HomeMy WebLinkAboutC-2112 - Harbor Island sewer main replacementMay 30, 1980
John T. Malloy
606 N. Larchtront Blvd.
Los Angeles, CA 90004
Subject: Surety:
Bonds No.:
Project:
Contract No.:
NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Chic Casualty Insurance Company
2- 105 -248
Harbor Island Water and Sewer Main
replacement
2112
The City Council on May 12, 1980 accepted the work of subject
project and authorized the city clerk to file a Notice of Completion
and to release the bards 35 days after Notice of ampleticn has been
filed.
Notice of Completion was filed with the Orange County Recorder on
May 16, 1980 in Book.13610, Page 1038. Please notify your surety
company that bonds nay be released 35 days after recording date.
DORIS GEORGE
City Clerk
DG:bf
cc: Public Works Departmnt
City Hall 3300 Newport Boulevard, Newport Beach, California. 926
I mt PLF ASE RE-, URN TO
CITY CLERK :' 3
o ctTY OF NFWPORT BEACH
o w 3300 NEV�PORT BOULEVARD
r W NF.\"JRORT BEACH, CALIF. 92663
re
18721
\ � a P �}
NOTICE OF COMPLETION
PUBLIC WORKS
BK 13610PS 1038
OF ORANGE ICOUNTCIARECORDS
CALIFORNIA
P. M: vAY 16 '80
LEE A. RANCH, Cburriy-hcordO
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on April 11980
the Public Works project consisting of Harbor Island Water and Sewer Main Replacement
on which John T. Malloy
was the contractor, and Ohio Casualty Insurance Conmany
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITT�Y OF NEWPORT BEACH
ubli6 Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on ay 14, 1980
at Newport Beach, California.
J
public Oorks Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
Deputy
I am the /City Clerk of the City of Newport Beach; the City Council of said
City on May 14, 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 May 1.4, 1980 at Newport Beach, California.
Irene Butler, Deputy City Clerk
•. i �,L� \1f�
CC�v ^elr;-;n
o-
rt ai
• !
CITY OF NEWPORT BEACH
CALIFORNIA city Halt
3300 W. Newport Blvd
640 -2251
Date: May 14, 1980
Lee A. Branch
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of the Harbor Island Water & Sewer
Main ieplacetlent Contract No. C -2112
on which Jahn T. Malloy was the Contractor
and in camialfw Tncnranm fYvnnanz Was the surety.
Please record and return to us.
Very troll yours,
gris GeorP-S e
4
City Clerk
City of Newport Beach
Encl.
TO: CITY COUNCIL
FROM: Public Works Department
May 12, 1980
CITY COUNCIL AGENDA
ITEM N0. H -10
SUBJECT: ACCEPTANCE OF HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT
(C -2112)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the replacement of the water and sewer mains
on Harbor Island has been completed to the satisfaction of the Public
Works Department.
The bid price was: $76,879.00
Amount of unit price items constructed 79,040.75
Amount of change orders none
Total contract cost 79,040.75
Funds were budgeted in General and Water Funds.
The increase in the amount of unit price items constructed
resulted from the need to replace approximately 100 lineal feet more
of sewer laterals than had been anticipated.
The design engineering was performed by the Public Works
Department.
The contractor is John T. Malloy of Los Angeles, California.
The contract date
was completed on that date.
Benjamin B. Nolan
Public Works Director
GPD:do
of completion was April 1, 1980. The work
CXOrd,
NAME AND ADDRESS OF AGENCY
ROY INSURANCE AGENCY
P.O. BOX 10190
GLENDALE, CA 91209
(213) 240 -4310 245 -9464
NAME AND nbDRF 55 OF IN <UR111
JOHN T. MALLOY
606 N. Larchmont Blvd., #4C
Los Angeles, Ca. 90004
I 11 Is to ceNty that pol:c!es of m5lirance listed bel
of any contract or other dvOj,nnr t Nit), respect K
terms, exclusions and renditions of such policies.
CUMF'A9'! ry n. r)p : NS:!RANi. - _-
.ETrtR
- -- -- -GENjW - EIABILITY .1.
