Class II barricade and two (2) delineators. Driveways that are ramped or planked for temporary access shall be provided with a barricade or delineator at each side. The con- tractor shall give 24 -hour written notice to affected property owners prior to blocking any driveway. IV • • 2 GP CONSTRUCTION SURVEY Field surveys for control of construction shall be the responsibility of the con- tractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. 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 considered as included in the various items of work and no additional allowance will be made therefor. SURFACE AND GROUNDWATER CONTROL It is anticipated that surface and ground or other waters may be encountered during the work herein contemplated. The contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has pre- pared his bid accordingly. The contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their exist- ing street and drainage courses. Diversion of water for short reaches to pro- tect construction in progress will be permitted if public or private propertie> are not damaged or, in the opinion of the engineer, are not subjected to the probability of damage. The contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the engineer. Surface water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the ocean. The contractor shall submit a plan for implementing siltation control con- currently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone (714) 684 -9330, Mr. John Zasadzinski), prior to commencing construction. Upon approval of the plan by the City and the Board, the contractor shall be responsible for the implementation and maintenance of the control facilities. The contractor's attention is called to Subsection 7 -8.1 and 7 -8.6 of the Stan- dard Specifications as regards project site maintenance. VI. STORAGE The contractor will be responsible for obtaining the necessary rights to use property for purposes of storing equipment and materials. If necessary, the City will assist the contractor to locate any possible storage areas. SECTION 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 CONTRACT LIMITS On Via Lido from 200 feet west of the Lido Island Bridge to Via Lido Soud. II. SCOPE OF WORK III SP1of9 The work to be performed under this contract consists of replacing and /or slip lining approximately 1,035 linear feet of sewer force main and related appur- tenances. Three proposals are to be bid for this contract. Proposal No. 1 will primarily clean and slip line the existing sewer force main with high density polyethelyne (HDPE). Proposal No. 2 provides for slip lining that portion of the line cross- ing the bridge only, with HOPE or solvent weld polyvinyl chloride (PVC). The remainder of the existing line will be abandoned in place and new PVC sewer main installed by direct burial. Proposal No. 3 is the same as Proposal 2 except that the pipe material to be used for direct burial will be fiberglass composite. The City Council shall have the right to award the contract to the lowest re- sponsible bidder of any proposal. Additionally, the City Council shall have the right to select either alternative specified for Proposal 2 or 3. It is not a requirement for this contract that all three proposals be bid. All work necessary for the proper completion of the contemplated improvements shall be done in accordance with the (1) Special Provisions described herein, (2) the Plans (Drawing No. S- 5086 -S), (3) the City's Construction Standards and Specifications, and (4) the Standard Specifications for Public Works Construction, 1976 Edition, including supplements to date. Copies of the City's Construction Standards and Specifications may be purchased at the Public Works Department for five dollars ($5) each. COMPLETION SCHEDULE AND PROSECUTION OF WORK The Contractor undertaking the work hereinafter specified shall be required to complete all work within forty -five (45) calendar days following the date of award of the contract. The Contractor will be required to complete all work within twenty -five (25) calendar days, following commencement of the specified work. The Contractor shall submit a written schedule of his proposed operations for the Engineer's approval prior to commencing work. IV. DEFINITION OF PROPOSALS The unit prices to be paid for the items listed in the full compensation for furnishing all labor, materials, incidentals necessary to complete the work in place, in details shown on the Plans and the requirements of the additional allowance will be made therefor. proposal shall include tools, equipment, and accordance with the Specifications, and no A. PROPOSAL NO. 1 1. CLEAN EXISTING SEWER FORCE MAIN • SP2of 9 This item requires the Contractor to enlarge the opening of the existing sewer force main as necessary to insert the proposed "slip liner" per the pipe manufacturer's recommended clear opening requirements, as shown on the plans and as specified for in V -A "METHODS AND MATERIALS." Payment for this item shall be made at the unit price bid per lineal foot of sewer line cleaned. 2. FURNISH AND INSTALL HIGH DENSITY POLYETHELYNE (HOPE) SLIP This item of work shall include furnishing and installation of HOPE slip liner from the sewer manhole at Via Lido and 32nd Street to the join of the eight -inch (8 ") C.I. sewer force main at Via Lido Soud as shown on the Plans and as described herein complete and in place. The unit bid price for installation shall include the cost of all access holes, restoration of existing improvements, and joining existing facili- ties. 3. PROVIDE TEMPORARY SEWER BY -PASS This item shall include installation of four -inch (4 ") minimum temporary by -pass sewage system. Payment for this item of work shall be made at the contract lump sum price bid. 4. GUARD UNDERGROUND CONSTRUCTION Under this item the Contractor shall furnish all labor, equipment, and materials required to design, construct and remove all shoring, sheeting, legging, cribbing, piling, or other types of support for the walls of the open excavations required for the construction of this project. Payment for this item shall be at the lump sum price bid. B. PROPOSAL NO. 2 Alt. 1 -A FURNISH AND INSTALL HIGH DENSITY POLYETHELY This item of work shall include furnishing and installation of HOPE "slip liner" from Station 12 +00 to Station 15 +20 as shown on the plans, as provided herein and as directed by the Engineer. Additionally, this item shall include cleaning of that portion of the existing line to be slip lined. The requirements for cleaning shall be the same as that specified for in Proposal No. 1, Item No. 1 of these Special Provisions. • SP3of9 This item shall also include all couplings and fittings as neces- sary to properly join the proposed 8 -inch direct buried pipe as specified in Item No. 2 of this proposal. Alt. 1 -B FURNISH AND INSTALL PVC SOLVENT WELD "SLIP LINER" AND CLEAN EXISTING SEWER Requirements for this item of work shall be the same as for Item Alt. 1 -A except that the slip liner piping material shall be solvent weld PVC. 2. FURNISH AND INSTALL EIGHT -INCH (8 ") SEWER FORCE MAIN This item of work shall include the furnishing and installation of eight -inch (8 ") sewer force main from the sewer manhole at Via Lido and 32nd Street to the westerly join of the new slip lining (Sta. 12 +00) and from easterly join of the new slip liner (Sta. 15 +20) to the join of the existing 8" C.I. sewer force main at Via Lido Soud as shown on the plans, as specified herein and as directed by the Engineer. Pipe materials for this item shall be PVC (bell and spigot or twin gasket coupling) pipe and shall conform to the requirements con- tained within these Special Provisions. 3. CONSTRUCT TEMPORARY ASPHALT CONCRETE PAVEMENT This item shall include the furnishing and placing of temporary asphalt concrete pavement trench restoration as directed by the Engineer. Payment for this item of work shall be made at the price bid per lineal foot of temporary A.C. construction. Payment for permanent A.C. pavement is included in Item 2 of these Special Provisions. 4. PROVIDE TEMPORARY SEWER BY -PASS The requirements for this item shall be the same as the specified for in Proposal No. 1, Item 3 of these Special Provisions. 5. GUARD UNDERGROUND CONSTRUCTION All requirements for guarding underground construction shall be the same as specified for in Proposal No. 1, Item 4. C. PROPOSAL NO. Alt. 1 -A thru 5 All items and requirements of work for this proposal shall be the same as Proposal No. 2 except that the pipe to be used for Item No. 2 "FURNISH AND INSTALL EIGHT -INCH (8 ") SEWER FORCE MAIN" shall be fiberglass composite pipe. i • SP4of9 V. METHOD AND MATERIALS FOR CONSTRUCTION A. CLEAN EXISTING SEWER FORCE MAIN The Contractor shall clean the existing sewer force main by the "Drag Method." Any other method of cleaning shall be as approved by the Engineer. The equipment to be used in connection with the cleaning operation shall be capable of removing all foreign deposits and material as necessary to properly install the new slip lining per pipe manufacturer's clearance requirements. The opening shall not be enlarged to more than the original 8" nominal I.D. From field examination of the existing 8" C.I. pipe, it is anticipated that build -up of deposits has reduced the I.D. of the pipe to between 4" and 6 ". (Note: The City has contracted the services of Ameron Inc. Pipe Lining Division to clean and cement- mortar line the existing C.I. water mains on Lido Island. It is anticipated that the work for this contract concerning cleaning of the sewer force main may be coordinated with Ameron's cleaning of the water mains.) B. PIPE INSTALLATION Handling and installation of the pipe shall