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