❑ Cil'.1nnv,L CN S:;¢ F:`R'd
Ex ^LLSION AND ::'.fl , J':I
>1 :•A7AR0
(J !!NaER ,-CAJW . -AiARD
❑ �RODCIf!5 r: OMPLF:f^
C,nEr ,i'r I+Al <PU
❑1 rR' °rl I1<.1PAVE
El
Cf•If V
❑ M2i Pty n
I❑ F 45!:N ,IhRI
AUTOMOBILE LIABILITY
❑ E %: b1'fiFMFN° 0= F:d %M
❑ Y:NE(
. L_. HIRED
I ❑NUN U::�e t:
EXCESS LIABILITY
❑^ - MEPrits" O RIY
IJ ci III R [-Al IIMI;RL :.
i)Itlf
iWORKERS'COMPENSATION
A and
EMPLOYERS' LIABILITY
OTHER
I
DESCRIDTION Or CIPERA =A)NS /L Of A':QNS NCHIGi F$
COMPANIES AFFORDING COVERAGES
COMPANY A AETNA CASUALTY & SURETY COMPANY
COMPA
OMPANY B
1 t rit.R
� (:UMPANY ■
i.t liLH V
A TTE.ANY
LITER D
ipMPANi C
LETTER L
to :he insured namea above and are in ho:,^,:: ms erne Notwithstanding any requirement, term or mndltio%
e may e ivved e: !nay pe,tasr, IPe ua.:�e::ce a±±wded by the policies described here: is subject to all toe
4'CL!S:Y M1MIil R
83 CK 955051
M
F %P u!ArIU:: ;;na
va .
i.
PJLLI'r :v: ulev I b
PR;1PEi11 ^'n;•MAJL
PCI`I VIN. I'RY �NIi I
na Rt Ri- nM AG' � b
1o_YF
R ,
STAT•,Iil';RY
4 -1 -81
NO. 2112 - CITY OF NEWPORT BEACH
100
, AGGREGATE
Ik
f
—ID
Cancellation: Should any of the above des Ibed policies be ca celled before the expiration date thereof. the issuing con'I-
party will eai'leauQL"mail - days•written noticeFlo the below named certificate holde;..YaA.f3ilur4 -lu
n�a:J su cl_ nnlicP slu�ll imyoseaa ak)JigaliDn Dr li a4i litY�.t2rx JsincLuuru�lb e rnmpa nx,
/by registered mail
NAM ANO Ai IORE SS OI ;'l RTIf !CI AT L HD'..PER
City of Newport Beach
c/o City Clerk
3300 Newport Blvd.,
Newport Beach, Ca. 92663
:ACORD 25 (1 -79)
DATE ISSUED:. —
RODI 'I I'! ID,
.
4 AC's A•.O JF C*,
v RfAq.Riv DAMLG!
I j'
f ;iPI FINED
1'rl;,,i3T Ri:' :1GMr61I
I 1
I �rvrlaNr'
I
STAT•,Iil';RY
4 -1 -81
NO. 2112 - CITY OF NEWPORT BEACH
100
, AGGREGATE
Ik
f
—ID
Cancellation: Should any of the above des Ibed policies be ca celled before the expiration date thereof. the issuing con'I-
party will eai'leauQL"mail - days•written noticeFlo the below named certificate holde;..YaA.f3ilur4 -lu
n�a:J su cl_ nnlicP slu�ll imyoseaa ak)JigaliDn Dr li a4i litY�.t2rx JsincLuuru�lb e rnmpa nx,
/by registered mail
NAM ANO Ai IORE SS OI ;'l RTIf !CI AT L HD'..PER
City of Newport Beach
c/o City Clerk
3300 Newport Blvd.,
Newport Beach, Ca. 92663
:ACORD 25 (1 -79)
DATE ISSUED:. —
0 0
CITY OF NEWPORT BEACH
Contract No. 2112
Special Endorsement No
1
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 3 -27 -80 83GL51300 3/27/80 -81 $500,000. AETNA CASUALTY
GENERAL EACH OCCURRENCE & SURETY COMPANY
LIABILITY $500,000.