be accomplished in strict accor- dance with manufacturer's printed instructions and Section 306 of the Standard Specifications. Solvent welded PVC pipe to be used as slip liner shall not be allowed to rest on the pipe couplings for support, and supporting "skids" shall be provided as recommended by the manufacturer or as approved by the Engineer. C. TEMPORARY SEWER BY -PASS The temporary sewer by -pass shall have a minimum nominal I.D. of four inches (4 "). All work shall be accomplished without restriction of sewer flows except as provided for in Section X "ORDER OF WORK AND TEMPORARY SEWER BYPASS" of these Special Provisions. The pipe material shall be as approved by the Engineer and shall have water- tight couplings and fittings. All temporary piping crossing the roadway shall be appropriately ramped as approved by the Engineer. All exposed piping shall be properly secured and protected. Access for local traffic shall be provided for at all times. D. PIPE AND COUPLING MATERIALS 1. HIGH DENSITY POLYETHELYNE PIPE (HOPE) HOPE pipe shall be low pressure rated (pressure rating of 43 psig. minimum) and shall be produced from Type III, Category 5, Grade 34 material per ASTM D- 1248 -74 and have the Plastic Pipes Institute designation of PE 34; and shall be Driscopipe 7600 as manufactured by Phillips Products Co., Inc., or Nipak, as manufactured by Nipak Piping Co. The type of plastic material (PE34) and the pressure rating shall be marked on each section of pipe. The HOPE pipe shall have a nominal size of seven inches (7 ") with an average O.D. of 7.235 inches and a minimum wall thickness of 0.220 inches. SP 5 of 9 Joining of polyethylene pipe sections, fittings, and flange adapters to the HDPE pipe main shall be by leakproff, thermal, butt fusion joints, as recommended by the manufacturer. All fusion must be done by personnel trained by the pipe supplier or other qualified persons approved by the Engineer. Joint strength must be equal to that of adjacent pipe as demonstrated by tensile test of a field fabricated joint, by an approved laboratory, per ASTM 2105 -67. A field fabricated joint shall be submitted to the Engineer for test and approval. FIBERGLASS COMPOSITE PIPE Fiberglass pipe shall be filament- wound, glass fiber reinforced thermo- setting resin pipe with thermoplastic resin liner (RTRP) and shall have a minimum pressure class rating of 150 psig. Fiberglass pipe shall be produced from Type I, Grade 1, Class HZ5001 material in accordance with ASTM D 2996 and shall be "Permastran" as manufactured by Johns - Manville or approved equal. The RTRP shall have a nominal diameter of eight inches (8 ") and shall have integral bell and spigot connections with elastomeric gaskets and C. I. pipe equivalent outside diameters. All pipe couplings and connections shall not fail when subjected to the following tests as outlined in AWWA C 900: sustained pressure, burst pres- sure, and flattening. All pipe displaying evidence of separation between the PVC core and the fiberglass epoxy overwrap shall be sufficient cause for rejection of the pipe. Standard laying lengths for fiberglass pipe shall be 20 feet. All pipe shall be marked in accordance with the requirements as specified in ASTM D 2996. POLYVINYL CHLORIDE (PVC) a. Pipe for Direct Burial (Trench) PVC pipe and couplings shall conform to the requirements of AWWA C 900 "Polyvinyl Chloride (PVC) Pressure Pipe," except as modified herein, and shall be produced from Class 12454A material per ASTM D 1784 and shall have a pressure class rating of 150 PSI minimum. PVC pipe shall be either single gasket, integral bell and spigot as manufactured by Johns - Manville or twin gasketed coupling "vinyl iron pipe" as manu- factured by Certainteed Products Corp. and shall have C. I. pipe equiva- lent outside diameters and elastomeric gaskets. The PVC shall have a nominal size of eight inches (8 "). All pipe and couplings shall not fail when subjected to the following tests as outlined in AWWA C900: sustained pressure, burst pressure, flattening and extrusion quality. Standard laying lengths for PVC shall be 20 feet. • SP6of9 All PVC pipe shall be marked in accordance with the requirements as specified in AWWA C900. b. Slip Liner PVC slip liner shall conform to the applicable requirements of ASTM D 3034 "Type PSM PVC Sewer Pipe and Fittings" except as modified herein, and shall be produced from Class 13364A material per ASTM D 1784. The PVC sliD liner shall have a nominal diameter of six inches (6 ") and shall be SDR 35 minimum. All PVC pipe shall be solvent cement jointed as manufactured by Certainteed or Carlon. Standard laying lengths for PVC shall be twenty feet (20'). 1. FLANGED CONNECTIONS Gaskets at locations where flanged joints are required shall be full face, 1/16" thick cloth- inserted, rubber gasket material extending from the inside edge of the flange to beyond the bolt circle. 2. BELL AND SPIGOT AND COUPLED CONNECTIONS Gaskets for use with bell and spigot or coupled joints shall conform to the requirements of ASTM F477 and ASTM D1869. F. FLANGE ADAPTERS AND FITTINGS Polyethelyne flange adapters for flanged connections shall be rated and marked to match the HOPE pipe to which it is butt fused. Polyethelyne flange assem- bly for connection to cast iron pipe consists of slip -on metal flange back -up ring with required bolts and gaskets. Flange adapters for cast iron pipe shall conform to the requirements of Section 207 -9.2 "Cast Iron and Ductile Iron Pipe for Water and Other Liquids." All pipe fittings shall be fabricated from the same materials as used for the pipe with the same rating as specified in Section D as described herein and shall be compatible with the O.D. of C. I. pipe. G. BOLTS, NUTS AND WASHERS Bolts, nuts and washers shall be Type 316 stainless steel. They shall be thoroughly cleaned after installation and coated with EC -244 mastic as manu- factured by and in accordance with the recommendations of Minnesota Mining and Manufacturing Company. H. TRENCH EXCAVATION All existing asphaltic cement concrete paving to be removed as shown on the Plans or as directed by the Engineer shall first be cut by an appropriate means for removal and excavation purposes. Subsequent to backfilling and compacting operations, but prior to paving operations, the existing paving • SP 7 of 9 shall be sawcut along a straight line, six inches (6 ") from the edges of the trench with a mechanical saw to a minimum depth of two inches (2 "), and the pavement removed immediately before paving, leaving the existing material or subgrade undisturbed so as to provide a firm, straight, clean edge to join. All excavated material not required or suitable for backfill shall be removed and disposed of as directed. I. BEDDING AND BACKFILL Bedding and backfill shall conform to Section 306 of the Standard Specifica- tions except as modified on the Plans. J. ASPHALTIC CONCRETE PAVEMENT 1. TEMPORARY RESURFACI Temporary resurfacing shall be placed as directed by the Engineer over all backfilled trenches. Temporary resurfacing shall be placed immediately after the placement of backfill to allow access to properties and to facilitate returning the street to motor vehicle traffic at the earliest possible time. Temporary resurfacing shall conform to Section 306. -1.5.1 of the Standard Specifications and shall be rolled to produce a firm, unyielding surface for traffic loads. All temporary resurfacing shall be a minimum of two inches (2 ") thick. 2. PERMANENT ASPHALT RESURFACING 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 Specifica- tions shall be applied between the new and existing asphalt surface. Asphaltic concrete shall be Type III -C3 with 5.9 percent AR -4000 paving asphalt and shall be furnished and placed in accordance with Sections 400 -4 of the Standard Specifications. Subgrade preparation and compaction shall be as shown on the Plans and shall comply with Section 301 of the Standard Specifcations. VI. PERMITS The City has obtained the following approvals and permits which are available for inspection at the Public Works Department: Permit for discharge of waste water: County Sanitation Districts of Orange County (see also Section 2, Part V of the General Provisions, Surface and Groundwater Control). 2. Project Approval: California Regional Water Quality Control Board - -Santa Ana Region. 3. Blanket Maintenance Permit: Department of the Army, Los Angeles District, Corps of Engineers. 4. Blanket Maintenance Permit: California Coastal Zone Conservation Commission- - South Coast Regional Commission. • SP 8 of 9 The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these regulatory agencies. All costs involved in complying with these requirements shall be absorbed by the Contractor in his bid, and no additional compensation will be made therefor. Before disposing of any demolition or removals at any sanitary landfill site in Orange County, the Contractor shall obtain a "Permit 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 Contractor to use those disposal facilities for disposal of excess material. VII. TRAFFIC CONTROL Prior to commencing work, the Contractor shall submit plans and obtain the Engi- neer's approval for traffic control covering lane closures and other traffic control elements of the construction project. During the Contractor's working hours, he shall maintain a minimum of one 10- foot -wide lane of traffic across the bridge controlled by flagmen. During placement of the temporary sewer by -pass, the pedestrian walk on the south side may be closed to foot traffic. At all other times the walk shall remain open. All road work encroaching into traffic lanes shall be between the hours of 9:00 A.M. to 3:00 P.M. During the hours when the Contractor is not working, one lane for each direction of traffic shall be maintained. The bridge to Lido Island is the only means for vehicular and pedestrian access to the island. Approximately 2,200 people live on Lido Island. The Contractor shall make every effort to minimize the inconvenience caused by this project. Emergency vehicles responding to calls, wishing to enter or leave the island shall not be delayed by the Contractor. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time. VIII. WATER The City will supply the Contractor upon request with water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements by contacting the City's Utilities Super- intendent, Mr. Gil Gomez, at 640 -2221. IX. PIPE TESTING The new sewer force main shall be air or water pressure tested in accordance with Sections 306 -1.4.4 or 306 -1.4.5 of the Standard Specifications except as modified herewith. The new sewer force main shall be tested at 20 psi. Connection to the existing line shall not be permitted until after completion of the pressure test. X. ORDER OF WORK AND TEMPORARY SEWER BYPASS The Contractor shall not connect to the existing cast iron sewer force main at Via Lido Soud until all other items of work necessary to the proper operation of the proposed sewer force main have been completed. The Contractor will be allowed to shut down the sewage system between the hours of 1:00 P.M. and 3:00 P.M. on Wednesday and Thursday. • SP 9 of 9 The Contractor may be allowed to shut down the sewage system between the hours of 1:00 A.M. and 5:00 A.M. Monday thru Friday with prior approval of the Engineer. The Contractor shall obtain prior approval from the City of Newport Beach Utilities Department at (714) 640 -2221 before any shutdown of the sewage system. $ beftTIFICAT I E IS IIIiIW AA A MATT OW AMEND, EX NAME ANO AUL.Pt`-, ii H W JORDAN INSURANCE SERVICES, I • • BOX 139 LONG BEACH, CA •0801 NA"E li IN1,1KC SIEVE RICHEY CO. -.bilvcz ties- 3700 PARK LANE NEWPORT BEACH, CA 92663 Inve been suted to th.- 111--nect to wn., r! this certjfj,,iiie ouc ✓000 CENERAL LIABILITY A w.1 MYL70081 !A?Ail U 1j I A , N Spec.Endorsemnt 1A attached AUTOMOBILE -IiiLFF7Y A I I MYL70081 EXCESS LIABILITY !WORKERS' COMPENSATION A and 1 EMPLOYERS' LIABILITY I OTHER Contract No. 2108 WC RIC700 COMPANIES AFFORDING COVERAGES COMPAN LETTER Y A mARYLAm CASUALTY INS. CO. T led named above and. nio­oattn 1,nP 'o" Hued or may oerza:- �fnits of L;dbilav 1 N4,1­ anus i0c- f L. ; _. A 500 s 1,0()0 5/1/81 5/1/81 5/1/81 P P.-­f I I I M. I u 1,000 j{ 1,000 f ts" ANO .'I ill. IN'.1 1, OW 9r )IL (LACH ACCK;; N:. i 1 000 Ant ANI, ..I :PI I I" I i:AMAGE TOP% 100 Cancellation: ;)rw -.bilvcz ties- it.Jc the;,ni wc i'mil. p f n!-) . ouc ✓000 wl-k CITY OF NEWPORT BEACH c/o CITY CLERK 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 ACORD 25 (1 l9) 5 19 �1130 H w IN�SERVI('ES, INC. } CITY OF NEWPORT BEACH Contract No. 2108 Special Endorsement No. 1A 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 "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 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 COMPREHENSIVE 5/19/80 MYL70O81 5/1/80 to $500,000./ MARYLAND LIABILITY 5/1/81 $1,000,000. CASUALTY CO This endorsement is effective 5/19/80 , 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 H W JORDAN INSURANCE SERVICES, INC. Address 201 COVINA SUITE 10 LON BEACH, CA 90801 By ���� ✓ Autho 7ed ve) 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.T.E. - 3/79 • CONTRACT NO. 2108 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR a LIDO ISLE SEWER FORCE MAIN REPLACEMENT Approved by the City Council on this 24th day/of March, 1980 r l Doris George, City/Clerk LIDO ISLAND 1979 -80 SUBMITTED BY: ,57 -6re /f1 cf/Ey co Contractor 376c Address IV 64,,. 7-.4 e4c # City Zip 7 /y" b/4'S -2 !!Z Telephone ce Proposa iotai bid Price Proposal No. Z I (Alt. 1 -A thru 5) Total Bid Price Proposal No. 2 (Alt. 1 -B thru 5) s' S6, s-oo . 00 Total Bid Price Proposal No. 3 (Alt. 1 -A thru 5) 0 Bid Price Proposa (Alt. 1 -B thru 5) 213 LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 TABLE OF CONTENTS SECTION 1 Page I. NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . 1 -1a -2 II. CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . 3 -14 A. DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . 3 B. BIDDER'S BOND . . . . . . . . . . . . . . . . . . . . . . . . 4 C. NON- COLLUSION AFFIDAVIT . . . . . . . . . . . . . . . . . . . 5 D. STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . 6 E. TECHNICAL ABILITY & EXPERIENCE . . . . . . . . . . . . . . . . 1 F. PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 thru 13 G. INSURANCE SAMPLE . . . . . . . . . . . . . . . . . . . . . . . 14 SECTION 2 - GENERAL PROVISIONS FOR C -2108 I. METHOD OF PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . 1 GP II. CONTRACT BONDS . . . . . . . . . . . . . . . . . . . . . . . . . 1 GP III. PUBLIC CONVENIENCE AND SAFETY . . . . . . . . . . . . . . . . . . 1 GP IV. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . . . 2 GP V. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . . . . . 2 GP VI. STORAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 GP SECTION 3 - SPECIAL PROVISIONS FOR C -2108 I. CONTRACT LIMITS . . . . . . . . . . . . . . . . . . . . . . . . . 1 SP II. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 SP III. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . . . . . . . . 1 SP IV. DEFINITION OF PROPOSALS . . . . . . . . . . . . . . . . . . . . . 1 SP PROPOSAL 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 SP 1. CLEAN EXISTING SEWER FORCE MAIN . . . . . . . . . . . . . . . 2 SP i T • • TABLE OF CONTENTS (C -2108) Cont'd SECTION 3 - CONTINUED Page 2. FURNISH AND INSTALL HIGH DENSITY POLYETHELYNE (HOPE) SLIP LINER . . . . . . . . . . . . . . . . . . . . . . . . 2 SP 3. PROVIDE TEMPORARY SEWER BY -PASS . . . . . . . . . . . . . 2 SP 4. GUARD UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . 2 SP PROPOSAL 2 . . . . . . . . . . . . . . . . . . . . . . . . . 2 SP ALT. 1A FURNISH AND INSTALL HOPE "SLIP LINER" AND CLEAN EXISTING SEWER . . . . . . . . . . . . . . . . . 2 SP ALT. 1B FURNISH AND INSTALL PVC SOLVENT WELD "SLIP LINER" AND CLEAN EXISTING SEWER . . . . . . . . . . . 3 SP 2. FURNISH AND INSTALL EIGHT -INCH (8 ") PVC SEWER FORCE MAIN ........................... 3 S 3. CONSTRUCT TEMPORARY ASPHALT CONCRETE PAVEMENT . . . . . . 3 SP 4. PROVIDE TEMPORARY SEWER BY -PASS . . . . . . . . . . . . . . 3 SP 5. GUARD UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . 3 SP PROPOSAL 3 . . . . . . . . . . . . . . . . . . . . . . . . . 3 SP ALT. 1A (SAME AS FOR PROPOSAL 2) . . . . . . . . . . . . . . . 3 SP ALT. 1B (SAME AS FOR PROPOSAL 2) . . . . . . . . . . . . . . . 3 SP 2. FURNISH AND INSTALL EIGHT -INCH (8 ") FIBERGLASS COMPOSITE SEWER FORCE MAIN (DIRECT BURIAL) . . . . . . . . . . . . . 3 SP 3. (SAME AS PROPOSAL 2) . . . . . . . . . . . . . . . . . . 3 SP 4. (SAME AS PROPOSAL 2) . . . . . . . . . . . . . . ... . . 3 SP 5. (SAME AS PROPOSAL 2) . . . . . . . . . . . . . . . . . 3 SP V. METHODS AND MATERIALS FOR CONSTRUCTION . . . . . . . . . . . . 4 SP A. CLEAN EXISTING SEWER FORCE MAIN . . . . . . . . . . . . . 4 SP B. PIPE INSTALLATION . . . . . . . . . . . . . . . . . . . . 4 SP C. TEMPORARY SEWER BY -PASS . . . . . . . . . . . . . . . . . 4 SP D. PIPE AND COUPLING MATERIALS . . . . . . . . . . . . . . 4 SP ii . S. 1 • TABLE OF CONTENTS (C -2108) Cont'd SECTION 3 - CONTINUED Page 1. HIGH DENSITY POLYETHELYNE . . . . . . . . . . . . . . . . 4 SP 2. FIBERGLASS COMPOSITE PIPE . . . . . . . . . . . . . . . . 5 SP 3. POLYVINYL CHLORIDE (PVC) . . . . . . . . . . . . . . . . 5 SP a. Pipe for Direct Burial (Trench) . . . . . . . . . . . 5 SP b. Slip Liner . . . . . . . . . . . . . . . . . . . . . 6 SP E. GASKETS 1. FLANGED CONNECTIONS . . . . . . . . . . . . . . . . . . . 6 SP 2. BELL AND SPIGOT AND COUPLED CONNECTIONS. . . . . . . . . 6 SP F. FLANGE ADAPTERS AND FITTINGS . . . . . . . . . . . . . . . . 6 SP G. BOLTS, NUTS AND WASHERS . . . . . . . . . . . . . . . . . . . 6 SP H. TRENCH EXCAVATION . . . . . . . . . . . . . . . . . . . . . . 6 SP I. BEDDING AND BACKFILL . . . . . . . . . . . . . . . . . . . . 7 SP J. ASPHALT CONCRETE PAVEMENT. . .' . . . . . . . . . . . . . . . 7 SP 1. TEMPORARY RESURFACING . . . . . . . . . . . . . . . . . . 7 SP 2. PERMANENT ASPHALT RESURFACING . . . . . . . . . . . . . . 7 SP VI. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 SP VII. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 8 SP VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 SP IX. PIPE TESTING . . . . . . . . . . . . . . . . . . . . . . . . . 8 SP X. ORDER OF WORK AND TEMPORARY SEWER BY -PASS. . . . . . . . . . . . 8 SP iii f f Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the offic"Y"t.. he City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. (as deter -fined by telephone time signal) on the 16th day of p —lair l 1980, at which time they will be opened and read, for performing work as fo o— wTT s: LIDO ISLE SEWER. FORCE MAIN CONTRACT NO. 2108 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. WThe 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 Secr or Assistant Secretary are required an�tFie Cor orate Seal shall affixed to allll ddocuments requiring signatures. In the case of a artnership the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor.shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening: (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by t e ou ern a r orn a ap ers o e r can 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 then 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 �a•A'� ^F�RSS'L�n.SI 1_'.v .az_...'