BODILY INJURY & PROPERTY DAMAGE AGGREGATE
This endorsement is effective March 27 , 1980 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
RGV INSURANCE AGENCY
Address GLENDALE,CA 91209
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
......... .
C
CITY OF NEWPORT BEACH
Contract No. 2112
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
UMBRELLA 2 /15/80 83XS2747
(EXCESS INDEM-
6/12/79 -80
$1,000,000.
AETNA CASUALTY
NITY)
ea occurrence
SURETY COMPANY
$1,000,000.
aggregate
This endorsement is effective February
15
, 1980 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
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
RGV INSURANCE AGENCY
P.O. SOX W1130
Address GLENDALE,CA 91209
By g� ►NG+GE
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0
CITY OF NEWPORT BEACH
Date March 5, 1980
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2112
Project Harbor Island Water and Sewer Main l��lacenent Program
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: John T. Malloy
Address: 606 N. Larchmont Blvd., Los Angeles, CA 90&
Amount: $
76,879.50
Effective Date: March 5. 1980
Resolution No. 9725
Doris Geo e
Att.
cc: Finance Department Q
City Hall 3300 Newport Boulc%•ard, Newport Beach, California 92663
0
March 3, 1980
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80 (C -2112)
Attached are four copies of the subject contract documents
and the insurance certificates. Please have executed on
behalf of the City, retain your copy and the insurance
certificates, and return the remaining copies to our
department.
Gilbert Wong `
Project Engineer
GW:jd
Att.
NAME AND ADDRES5 OF AGENCY
RGV INSURANCE AGENCY
COMPANIES AFFORDING COVERAGES
P.O. BOX 10 190
COMPANY A AETNA CASUALTY & SURETY COMPANY
GLENDALE, CA 91209
1. FT-FER
(213) 240-4310 245-94"
COMPANI
JOHN T. MALLOY
606 N. Larchmont Blvd., #4-C
-OMPANY
CE FTFR D
Los Angeles, Ca. 90004
- --------
COMPANY
LETTER
--ThisistcCaif�thha policies of insurance listed thelow have been issued to named above ar,1 are in force at this time. NC twit tst3ndingany reqljire t. term OrCDudihvm
of a,, contract or other document with respect to which this certificate may be
izsund or i�ay Pert,;r:, the insurance afforded by the policies describes is su-IeCt V) cut the
terms. exclusions and conditions of such policies.
I
Limits of Lia bi lily in Thip usan-:ff (000)
comp'�N' :
LETTEP i 1"IF i:; NURANCf POLIC I WrJfh P
—
R , L!C�.
!.CN' OATL rc
GENERAL LIABILITY
TS T F L
si
AUTOMOBILE LIABILITY
11,
alf.11
Y
Q%1
:WORKERS COMPENSATION,"
A and 83 CK 955051
4-1-80
EMPLOYERS'LIABILITY _4 .... ... . ... ..... .
OTHER
DESCRIPTION OF OPERFTIONSAOCAifONSNFHJCLES
JOB: CONTRACT NO. 2112 - CITY OF NEWPORT BEACH
Cancellation: Shoujo any of the above described -policies be cancelled before ihe expiration date flhereo!. ;he lsf, 2. ;I'Lit':
pany •.vill mail 30 days written notice/to thp. below named certificate holder,
Jnailsl =vim us�aLra:aseluw In c1971r� -V tere ma
City of Newport Beach
c/o City Clerk
3300 Newport Blvd.,
Newport Reach, Ca. 92663
ACORD 25 (1.79)
041 V
AUTHORIZEC REPRFSENTATIVIF
CITY OF NEWPORT BEACH
Contract No. 2112
Special Endorsement No. 1
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:
I. 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
ENDORSEMENT
ATTACHES
COMPREHENSIVE
GENERAL
LIABILITY
EFFECTIVE
DATE OF
ENDORSEMENT
2/15/80
POLICY
NUMBER
83GL51300
POLICY
PERIOD
3/27/79 -80
LIMITS OF
I TARTI TTY
$500,000.
EACH OCCURRENCE
$500,000.