�,erdla5 _.. _ 4. ��^ Xo-N+ YrJ?Xf : }.._B_L''�:= 'a`�'bd'Tm%��• ••- �s�'i �:`��`..••�51 • • Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal. Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of t1je State of California providing for the registration of Contractors, License No. GOO L Classification_A_. Accompanying this proposal i , Gdsnler's GnecK 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. Zi y -6y5 - 2112. Pone Number 1)a e STEVE /P., c Ne v Co Birders ame (SEAL) i Authorized ignature Authorized Signature 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: i DESIGNATION OF SUBCONTRACTORS Page 3 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 2. 3. 4. 5. 6. 7. B. 9. 10. 11. 12. Subcontractor Address -s 7-2Q1F /?ictiEy co. Bidder's Name — — Authorized Si 1711ure Type of Organization (Individual, Co- partnership or Corp.) ii *EwPelet 6E lI ct 9.2GL 3 dress BOND NO. 005927 -15 Surett Jnaurance CoApan y of California BOX 2430 2250 WEST WHITTIER BOULEVARD LA HABRA, CALIFORNIA 90631 PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, _ =HEN-L. as Principal, and Surety Insurance Company of California a corporation under the laws of the State of California, as Surety, are held and firmly bound unto CI'LY_41=.1II^IPORT- BEACH. -_ ._ -. .,— .— __— _.._— .........__.... ._ — ...... - -. —_— (hereinafter called the obligee) 10% NOT TO EXCEED in the full and just sum of SIX - TEGUSAND AND NO /100-= r-- r- - - - -c— -- Dollars, ($ 6.000.00 ) for the payment whereof in lawful money- of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severely, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for BID DATE 4/16/80 LIDO ISLE SEWER -FORCE MAIN REPLAC.E.= CONTRACT#2108 NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and Sealed this ___.___... 15th. _—_--day of APRIL _ 19 80 STEPHEN L. RICHES' - -_ -- - I'I;IN AL - -- - -- S 0610RANCE COMP of CALIFORNIA BY E.Z -/_. ATTORNE •I - ACT 5960 -04 Madelaine Gentry ' STATE OF CALIFORNIA COUNTY OF ORANGE 15th APRIL 80 On this . ............................... ............................day of............................................................ ............................... 19....................., before me personally came ................ MADELAINE GENTRY .................................................................... to be known, who being by me du worn, did ...................se a................................................................... ............................... duly s depose say: that he is Attorn-in -F Attorney-in-Fact of Surety Insurance Company of California, the Corporation described in and which executed the foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accor- dance Tvith the By- Lases of the said Corporation, and that he signed his name thereto by like authority. ``;` —� M- 5100-02 OFFICIAL SEAL a' ENRY / . ........... s tf + G (Notary Public -CALIFORNIA -a OFFICE IN c�6L;A „r COUNTY My commisne 20. 1983 5100 -02 JVSurety Jniurance Company o/ Catilornia "The Dollars and Sense Surety" . HOME OFFICE IN LA HABRA, CALIFORNIA Box 2430 La Habra, California M631 CERTIFIED COPY OF POWER OF ATTORNEY No....... 3005 ................. Alow all men i y t4ese Presentst That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint ..... . ...... . ............... Made.lain.e ... C. entry ............ ....................... of _. ... ..La. Habra,.... CaLifo. rnia........... ........_....- ................ its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official surety and fidelity bonds. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO DECEMBER 31, 1980. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN WITNESS WHEREOF, Surety Insurance Company of California has caused these presents to be signed by its duly authorized officer, and its corporate seal to be hereunto affixed this ........ 180 ...... ...day of.._..__. December 19._79.... SURETY INSURANCE COMPANY OF CALIFORNIA John F. Merrill President STATE OF CALIFORNIA G SS: COUNTY OF ORANGE On this.- .18tVay of. December A.D. 19...79...., before the subscriber, a Notary Public of the State of California, in and for the County of Orange. duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. Notary �,f• -.... _ OFFICIAL SEAL .........._,..._. . ............... CAR()I.YN .1. P.1ARCUS Carol J. CuS NO FUULIC • CALIFORNIA GRANGE COUNTY My "" expires FEB 4, 1981 2250 W. Whittier Blvd., Lo Habra, CA 90631 CERTIFICATE I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the attached Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section l(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this .... APRIL 15, 1980 ......................... ............................... (SEAL) ....art... �!FlA- ifirrx........_�.. ell Secretary 560 -05-4 0 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of lars ($ ), 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) E9 Title Principal urety 0 0 Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing,this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been ;accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before-me thi s,/Zls�/iday of , 19A. My commission expires: 57E1,E t IG,V&V cd, i i OFFICIAL SEAL SUSAN HENRY NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY Rion Expires June 20, 1983 • � .. ,,- . �,Y 22������ yy..��yy� A CWd �'CYS.. i � .d�� ^3 e::E L `LV'� �v1 y- �F� }.. 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. Page 6 +t'1Ea'i --�:G i6a:di%i�ko m�� � �� 3..r_F� a a. • Zc +'a'a "._,� � K 'L+'4 "�j TECHNICAL ABILITY AND EXPERIENCE REFERENCES i Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. I? 76 C;,ry OF OGE.W34gE GiTY 6Y4.1, 197? G /IY 6.r &MC09 GA&15 tr'rti ek&vr 19'79 eery or At8A L/;WA# E•(*4 /f?9 c),-Y riTV Amew, /9 79 O.¢,bi s rAW e d F.*wy Ssw ns�s y cis 1, tiny 4S4e&A Si gne I ,. ,. $b �= x • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 PROPOSAL #1 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2108 in accordance with the City of Newport Beach Drawing S -50865 the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: QUANTITY ITEM DESCRIPTION UNIT TOTAL ITEM AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1035 Clean existing Sewer Force Main Linear Feet @ Bid Dollars and Cents $ Per Linear Foot 1035 Furnish and install High Density Linear Feet Polyethelyne(HDPE) Slip Liner @ Dollars and Cents $ Per Linear Foot L.S. Provid empora ))Sew r By -Pass @ �� z � Dollars and Cents $ r ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS. PRICE PRICE L.S. Guard Underground Construction @ NO Bid Dollars and Cents TOTAL BID PRICE $ J/O B/O TOTAL BID PRICE - WRITTEN IN WORDS /yo Q i O Dollars and Cents 41 8y 57`FrE 'fee'vey co Date Bidder's Name J�44 41'" (Ruth rized Signatur CONTRACTORS ADDRESS 3.�vv Pw RK 4ov Vxw^tr 04,44% c.9, 9a4`3 CONTRACTOR'S LICENSE NO. UV002— TELEPHONE N0. 7iy_L4S-2� /2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 PROPOSAL #2 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660' Gentlemen: Itil The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2108 in accordance with the City of Newport Beach Drawing 5 -50865 the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: ITEM AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALT.1 -A 320 Furnish and install HOPE "Slip Liner" and Linear Feet clean existing sewer: Ire`/G 11711 Dollars and A10 Cents Per Linear Foot ALT. 1 -8 320 Furnish and install PVC Solvent Weld Linear Feet "Slip Liner" and clean existing sewer E /GLlT�/ Dollars and NO Cents Per Linear Foot 2 715 Furnish and install eight inch (8 ") Linear Feet PVC Sewer Force Main (Direct Burial) $ 80.00 $ZS- A0.toa 7lyENty f / ✓E Dollars and .10 Cents $ �,� OQ $J�R7tcr� Per Linear Foot fi 0 • 715 Construct 2" thick Asphalt Concrete Linear Feet Temporary Resurfacing 11 Dol l ars and Cents $ 1"00 Per Linear Foot L.S. Provide Temporary Sewer By -Pass @ S /xTHdys�+�ID�aEf✓�.vavrgp Do l ars and / No Cents $ (ps0O. AO $ �p,S'DO DD —� ---- T 5 L.S. Guard Underground Construction @- flifcr 7Hoaiq,.ia Dollars and No Cents $ 3O� e o-oo $oo TOTAL BID PRICE ALT.1 -A $ SS_6JSV -00 thru 5 TOTAL BID PRICE WRITTEN IN WORDS ALT.1 -A thru 5 f / <rYSix riipvs*w �a� sEwmr�e �i�ry Dollars and ,0Vo Cents ALT. 1 -B $S S • o0 thru 5 ALT. 1 -B thru 5 FtFrYS4rT�4iwi�ao�iv6�iV�vs rMF�.7 Dollars and wo Cents 4/ ^/6' 8 o STE E icNEY Date (Bidder's Name ((AAuthh�A�ize ignature CONTRACTOR' S ADDRESS 3 zae /A.t f*_l.�flE .VErr~rAff&*&t 6E3 CONTRACTOR'S LICENSE NO. 38y0e2- TELEPHONE NO. 7 /V -6ys W/2 • 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 PROPOSAL #3 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2108 in accordance with the City of Newport Beach Drawing S -50865 the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: ALT. 1 -A 320 Linear Feet ALT. 1 -B 320 Linear Feet Furnish and install HOPE "Slip Liner" and clean existing sewer: @ E /irHrY Dollars and /Yo Cents Per Linear Foot Furnish and install PVC Solvent Weld "Slip Liner" and clean existing sewer @ E /GyTy Dollars and rY0 Cents Per Linear Foot 2 715 Furnish and install eight inch (8 ") Linear Feet Fiberglass Composite Sewer Force Main (Direct Burial) @ TV911V7Y FI' yE Dollars and .y v Cents Per Linear Foot PRICE $ 0.00 $ GL2oo $_per. dD $_ZS74-0,P- co $2S•oo $/787s7oo 0 • 13 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 715 Construct 2" thick Asphalt Concrete Linear Feet Temporary Resurfacing @ /Ju& Dollars T and tiO Cents $ ,S'. 0O $3S7S.o0 Per Linear Foot 4 L.S. Provide Temporary Sewer By -Pass �.9rt�t'G.f.V6 _ NBtNPO.fT.BE.9c// 44.1. 