AGGREGATE
INSURANCE
COMPANY
AETNA CASUALTY
& SURETY COMPANY
This endorsement is effective February 15 , 19 80 , 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
RGV INSURANCE AGENCY
P.O. BOX 10190
Address nt MALE, CA 91209
By
Aut or z6d Representative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0
CITY OF NEWPORT BEACH
Contract No. 2112
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
UMBRELLA 2/15/80 83XS2747 6/12/79 -80 $1,000,000. AETNA CASUALTY &
(EXCESS INDEM- ea occurrence SURETY COMPANY
NITY) $1,000,000.
aggregate
This endorsement is effective February 15 1980 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
RGV INSURANCE AGENCY
P.O. Box IUIYU
Address GLENDALE,CA 91209
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
i
0 T CLERK
CITY OF NEWPORT B lCH
PUBLIC WORKS, E NT
CONTRACT DOCUMENTS
FOR
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80
CONTRACT NO. 2112
Approved by the City Council
this 7th day of January 1980
A,
oris George, City Clerk
SUBMITTED BY:
JOHN T. MALLOY
Contractor
606.N. LARCHMONT BL
Address
LOS ANGELES 90004
City Zip
PVone4642705.
P one
Proposal
$76,879.50
Proposal P
Total Price Bid
.r«ie
� �7n .� v. T' _, r.tllHllG. � �..�... C..A /C� "3 •..GLY���
lS h
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
Page 1
SEALED BIDS will be received at the office of the City Clerk, City Hall,.Newport Beach,
California, until 10:30 A.M. (as determined by telephone time.signal) on the
29th day of �_, 198 0, at which time they will be opened and read, for
performing work as fo ows:
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80
CONTRACT NO. 2112
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of .the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid. .
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A: Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability-and Experience References
These documents shall be affixed with the signature and titles.of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant SSecre_t�arY are required and tRCr orate Seal
sha 1� be affixed to all documents requiring signatures. In the case of a aria 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.)
A - ,� _
E
F
•
Page la
The City has adopted the Standard Speciii' °` '� r I
Edition as prepared by t e ou ern ,a � apti
Association and the Associated General Con actors of
from Building News, Inc., 3055 Overland Avenue, Los Ai
870 -9871.
Works Construction 11976
THE Amer can u rc Works
ca. Copies may be obtained
, California 90034, (213)
The City has adopted Standard Speclal4rovisions 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 Totality in which the work
is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. All parties to the contract shall be governed by all provisions -of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
Page 2
All bids are.to be computed on the basis of the given estimated quantities of work,
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. 282226 Classification
Accompanying this proposal is Bid Bo d
as rt a ec , C as er s Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(213)- 464 4705
Phone Number
January 29, 1980
JOH
uiaaer•s name
(SEAL)
ut or ze ignature
thorized Signature
Individual
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work
1. NO SUBS
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Subcontractor
Address
JOHN T. MALLOY
Bidders Name
S /John T. Malloy QV • _ 7�
&e :n
Authorized Signature
Individual
Type of Organization
(Individual, Co- partnership or Corp.)
,1. IM
Los Angeles, CA 90004
Address
• FOR ORIGINAL SEE CITY CLERbFILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, JOHN T. MALLOY , as Principal,
and OHIO CASUALTY INSURANrF COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT
(10 %) OF THE AMOUNT BID IN **Dollars ($10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
HARBOR ISLAND WATER & SEWER MAIN REPLACEMENT PROGRAM, CONTRACT N0. 2112
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 path day of
Jamey , 19 80 .
Corporate Seal (If Corporation)
JOHN T. MALLOY
Principal
BY: S / John T. Malloy
(Attach acknowledgement of
Attorney -in -Fact
Patricia.Haran, Notary Public
OHIO CASUALTY INSURANCE COMPANY
Commission Expires April 19, 1982 Surety
By S /T. L. O'Loughlin
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 29th day of January ,
1980
'My commission expires:
April 19; 1982
JOHN J..MALLOY
S /Patricia Haran
Notary Public
•
•
�
I
'i. � �
.. .
.
.�
.� .".� 1_ a T .mss
xa..';�
F
"- - k:°.¢°; ,"i.Y� .;
�. ..::
......Y'�'" --d 'GiF..sRs
��SGi i
`dE
.,w .� 1-.z,-
�. �
'x' � , .
,�
_ .hT.�.�
• R ORIGINAL SEE CITY CLERK'S F000PY
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
Mal_ 1oy
Signed-
Page 6
U
0
`°��'°s"c'�`�ur..�.''-�'•`h3:' ��"- "v.?�i:> 2.s�i'.'x.,a�ux `' z'�. -' . ..,...__. .A`.�.._
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
1980 . City of Montebello A. Johnson (213) 725 1200
1979 Signal Hill Engr. 426 7333
1979 Inglewood Engr. 649.7333
_1979 Santa Monica Engr.
. 1978 Los Angeles Public Works
` {.
to ..bm��va ..o- �..aiu[2T :.i. .. $f. �v s.�a. .ub�.. .: x.
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted February 11, 1980
has awarded to JOHN T. MALLOY
hereinafter designated as the "Principal ", a contract for Harbor Island Water and
Sewer Main Replacement Program 1979 -80 - Contract No. 2112
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other.supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We JOHN T. MALLOY
as Principal, and OHiO CASUALTY INSURANCE COMPANY
as Surety, are held firmly bound unto the City, of Newport Beach, in the sum of
THIRTY -EIGHT THOUSAND.FOUR HUNDRED THIRTY -NINE s 75/100 Dollars ($ 38,439.75 ** * * * * * *)1
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
taw
AFFIDAVIT OF ATTORNEY -IN -FACT FOR SURETY
STATE OF ................ OWN*
LOS ANGES ss.
COUNTYOF ......... � .............. ...I...........................
Onthis .... `4.....day of ....... ?° ................ ............................... 19��, before me
ri.. � ..ziUU
personally appeared .......... .........................:.:..: r:..: d. :.y.tl GHIM .............................. Attorney -in -feet.
of The Ohio Casualty Insurance Company, with whom 1yp� �n /pppJe�rsonally quainted, who being by me
duly sworn, did depose and say, that he resides in... 1. ...................; that he is the
Attorney -in -fact of The Ohio Casualty Insurance Company, the corporation named in and which execut-
ed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to
the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of
said corporation, and that he signed and executed the said instrument as Attorney -in -Fact of said cor-
poration like order.
PATRICIA HARAN e � L
M Co ues ...tao,AU..easuc............r ... :....... .........'.�........:..........
My p STA.E Jr CALL OR IA Notary Public.
Form S- ]b :'4 p PHINZTAL OFi:CE ;N
LOS ANGELES GOOarY
.S M: ,Commission Expires April 19, 1982
...aa
u....suno..ox uoNYpOH...
(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 FEBRUARY 19 go
Approv d as to form:
City ttorne
JO OY (Seal)
Name of Contractor Principal
Authorized Signature and Title
Authorized gnature and Title
INSURANCE CO .ANY' (Seal).'
-
Name o urety
R 0 BOX VALLEY VI L T
Address of Surety NORTH HOLL j0 ,p_ 91607,'
ignature and T ut r1zed gent
H4 1 NORTH BRAND BLVD. GLENDALE CA 120
ress of gent
(213) 240 -4310
Telep one No. of Agent
=� I
,,..ate a-
KNOW ALL MEN BY THESE PRESENTS, That
Page 10.
BOND NO. 2- 105248
PREMIUM: $923.00
WHEREAS, the City Council of-the City of Newport Beach, State of California, by
motion.adopted February 11; 1980
has awarded to ,JOHN T. MALLOY
hereinafter designated as the "Principal ", a contract for Harbor Island Water and
Sewer Main Replacement Program 1,97Q.Rn - rnntrart No_ 2119
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, JOHN T. MALLOY
as Principal, and OHIO CASUALTY INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
SEVENTY -SIX THOUSAND EIGHT HUNDRED SEVENTY-NINE AND 50/100 Dollars ($]6,879.50 * * * * * *),
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 1S 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
�.xr ,
AFFIDAVIT OF ATTORNEY -IN -FACT FOR SURETY
STATE OF ............. CALIFORNIA... ...............................
COUNTY OF ....... f ...................!....�N.._t ................SS.