292",T @ s /X77/e(rSA vo Fiji w� uo,16c Dol 1 a rs TELEPHONE N0. ' and Cents $ 69'00 .Do $ 4o5 -0,2 oa 5 L.S. Guard Underground Construction @ ?H,fEE 7W&e3AW,0 Dollars and ,yo Cents $3meo,e0 $ 3ooy.eo TOTAL BID PRICE ALT.1 -A $a,00 ALT.1 -B $S S O,eo thru 5 thru 5 TOTAL BID PRICE WRITTEN IN WORDS ALT.1 -A thru 5 ALT.1 -B thru 5 flitYS/Y7A9r�MMOF�v /MV +�aRtu tcF y Dollars , c�FrrsixTiy eww .mFirt�v.,�a.�,vi,l4in'YDollars and and Cents /YO Cents Date S7-25V4e Bidders Name // (Authorizerd Signature CONTRACTOR'S ADDRESS 3700 �.9rt�t'G.f.V6 _ NBtNPO.fT.BE.9c// 44.1. 292",T CONTRACTOR'S LICENSE NO. TELEPHONE N0. • • SAMPLE 14 CITY OF NEWPORT BEACH Contract No. 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 "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 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 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 I. METHOD OF PAYMENT SECTION 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GENERAL PROVISIONS CONTRACT NO. 2108 • 1 GP Payments in connection with cash contracts shall be in accordance with Section 9 of the Standard Specifications with the following amendments: A Notice of Completion shall be filed by the Engineer within ten (10) days after acceptance of the work by the City Council. The final payment will be made subsequent to acceptance of the contract by the City Council, but not sooner than thirty -five (35) days after the filing of the Notice of Completion. Full payment for complying with the requirements of these General Provisions shall be considered included in the price bid for the item of work in the proposal and no additional compensation shall be allowed therefor, unless otherwise specified. II. CONTRACT BONDS The contractor shall furnish at his own cost and expense the requisite faithful performance, and labor and material bonds as provided for in Section 2 -4 of the Standard Specifications. The faithful performance bond shall remain in full force and effect for a period of one year after acceptance of the work by the City such that defects which appear within said period will be repaired, replaced or corrected by the con- tractor, at his own cost and expense, to the satisfaction of the engineer within thirty (30) days after written notice thereof by the City. III. PUBLIC CONVENIENCE AND SAFETY All pedestrian and vehicular traffic shall be maintained in accordance with Section 7 -10.1 of the Standard Specifications, unless otherwise specified. The contractor shall provide temporary "No Parking" and all other signs which may be deemed necessary for the safe and orderly conduct of vehicular traffic as directed by the engineer and as specified herein. He shall also provide a barricaded area in the parking lane for pedestrian traffic during such time as the parkway is unfit to be used for pedestrian traffic. At such times as driveways are inaccessible due to the contractor's work, they shall be blocked by two (2) Class II barricades on one (1) Class II barricade and two (2) delineators. Driveways that are ramped or planked for temporary access shall be provided with a barricade or delineator at each side. The con- tractor shall give 24 -hour written notice to affected property owners prior to blocking any driveway. IV. CONSTRUCTION SURVEY • 2 GP Field surveys for control of construction shall be the responsibility of the con- tractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. 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 considered as included in the various items of work and no additional allowance will be made therefor. V. SURFACE AND GROUNDWATER CONTROL It is anticipated that surface and ground or other waters may be encountered during the work herein contemplated. The contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has pre- pared his bid accordingly. The contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their exist- ing street and drainage courses. Diversion of water for short reaches to pro- tect construction in progress will be permitted if public or private propertie3 are not damaged or, in the opinion of the engineer, are not subjected to the probability of damage. The contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the engineer. Surface water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the ocean. The contractor shall submit a plan for implementing siltation control con- currently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone (714) 684 -9330, Mr. John Zasadzinski), prior to commencing construction. Upon approval of the plan by the City and the Board, the contractor shall be responsible for the implementation and maintenance of the control facilities. The contractor's attention is called to Subsection 7 -8.1 and 7 -8.6 of the Stan- dard Specifications as regards project site maintenance. VI. STORAGE The contractor will be responsible for obtaining the necessary rights to use property for purposes of storing equipment and materials. If necessary, the City will assist the contractor to locate any possible storage areas. 6 0 SECTION 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 2108 CONTRACT LIMITS On Via Lido from 200 feet west of the Lido Island Bridge to Via Lido Soud. II. SCOPE OF WORK SPIof9 The work to be performed under this contract consists of replacing and /or slip lining approximately 1,035 linear feet of sewer force main and related appur- tenances. Three proposals are to be bid for this contract. Proposal No. 1 will primarily clean and slip line the existing sewer force main with high density polyethelyne (HDPE). Proposal No. 2 provides for slip lining that portion of the line cross- ing the bridge only, with HOPE or solvent weld polyvinyl chloride (PVC). The remainder of the existing line will be abandoned in place and new PVC sewer main installed by direct burial. Proposal No. 3 is the same as Proposal 2 except that the pipe material to be used for direct burial will be fiberglass composite. The City Council shall have the right to award the contract to the lowest re- sponsible bidder of any proposal. Additionally, the City Council shall have the right to select either alternative specified for Proposal 2 or 3. It is not a requirement for this contract that all three proposals be bid. All work necessary for the proper completion of the contemplated improvements shall be done in accordance with the (1) Special Provisions described herein, (2) the Plans (Drawing No. S- 5086 -S), (3) the City's Construction Standards and Specifications, and (4) the Standard Specifications for Public Works Construction, 1976 Edition, including supplements to date. Copies of the City's Construction Standards and Specifications may be purchased at the Public Works Department for five dollars ($5) each. III. COMPLETION SCHEDULE AND PROSECUTION OF WORK The Contractor undertaking the work hereinafter specified shall be required to complete all work within forty -five (45) calendar days following the date of award of the contract. The Contractor will be required to complete all work within twenty -five (25) calendar days, following commencement of the specified work. The Contractor shall submit a written schedule of his proposed operations for the Engineer's approval prior to commencing work. IV. DEFINITION OF PROPOSALS The unit prices to be paid for the items listed in the proposal shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work in place, in accordance with the details shown on the Plans and the requirements of the Specifications, and no additional allowance will be made therefor. A. PROPOSAL NO. 1 1. CLEAN EXISTING SEWER FORCE MAIN • SP 2 of 9 This item requires the Contractor to enlarge the opening of the existing sewer force main as necessary to insert the proposed "slip liner" per the pipe manufacturer's recommended clear opening requirements, as shown on the plans and as specified for in V -A "METHODS AND MATERIALS." Payment for this item shall be made at the unit price bid per lineal foot of sewer line cleaned. 2. FURNISH AND INSTALL HIGH DENSITY POLYETHELYNE (HDPE) SLIP LINER This item of work shall include furnishing and installation of HDPE slip liner from the sewer manhole at Via Lido and 32nd Street to the join of the eight -inch (8 ") C.I. sewer force main at Via Lido Soud as shown on the Plans and as described herein complete and in place. The unit bid price for installation shall include the cost of all access holes, restoration of existing improvements, and joining existing facili- ties. 3. PROVIDE TEMPORARY SEWER BY -PASS This item shall include installation of four -inch (4 ") minimum temporary by -pass sewage system. Payment for this item of work shall be made at the contract lump sum price bid. 4. GUARD UNDERGROUND CONSTRUCTION Under this item the Contractor shall furnish all labor, equipment, and materials required to design, construct and remove all shoring, sheeting, legging, cribbing, piling, or other types of support for the walls of the open excavations required for the construction of this project. Payment for this item shall be at the lump sum price bid. B. PROPOSAL NO. 2 Alt. 1 -A FURNISH AND INSTALL HIGH DENSITY POLYETHELYNE (HDPE) "SLIP LINER" nun rl CAU [VTCTTUC CCLIM This item of work shall include furnishing and installation of HDPE "slip liner" from Station 12 +00 to Station 15 +20 as shown on the plans, as provided herein and as directed by the Engineer. Additionally, this item shall include cleaning of that portion of the existing line to be slip lined. The requirements for cleaning shall be the same as that specified for in Proposal No. 1, Item No. 1 of these Special Provisions. C� • SP3of 9 This item shall also include all couplings and fittings as neces- sary to properly join the proposed 8 -inch direct buried pipe as specified in Item No. 2 of this proposal. Alt. 1 -8 FURNISH AND INSTALL PVC SOLVENT WELD "SLIP LINER" AND CLEAN EXISTING SEWER Requirements for this item of work shall be the same as for Item Alt. 1 -A except that the slip liner piping material shall be solvent weld PVC. 2. FURNISH AND INSTALL EIGHT -INCH (8 ") SEWER FORCE MAIN This item of work shall include the furnishing and installation of eight -inch (81 sewer force main from the sewer manhole at Via Lido and 32nd Street to the westerly join of the new slip lining (Sta. 12 +00) and from easterly join of the new slip liner (Sta. 15 +20) to the join of the existing 8" C.I. sewer force main at Via Lido Soud as shown on the plans, as specified herein and as directed by the Engineer. Pipe materials for this item shall be PVC (bell and spigot or twin gasket coupling) pipe and shall conform to the requirements con- tained within these Special Provisions. 3. CONSTRUCT TEMPORARY ASPHALT CONCRETE PAVEMENT This item shall include the furnishing and placing of temporary asphalt concrete pavement trench restoration as directed by the Engineer. Payment for this item of work shall be made at the price bid per lineal foot of temporary A.C. construction. Payment for permanent A.C. pavement is included in Item 2 of these Special Provisions. 4. PROVIDE TEMPORARY SEWER BY -PASS The requirements for this item shall be the same as the specified for in Proposal No. 1, Item 3 of these Special Provisions. 5. GUARD UNDERGROUND CONSTRUCTION All requirements for guarding underground construction shall be the same as specified for in Proposal No. 1, Item 4. C. PROPOSAL NO. 3 Alt. 1 -A thru 5 All items and requirements of work for this proposal shall be the same as Proposal No. 2 except that the pipe to be used for Item No. 2 "FURNISH AND INSTALL EIGHT -INCH (8 ") SEWER FORCE MAIN" shall be fiberglass composite pipe. i V. METHOD AND MATERIALS FOR CONSTRUCTION A. CLEAN EXISTING SEWER FORCE MAIN • SP4of9 The Contractor shall clean the existing sewer force main by the "Drag Method." Any other method of cleaning shall be as approved by the Engineer. The equipment to be used in connection with the cleaning operation shall be capable of removing all foreign deposits and material as necessary to properly install the new slip lining per pipe manufacturer's clearance requirements. The opening shall not be enlarged to more than the original 8" nominal I.D. From field examination of the existing 8" C.I. pipe, it is anticipated that build -up of deposits has reduced the I.D. of the pipe to between 4" and 6 ". (Note: The City has contracted the services of Ameron Inc. Pipe Lining Division to clean and cement - mortar line the existing C.I. water mains on Lido Island. It is anticipated that the work for this contract concerning cleaning of the sewer force main may be coordinated with Ameron's cleaning of the water mains.) B. PIPE INSTALLATION !' S� 1, >' Handling and installation of the pipe shall be accomplished in strict accor- dance with manufacturer's printed instructions and Section 306 of the Standard Specifications. Solvent welded PVC pipe to be used as slip liner shall not be allowed to rest on the pipe couplings for support, and supporting "skids" shall be provided as recommended by the manufacturer or as approved by the Engineer. C. TEMPORARY SEWER BY -P The temporary sewer by -pass shall have a minimum nominal I.D. of four inches (41. All work shall be accomplished without restriction of sewer flows except as provided for in Section X "ORDER OF WORK AND TEMPORARY SEWER BYPASS" of these Special Provisions. The pipe material shall be as approved by the Engineer and shall have water- tight couplings and fittings. All temporary piping crossing the roadway shall be appropriately ramped as approved by the Engineer. All exposed piping shall be properly secured and protected. Access for local traffic shall be provided for at all tymes.. D. PIPE AND COUPLING MATERIALS b �1, )r� 1. HIGH DENSITY POLYETHELYNE PIPE (HDPE)4` )`,{bile HDPE pipe shall be low pressure rated (pressure rating of 43 psig. minimum) and shall be produced from Type III, Category 5, Grade 34 material per ASTM D- 1248 -74 and have the Plastic Pipes Institute designation of PE 34; and shall be Driscopipe 7600 as manufactured by Phillips Products C¢., Inc., or Nipak, as manufactured by Nipak Piping Co. e type of plastic material (PE34) and the pressure ra section of pipe. '77® 4- rj % S The HOPE pipe shall have a nominal size of seven inches (7 ") with an average O.D. of 7.235 inches and a minimum wall thickness of 0.220 inches. 0 SP 5 of 9 Joining of polyethylene pipe sections, fittings, and flange adapters to the HOPE pipe main shall be by leakproff, thermal, butt fusion joints, as recommended by the manufacturer. All fusion must be done by personnel trained by the pipe supplier or other qualified persons approved by the Engineer. Joint strength must be equal to that of adjacent pipe as demonstrated by tensile test of a field fabricated joint, by an approved laboratory, per ASTM 2105 -67. A field fabricated joint shall be submitted to the Engineer for test and approval. 2. FIBERGLASS COMPOSITE PIPE Fiberglass pipe shall be filament - wound, glass fiber reinforced thermo- setting resin pipe with thermoplastic resin liner (RTRP) and shall have a minimum pressure class rating of 150 psig. Fiberglass pipe shall be produced from Type I, Grade 1, Class HZ5001 material in accordance with ASTM D 2996 and shall be "Permastran" as manufactured by Johns - Manville or approved equal. The RTRP shall have a nominal diameter of eight inches (8 ") and shall have integral bell and spigot connections with elastomeric gaskets and C. I. pipe equivalent outside diameters. All pipe couplings and connections shall not fail when subjected to the following tests as outlined in AWWA C 900: sustained pressure, burst pres- sure, and flattening. All pipe displaying evidence of separation between the PVC core and the fiberglass epoxy overwrap shall be sufficient cause for rejection of the pipe. Standard laying lengths for fiberglass pipe shall be 20 feet. All pipe shall be marked in accordance with the requirements as specified in ASTM D 2996. 3. POLYVINYL CHLORIDE (PVC) a. Pipe for Direct Burial (Trench) �. PVC pipe and couplings shall conform to the requiremcYfts of AWWA C 900 "Polyvinyl Chloride (PVC) Pressure Pipe," except as modified herein, and shall be produced from Class 12454A material per ASTM D 1784 and shall have a pressure class rating of 150 PSI minimum. PVC pipe shall be either single gasket, integral bell and spigot as manufactured by Johns - Manville or twin gasketed coupling "vinyl iron pipe" as manu- factured by Certainteed Products Corp. and shall have C. I. pipe equiva- lent outside diameters and elastomeric gaskets. The PVC shall have a nominal size of eight inches (8 "). All pipe and couplings shall not fail when subjected to the following tests as outlined in AWWA C900: sustained pressure, burst pressure, flattening and extrusion quality. Standard laying lengths for PVC shall be 20 feet. E F G H 0 All PVC pipe shall be marked in accordance with specified in AWWA C900. b. Slip Liner SP6of9 the requirements as PVC slip liner shall conform to the applicable requirements of ASTM D 3034 "Type PSM PVC Sewer Pipe and Fittings" except as modified herein, and shall be produced from Class 13364A material per ASTM D 1784. The PVC slip liner shall have a nominal diameter of six inches (6 ") and shall be SDR 35 minimum. All PVC pipe shall be solvent cement jointed as manufactured by Certainteed or Carlon. Standard laying lengths for PVC shall be twenty feet (20'). w. GASKETS C 1. FLANGED CONNECTIONS Gaskets at locations where flanged joints are required shall be full face, 1/16" thick cloth - inserted, rubber gasket material extending from the inside edge of the flange to beyond the bolt circle. 2. BELL AND SPIGOT AND COUPLED CONNECTIONS Gaskets for use with bell and spigot or coupled joints shall conform to the requirements of ASTM F477 and ASTM D1869. FLANGE ADAPTERS AND FITTINGS Polyethelyne flange adapters for flanged connections shall be rated and marked to match the HOPE pipe to which it is butt fused. Polyethelyne flange assem- bly for connection to cast iron pipe consists of slip -on metal flange back -up ring with required bolts and gaskets. Flange adapters for cast iron pipe shall conform to the requirements of Section 207 -9.2 "Cast Iron and Ductile Iron Pipe for Water and Other Liquids." All pipe fittings shall be fabricated from the same materials as used for the pipe with the same rating as specified in Section D as described herein and shall be compatible with the O.D. of C. I. pipe. BOLTS, NUTS AND WASHERS Bolts, nuts and washers shall be Type 316 stainless steel. They shall be thoroughly cleaned after installation and coated with EC -244 mastic as manu- factured by and in accordance with the recommendations of Minnesota Mining and Manufacturing Company. TRENCH EXCAVATION All existing asphaltic cement concrete paving to be removed as shown on the Plans or as directed by the Engineer shall first be cut by an appropriate means for removal and excavation purposes. Subsequent to backfilling and compacting operations, but prior to paving operations, the existing paving Ll 0 SP 7 of 9 shall be sawcut along a straight line, six inches (6 ") from the edges of the trench with a mechanical saw to a minimum depth of two inches (2 "), and the pavement removed immediately before paving, leaving the existing material or subgrade undisturbed so as to provide a firm, straight, clean edge to join. All excavated material not required or suitable for backfill shall be removed and disposed of as directed. I. BEDDING AND BACKFILL Bedding and backfill shall conform to Section 306 of the Standard Specifica- tions except as modified on the Plans. J. ASPHALTIC CONCRETE PAVEMENT 1. TEMPORARY RESURFACING Temporary resurfacing shall be placed as directed by the Engineer over all backfilled trenches. Temporary resurfacing shall be placed immediately after the placement of backfill to allow access to properties and to facilitate returning the street to motor vehicle traffic at the earliest possible time. Temporary resurfacing shall conform to Section 306. -1.5.1 of the Standard Specifications and shall be rolled to produce a firm, unyielding surface for traffic loads. All temporary resurfacing shall be a minimum of two inches (2 ") thick. 