On this...... /......day of ................ ...................... ............................... 19.04 before me
personally appeared ............ I ............. +.. ,..Q. LPL ...... ............................... Attorney -in -fact.
of The Ohio Casualty Insurance Company, with whom 1 a p oonally cquainted, who being by me
r duly sworn, did depose and say, that he resides in...... ......................: that he is the
i
Attorney -in -fact of The Ohio Casualty Insurance Company, the corporation named in and which execut-
ed the within instrument: that he knows the corporate seal of said corporation: that the seal affixed to
f the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of
said corporation, and that he signed and executed the said instrument as Attorney -in -fact of said cor-
poration by, j�U. All jFl .. .......................................
. -
t PATRICIA NARAN 2 ��
My �'• NOTARY PUCLIC . (.G- •<- 'L�Gti�G-cZ�
.. .. ..
• na _.:; dF'CiiifFb'iN1a � ....... •
Form S.I70 - i• ° PRINCIPAL Of:3CE IN
Notary Public.
* LOS ANGELES COUNTY
My Commission Expires April 19, 1992
> r...•••...•.......•...•• .... ..............................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 . 14TH day of FEBRUARY'S , 19 80
Approved as to.form:
4 ity Attorney
N T MALLOY (Seal)
ame
N of Contractor (Principal)
Authorized Signature an it e
Authorized Signature and Title
OHIO CASUALTY INSURANCE COMPANY (Seal)
Name of Surety
P. 0. Box 4068 VALLEY VILLAGE.$TATION
dress of Surety MORTH.HOLLYWOOD, 607
Signature and Title bf-AMorfled Agent
431 NORTH BRAND BLVD.. GLENDALE. CA 91203
Address of Agent
Telep one No. of Agent
�� �.. --
l
,.;_�
�r
==.. �-�
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this ay of 19 ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and JOHN T_ MALLOY
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
Harbor Island Water and Sewer. Main Replacement Program 1979 -80 - Contract No. 2112
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
Page 13
5, Pursuant to the Labor..Code of the State of California, the City Council has
_ ascertained the general prevailing rates of per diem wages for_each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly,or .
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the.same may be .caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
By: &.< .
Mayor
ATTEST:
Cit ,Glvrk JF
Contractor
(SEAL)
By:
By:
Approved as to fonw
City Attcfrney .
Title
Title
0
L!
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80
CONTRACT NO. 2112
PROPOSAL #2
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of.the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees
to furnish all labor, materials, equipment, transportation, and services to do all the work
required to complete Contract No. 2112 in accordance with City of Newport Beach Drawing
No. S- 5088 -S, the City's Standard Specifications, Standard Special Provisions, and Standard
Drawings and these Special Provisions; and that he will take in full payment therefor the
following unit prices for each item, complete in place, to wit:
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
1.
594
Install 8" D.I.P. - -Class 50 water
Linear Feet
main.
@ Thirty Six Dollars
and
no Cents $
36.00
$21,384.00
Per Linear Foot
2.
1
Install fire hydrant assembly.
Each
@ Fiftppn Hundred Dollars
and
nn Cents $
1500.00
$ 1,500.00
3.
5
Install 1 -1/2" meter service to new
Each
main.
@ Three Hundred Dollars
and
no Cents $ 300.00 $ 1,500.00
4. 18 Install 1" meter service to new main,
Each
@ Twn Hundred Fifty Dollars
and
no Cents $ 250.00 $ 4,500.00
• • PR2of2
UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 885 Reconstruct 8" V.C.P. sewer main.
Linear Feet
@ Forty Dollars
and
no Cents $40.00 $35,400.00
Per Linear Foot
6. 537 Replace 4" V.C.P. sewer house lateral.
Linear Feet
@ Twenty One Dollars
and
fifty Cents $2_1.50 $11:545.50
Per Linear Foot
7. 1 Construct terminal sewer cleanout.
Each
@ Three Hundred Dollars
and
no Cents $300.00 $ inn On
8. 3 Install sewer manhole frame and cover.