2. PERMANENT ASPHALT RESURFACING 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 Specifica- tions shall be applied between the new and existing asphalt surface. Asphaltic concrete shall be Type III -C3 with 5.9 percent AR -4000 paving asphalt and shall be furnished and placed in accordance with Sections 400 -4 of the Standard Specifications. Subgrade preparation and compaction shall be as shown on the Plans and shall comply with Section 301 of the Standard Specifcations. VI. PERMITS The City has obtained the following approvals and permits which are available for inspection at the Public Works Department: 1. Permit for discharge of waste water: County Sanitation Districts of Orange County (see also Section 2, Part V of the General Provisions, Surface and Groundwater Control). 2. Project Approval: California Regional Water Quality Control Board - -Santa Ana Region. 3. Blanket Maintenance Permit: Department of the Army, Los Angeles District, Corps of Engineers. 4. Blanket Maintenance Permit: California Coastal Zone Conservation Commission- - South Coast Regional Commission. • 40 SP8of9 The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these regulatory agencies. All costs involved in complying with these requirements shall be absorbed by the Contractor in his bid, and no additional compensation will be made therefor. Before disposing of any demolition or removals at any sanitary landfill site in Orange County, the Contractor shall obtain a "Permit 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 Contractor to use those disposal facilities for disposal of excess material. VII. TRAFFIC CONTROL Prior to commencing work, the Contractor shall submit plans and obtain the Engi- neer's approval for traffic control covering lane closures and other traffic control elements of the construction project. During the Contractor's working hours, he shall maintain a minimum of one 10- foot -wide lane of traffic across the bridge controlled by flagmen. During placement of the temporary sewer by -pass, the pedestrian walk on the south side may be closed to foot traffic. At all other times the walk shall remain open. All road work encroaching into traffic lanes shall be between the hours of 9:00 A.M. to 3:00 P.M. During the hours when the Contractor is not working, one lane for each direction of traffic shall be maintained. The bridge to Lido Island is the only means for vehicular and pedestrian access to the island. Approximately 2,200 people live on Lido Island. The Contractor shall make every effort to minimize the inconvenience caused by this project. Emergency vehicles responding to calls, wishing to enter or leave the island shall not be delayed by the Contractor. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time. VIII. WATER The City will supply the Contractor upon request with water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements by contacting the City's Utilities Super- intendent, Mr. Gil Gomez, at 640 -2221. IX. PIPE TESTING The new sewer force main shall be air or water pressure tested in accordance with Sections 306 -1.4.4 or 306 -1.4.5 of the Standard Specifications except as modified herewith. The new sewer force main shall be tested at 20 psi. Connection to the existing line shall not be permitted until after completion of the pressure test. X. ORDER OF WORK AND TEMPORARY SEWER BYPASS The Contractor shall not connect to the existing cast iron sewer force main at Via Lido Soud until all other items of work necessary to the proper operation of the proposed sewer force main have been completed. The Contractor will be allowed to shut down the sewage system between the hours of 1:00 P.M. and 3:00 P.M. on Wednesday and Thursday. i 0 SP9of9 The Contractor may be allowed to shut down the sewage system between the hours of 1:00 A.M. and 5:00 A.M. Monday thru Friday with prior approval of the Engineer. The Contractor shall obtain prior approval from the City of Newport Beach Utilities Department at (714) 640 -2221 before any shutdown of the sewage system. W 10 - L :Z,�- By tha CITY COUNCIL TO: CITY COUNCIL FROM: Public Works Department A April 28, 1980 CITY COUNCIL AGENDA ITEM NO. H -2(c) SUBJECT: LIDO ISLE SEWER FORCE MAIN REPLACEMENT (C -2108) RECOMMENDATIONS: 1 Adopt a resolution awarding Contract 2108 to Stephen Richey Co. for $30,950 for the construction of Proposal No. 3 less alternate Bid Items 1 -A and 1 -B. 2. Instruct staff to prepare the necessary plans and specifications to invite informal bids for the deleted slip lining portion of the work. DISCUSSION: Two bids were received and opened in the office of the City Clerk at 10:00 A.M. on April 16, 1980: Bidder Stephen Richey Co John T. Malloy Proposal #1 Not Bid Not Bid Proposal #2 $56,550 $61,640 Proposal #3 $56,550 $66,645 This project provides for replacement of approximately 715 lineal feet of 8 -inch sewer force main westerly of the Via Lido bridge to Lafayette Avenue, and easterly of the bridge to Via Lido Soud; and for cleaning and slip lining approximately 320 lineal feet of existing 8 -inch cast iron sewer force main crossing the bridge. Proposals 1, 2, and 3 provided for various alternates in the piping materials to be used. The low bid, $56,550, by Stephen Richey Co., is 32% higher than the Engineer's revised estimate of $43,000. The additional cost is mainly due to the slip lining portion of the project (Alternate Bid Items 1 -A and 1 -B) being approximately 100% higher than the Engineer's estimate of $12,800. Therefore it is recommended that the slip lining portion of the project be eliminated from the proposal; and that the installation of 8 -inch fiberglass composite pipe sewer force main easterly and westerly of the bridge (Proposal #3) be awarded to the low bidder, Stephen Richey Co., for $30,950 ($56,550 less Richey's $25,600 bid item for cleaning and slip lining). April, 28, 1980 Subject: Lido Isle Sewer Force Main Replacement (C -2108) Page 2 Additionally, staff proposes to clean and slip line that portion over the bridge with high density polyethelyne slip liner (Bid Item 1 -A) under a separate informal contract. This should result in a substantially lower cost to provide the slip lining portion of the work. The slip lining would be done concurrently and in coordination with Contract 2108. Funds in the amount of $45,000 are available in the current budget (Account il02- 5597 -182). The estimated date of completion for the total project is June 11, 1980. The plans were prepared by the Public Works Department. A sketch showing the locatian of the project is attached. Benjamin B. Nolan Public Works Director GM:jd Att. 3 URN11 N �/081 N, 0 ,sbclz�N FROJECT LOCAVON q�- �4, N ?C!6 4k 49 M B42BW A-JY fy'i il m IS: ti S; tk r V14 L/00 r 01 -, rwpu, N vA I YA Isb LIDO A "T N -NEB - pro I N I "' , CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1990r05el? 6"Sr-wr-g Fogor MAIN 96PLACEMENT DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. EX141 1911' E RESOLUTION NO. 977 0, A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO STEPHEN RICHEY COMPANY IN CONNECTION WITH THE LIDO ISLE SEWER FORCE MAIN REPLACEMENT (C -2108) WHEREAS, pursuant to the notice inviting bids for work in connection with the Lido Isle sewer force main replace- ment, in connection with the plans and specifications hereto- fore adopted, bids were received on the 16th day of April, 1980, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is the STEPHEN RICHEY COMPANY, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of the STEPHEN RICHEY COMPANY in the amount of $30,950.00 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 Nepwort Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 28th day of April , 1980. Mayor ATTEST: City Clerk I:l +l 4/22/80 ■orusnrtnaaams . lfiis spaW the County CI' .aii..i ad the CUT claak cut to the XWvW sm k C.M.." ndl ladle :. AIL fee daaam4.e` b, t:aphana .: ' THE NEWPORT ENSIGN M9aa4aP d+'Rtl d.ydAp•t(l9a�°?' •\ •Ho3ifm. try wia M ap®d and:' �c�a�,iutpafe:aWaaka.blbw.'.;:- J O _L61nIDtB eewmPOACLktAai.,. ' 1, 1 . coartsxcrxo.alas Bids mrt tea .ucbinid m-W . p.eposdtermeadadael .br th•ceof.eet" dacumavb l.eniehed .h the Puptlr, PROOF OF PUBLICATION' Nade DaP° "e Oduma) � dbe e.n= Imm b b b.Mabidsy Ahetlid .I=hb"and. tech bid mW be aammpevba '_ (2015.3 C.C.P.) am* aam.d cbwA BkkW, api., rod. pa abl. b tb. City d N*wmd: mamouat.9aal met bap 10 p T%. do the" mind. LA 9d. d tea pale tad t4 wed.,'. — an thffi1 bdcie dE he dad9 amid:'" m tb.oubd. d the envelop me STATE OF CALIFORNIA, 1 NOt1C2 mbb¢baad. Jr SS. wh.A at .e.4 a b thst mod County of Otarge, as .. «uba, am r.mard A'. Proof of Publication of A.pmpo.el a.Dadeaaliaa,.M dmdon. t ! C.addr.Ema'-1 Inviting Bids n.N®aa.Aeae.lt I am a citizen of the United States and a resident of the — z stateaunt of rbanebl a..vW County aforesaid; I am over the age of eighteen years, and F. w"Khatml Amut, and •, aa"__, not a party to or interested in the above - entitled matter. I whs emmb,h,sb,;smaWA, am the principal clerk of the printer of the Newport Harbor the tllmataa ad 9tle. at w. p.ropr Ensign newspaper of general circulation, printed and pub- — pma9aa teadw�wd V FP .adder lished weekly in the city f N A vtw Pmavan and W daey a y Newport Beach, County of Or- Aabted 9.m.tanm 1..9db.d..d be ange, and which newspaper has been adjudged a news- Pa daeuxm.te' � Iot paper of general circulation by the Superior Court of the wse d e eadaabp b.:pne mSd at ' hate magevad ps.be<bmpd.d.'"" County of Orange, State of California, under the date of S M. bkb wmw �teo � o . May 14, 1951, CASE NUMBER A -20178 that the notice, of It cotdance Wth tM Pmebaas f CbWW which the annexed is a printed copy (set in type not smaller 9. D:adm m d b. tame cad Pmte.mm Cad.. Me, mnt.xlat elan than nonpareil). has been published in each regular and en- state hb U." .her' :ad clabaae'. b th. ympaal. tire issue of said newspaper and not in any supplement a 0. .0 ad plm� wovetaca, . thereof on the following dates to-wit: may be htaLned at thb Public, WaAa bPa*b.nt City_ Het. Na:port 6..cb. Celitmob, al no ceet b IWnad:aeb tractam. It b a4ueeted that ".0. and oontxact d..b be mtm.ad' Rubbish d. .Apr...2,1q$0 .................. elthma..ad.afterthaNdop.abp: The City he. adopted the 9"Wd' . 