Each
@ Two Hundred Fifty Dollars
and
no Cents $250 -0o $ vso nn
TOTAL PRICE WRITTEN IN WORDS
Seventy Six Thousand Eight Hundred Seventy Nine Dollars
and
fifty Cents
Contractor's License No. 282226
Date 1/29/80
OVAL
Bidder, s Name
S /John T. Malloyd�
ut orize Signature)
re)
606 N. Larchmont, B1., Los Angeles, CA 90004
(Bidder's Address
213) 464 -27
10 ne Number
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM 1979 -80
CONTRACT NO. 2112
Page
I.
SCOPE OF WORK AND CONTRACT AWARD. . . . . . . .
. . . 1
II.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK. .
. . . . . 1
III.
PAYMENT . . . . . . . . . I . . . . . .
. . . . . 2
IV.
GUARANTEE . . . . . . . . . . . . . . . . . .
. . . . 2
V.
TRAFFIC CONTROL AND ACCESS. . ... . . . . . . . . .
. . . . 2
VI.
CONSTRUCTION SURVEY STAKING . ... . . . . . . . . .
. . . . 3 .
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . . .
. . . . . 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . .
. . . . . 3
IX.
SURFACE AND GROUNDWATER CONTROL . . . . . . . . . .
. . . . . 3
X.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . .
. . . . . 4
A. Sewer Main. . . . . . . . . . . . . . . . . .
. . . . . 4
1. Connection to Existing HC . . . . . .
. . . . . 4
B. Water Main . . . . . . . . . . . . . . . . . . .
. . . . . 4
1. Materials . . . . . . ... . . . . . . . . .
. . . . . 4
II
. 0 SP 1 of 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM 79 -80
CONTRACT NO. 2112
SCOPE OF WORK AND CONTRACT AWARD
The work to be done under this contract consists of replacement of.sewer
and water mains, lateral services, and a fire hydrant assembly;
construction of a sewer terminal cleanout; miscellaneous asphalt patching;
and.other incidental.items of work as shown on the plans.
Two proposals are to be bid in this contract. Proposal No. l will include
construction of an asbestos cement pipe water main, whereas Proposal No. 2
will include construction of a ductile iron main. The City Council shall
have the right to award the contract to the low bidder of either proposal.
The contract requires the completion of all the work in accordance with
these Special Provisions, the Plans (Drawing No. S- 5088 -S), the City's
Standard Special Provisions and Standard Drawings, and the City's Standard.
Specification (Standard Specifications for Public "Works Construction 1976
Edition, including supplements to date). Copies of the Standard Specifi-
cations may be purchased from Building News, Inc., 3055 Overland Avenue
Los Angeles, California 90034, Telephone (213) 870 - 9871.. A copy of the
Standard Special Provisions and Standard Drawings may be purchased at the
Engineer's office.for $5.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK
All work under this contract shall be completed by April 1, 1980 or within
thirty (30) consecutive calendar days after the start of obstruction to
traffic, whichever comes first. A complete schedule showing the Contractor's
proposed plan of construction, traffic control, and access scheduling (See
Section V) shall be submitted in writing for the Engineer's approval five (5)
working days prior to the start of work. If, during the construction
period, modifications of plan or schedule are required, each modification
shall be approved by the Engineer prior to altering the previously approved
schedule.
The Contractor's schedule shall consider the phasing of water pipeline
construction; testing, disinfection, and connection to the existing system.
The Contractor shall use the following guidelines in establishing this
schedule:
1. No connections to existing pipelines will be permitted
until the new line has satisfactorily passed the hydro-
static test and has been disinfected.
* • SP2of4
2. .Hydrostatic pressure testing will be permitted against
.new valves. Any temporary bulkheads.for thrust re-
sistance will be the responsibility of the contractor..
3. Cutting -in of new lines shall be done at times resulting
in the least disruption to water service. Shutdowns
of up to four hours during the day will be permitted and
will not require bypass. Operations requiring a longer
shut down period will require a temporary bypass, to be
provided by the contractor at his own expense.
4. The new water main shall be tested at 150 psi.
The Contractor shall notify the City's Utilities Superintendent at least
48 hours in advance of the need to shut down or connect to any-existing
water mains. No shut down will be allowed on Fridays, Saturdays, Sundays,
or holidays.