9pedhea9om I.. Pddb Wdn C.:;' .traction 097 Edlabd a PaPered by the 9adb.m C.Wb Chepb.s d td:. '. ` ... ............................... ........ _......... ........ Amad an Pubbc Wade Meacin4on ... �— Cootrectar�� Amaaiaha. Copra nay be drtekad hom 8 . .. Newc >m, 3096 • C..elavd 670.9971. •` . The City ha adapted stendmd special &ovbioa. eel 9teda.d rhawb9.. Copra d tbee, ea avail" Sat the Public Watk. Depntment at e oast ed's9Peeat. A .tandud "City d Naepaet Wah i I certify (or declare) under penalty of perjury that the y cle , D sPWAI tdmanbr t�.kr bRow foregoing ' e and correct. Dated at Newport Beach, 8 / n ° Thu W i ter cny d Nn.p¢t s.. Thu term b the ®lS Noe,; 'sv e6' Califo 'a, this day of Apr .19 80 � rp aiu. samapdodlow b ar will be meut..d b addplN. (tic C.a 4 ` ' Fat aaad b..ed bode the w aPaq _ bmlq htd bmde lads ad ma amb bode cad leilhal cveapagto bmtY t,• ' mma.b miaumvp msapgmeueyty . ... � .:baen..d by tae !!bb d Cdi- �:; In eccadema with b.. lRmblcas at �-..._ And. 2, Chapter 1, Part 7 d the Signature cubm el.hmcd. 9a tea 1770« rare lib Dl..c dIvduswdsteam khas aecmteiwd b. va & 0 4" b9 _ libel pm dl kwmabaF boalkym wblch W wok b b b pebmd'fw ash Qaib de. dllaa9m,, a/ dps d wrote man araucheaic.padd baernb tb ' "I'HH: NEWPORT ENSIGN do city cWW a.eilebk b be ofau d N+Citr Clulc' Padiam be ao ect_thirca and by ell agile p. of tWr Cahk.t i Iabm Cod. role b pn,eWsp wage 2721 E. Coast Hwy., Corona del Mar, California 92625. Th.aadaselm eae•Paatw w9h. -, twazadt;.� .. PROOF OF PUBLICATION Ode b ®dtrym 0 7L 40 4-- BY the CITY COUNCIL CITY Op w.;W Y,111T RfiAC11 TO: CITY COUNCIL FROM: Public Works Department 41 March 24, 1980 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: LIDO ISLE SEWER FORCE MAIN REPLACEMENT AND RELOCATION (C -2108) RECOMMENDATIONS: Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M., April 16, 1980. DISCUSSION: This project will provide for the installation of approximately 1,100 feet of 8 -inch sewer force main crossing the Lido Island Bridge. The new main will allow the City to abandon an existing tuberculated and deter- iorated 8 -inch cast iron sewer force main, decreasing the load on the existing pumping station, and increasing flow capacity. Clearance has been obtained from the Regional Water Quality Control Board, and the City has blanket permits for maintenance projects from the Coastal Zone Commission and Corps of Engineers. The project is estimated to cost $45,000. Financing of the work is budgeted in Account No. 02- 5597 -182. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is June, 1980. p4e4 Benjamin B. Nolan Public Works Director GLM:jd Att. i m a raNrr i URN11 rr I I EX. I J� O PROJEC-r LOCATION C,. J ylEi�:4i ��' Q I L,L- Bateoa .?aY f / 18 iz le-i'iaC1��Af1f1�9Ca[VIA iC�oi 000c�oo�acaoo��7670 oiana _..... NEW�V% =i' .1 i YAC Pub G � r, aAf^1po� CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED P R o tpo5 r- o 8" SriwG R /� ORGE PUBLIC WORKS DIRECTOR GG I r /� � R.E. N0. MAIN 96PI,ACEMEN 7- . DRAWING NO. gFXUI BI T "A" u 171 NOV '?j6 1979 By the �-:i i Y COUNCIL CITY. OF .hgWPQAT MAG'H TO: CITY COUNCIL • November 26, 1979 CITY COUNCIL AGENDA ITEM NO. H -18 FROM: Public Works Department SUBJECT: LIDO ISLE SEWER FORCE MAIN REPLACEMENT AND RELOCATION (C -2108) RECOMMENDATIONS: 1. Reject all bids. 2. Direct the staff to modify the plans and specifica- tions to include alternative pipe materials and design configurations, and to readvertise for bids. DISCUSSION: On November 6, 1979, at 2:30 P.M., the City Clerk opened and read the following bids for this project: 1. E. A. Reed Construction of Irvine, California $61,350 2. M. Grbavac Construction Co. of San Gabriel, California $77,500 3. J. Frank Artukovich Construction Co. of Newport Beach, California $78,350 4. G. R. Frost of Los Alamitos, California $83,350 The low bid was 36% greater than the Engineer's estimate of $45,000, the budgeted amount. Staff proposes to modify the plans and specifications to pro- vide for alternative pipe materials and design configurations, which should result in an increased number of bidders, lower unit prices, and lower overall bids. Benjamin B. Nolan Public Works Director GLM:jd 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 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: October 17, 1979 .......... ........ . ............. ....... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 17day of Oct . 19 1 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This spa's for the County Proof of Publication of Inviting Bids The City has adopted Siavderd Spatial Prormse. and Standard Drawings. Copies of these am available at the Public Work. Depmtmest at a met of S5 per W. A standard "City of Newpwl Beech Spaniel Bud..m.," bone has been adopted by the City of Newport Beach. This term a the only ador.mmi acceptable to the City for liability insurance pmpoaes. The am -essld low bidder will be required to cordate the form upon award of contract. (A sample form is anacbed loo mbrence) For any required boob- the company i®dvg bid heads, labor and materiel bonds, and faithful peslarmemar bonds moat be m m uraoca company or mosey p m omny Beamed by the state 1 California. In accordance with the pro,bko. of Article 2 Chapter L Part 7 .1 the Celilorde Labor Code(Sestion 1770ei. deg.), the Consoler of Industrial Relations, he. ascertained the wasual prevailing rate el Par diem wages to the locality b which the work is to his yadermed for each craft. claa0lc.1mr, m type d orlme o r mV hi de vended to -.acute the cpnhed. A copy of Laid datarmieation a eva8abb in the oftin of the City Clark. All parties to the mntmd shall be gam ... d by all promvinm of the Cable". labor Cade mletbg to prevailing weg. rates ($actions 1770, 7981 inlosivd. The ombector shall be importable he compliance with section 1777.5 of the Calilomle labor Cade for all appmticeable occupl "sun. Th. coramon, .bell post a cow of the pevailm, wage rat— at the job sit.. Copies may be obtain i from the Public Wor4Dapertmml, The City rearsm the right to repel any or all bid. and to wane any informality in such Mdm. Publish: Odes 17.1979 in Th. Nowptl Ensign. NE787 PROOF OF PUBLICATION - PUBLICNOTICE - -- NOTICE B'IVFMG B@S SEALED BIDS wi0 be noised at the ooip of the City Clark City Halt NewPort Beach, CVBwam, auto 2,,30 P.m. (as dOVedned by tdephova time signal) oil the &h day d Novani 1979, ai which ore they will be opened and rand. for palmmi -g work as Whem CONSTRI.P=ON OF LIDO ISLE SEWER FORCE MAIN CONTRACT NO.2108 . Bid. must be submitted an the ruminant loom attached with this. cootreat document. tarnished b, the Public wed- DepartmevL The ade itinml now eI the proposal bone Is to be retained by the bidder for his momde. Each bid ost be eammpded by cash, mniand check me BMd. -.;a made payable to use City at Nawpont Beach, for an +mount equal teat I..i 10 Percent oI the emo,mt Mal, Tha ""a d the poled and the world. "SEAI}D BID" shall be devly marked on ni outdid M o1 the mvalope containing the al. The contiacl documan , that most be mhaPIm d, executed and returned to the waled bid are: . A. Pmp ad R palmation Subcovhactem C Bidders&ad D. Naacdlm m t AI d E Sat B..o. MBty eof v it Foochow FTzinca Ability aad Esporsnn Rateuevca These documan a Nmll be offised with the sag -afar. aad till. d 6. perecn dg-ing he behnll of the bidder. Fm corporation the wg -a1m. of the President or Vice Pose deoi and Secretary or A®stant Secretary me required and the Corporate S.I she" be affised to dl doc,anmb requiring mg- atmes. In the ca. of a Partnership, the eiso en of at Is., one general partner u re ubed. No bids will s accepted loom o accordance rector who has and b.pe Vides.d W Ch-Pl 9- with the 1'he Bone e, and Pre 9, Cis, Coe. of. a ay me. and PVan, or Carta TG betr and shell state tau Bow number and clambestion I. the pon' One set d plane end earl.. t document., ueludivg spend Provision may be - blamed at tba Public Work. Department, City Haul, No,, Base,, celiforda, at n con b Bce rued - onimems it is requated that the Plane Ind mm"sot document. be rWunne, Ml bin 2 waek.aBar the bid opeuag. The City h. adopted the Standard ;pecilicatio. far Public . Works 'mulmoron (1 978 Edition) . pmpemd -Y the Southern Cattle... Chapt.m of he American Public W.k. Assocatip .d the Aseemmd G.Va) Contrmton. r K 7 O [D a W QZ� U W Q W W tlC 'L o. w z N I I ID nu m� I I IN o. w z ti a D � V o� m� �I i nu uu oil III I I . r � Q 4 E 7 N � D m _. O c��ar ..sF -om F t- V7 m w ti L z w J . J ' L I 7 IIIIIIO nna nu�uen�i � E IIY IR Milli 111111 11111111 1 I i NCM J . J ' L I 7 I A I.- v W J J IN ��iett N �ARIIIIII�IIINIIII! �IIIYIIIIIII Iledl Is J J