It will be the Contractor's responsibility to ensure the availability of
all materials.prior to the start of work. Unavailability of materials
will not be sufficient reason to grant the contractor an extension of
time.
The intent of this section is to emphasize to the contractor the importance
of prosecuting the construction in an orderly, pre - planned, continuous
fashion so as to.minimize inconvenience to residents.
III. PAYMENT
The unit or lump sum price bid for each item of work shown on the proposal
shall be considered as full compensation for all labor, equipment, materials,
and all other things necessary to complete the work in place, and no
additional allowance will be made therefor.
Payment for incidental items of work, not separately provided for in the pro-
posal, shall be included in the.unit or lump sum price bid for each item of
work.
IV. GUARANTEE
The Contractor shall guarantee for a period of one year,.after acceptance of
the work by the City Council, all materials and workmanship against any de-
fects whatsoever, including trench and pavement settlement. Any such defects
shall be repaired at the Contractor's expense.
V. TRAFFIC CONTROL AND ACCESS
Vehicular and pedestrian access shall be maintained at all times for all
residences adjacent to the project area; except where necessary conditions
preclude such access for reasonable periods of time as determined by the
Engineer. At the end of each work day, open trench shall be securely
plated to allow local access.
Plating for covering access holes. Plating shall be picked up at the City
Corporation Yard, 592 Superior Avenue, and returned to the City Utilities
Yard, 949 West 16th Street.
VI
VII
VIII
• • SP3of4
CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the Engineer.
NOTICES TO RESIDENTS
The Engineer will send a preliminary notice to all residents affected by
this work. Between 40 and 55 hours before closing or restricting local
vehicular access to and from street or driveway approaches, the Contractor
shall distribute to each affected residence a written notice stating when
construction operations will start and approximately when vehicular
accessibility will be restored.
Between 24 and 48 hours before shutting off water service to any residence,
the Contractor shall distribute a separate written notice to each affected
residence stating the date and time the water.will shut off and the
approximate time water service will be restored.
The above written notices will be prepared by the Engineer, and the
Contractor shall insert the applicable dates and times when he distributes
the notices. Errors in distribution, false starts, acts of God, strikes,
or other alterations of the schedule will require renotification by the
Contractor using an explanatory letter prepared by the Engineer. .
WATER
The Contractor shall make provisions for obtaining and applying water
necessary to perform his work. If the Contractor elects to use City water
free of charge, it shall be his responsibility to make arrangements by
contacting the City's Utilities Superintendent, Mr. Gil Gomez at (714)
640 -2221.
IX. SURFACE AND GROUNDWATER CONTROL
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work herein contemplated. The
Contractor, by submitting a bid, acknowledges that he has investigated the
risks arising from water and has prepared his bid accordingly. The Contractor
shall conduct his operations in such a manner that storm or other waters may
proceed uninterrupted along their existing street and drainage courses.
Diversion of water for short reaches to protect construction in progress will
be permitted if public or private properties are not damaged or, in the
opinion of the Engineer, are not subjected to the probability of damage.
The Contractor shall obtain written permission from the property owner before
any diversion of water outside the street right -of -way will be permitted by
the Engineer.
• SP4of4
X. CONSTRUCTION DETAILS
A. Sewer Main
1. Connection to Existing HC
New V.C.P. laterals shown on the plan shall be aligned perpen-
dicular to the new sewer main. To accomplish.this, the Contractor
shall determine the exact location of existing HC at property
lines prior to laying new pipe. The material and size of exist-
ing laterals at property lines may vary and shall be verified by
the Contractor at his own expense.
B. Water Main
1. Materials
a. A.C.P. products which are manufactured outside the United
States shall be sampled and tested at the last distribution
or storage point in California in conformance with the
hydrostatic strength, flexural strength, and crushing
strength requirements of ASTM C296 Type II. The Contractor,
at no cost to the City, shall supply the facilities and ar-
range for the testing laboratory licensed by the State of
California. A Certificate of Compliance certifying the
above requirements and signed by the testing laboratory
shall be furnished to the Engineer prior to the time of
delivery of the pipe. Any pipe not conforming to the above
requirements will not be acceptable for the project.
b. Ductile Iron Pipe (D.I.P.)
Ductile iron pressure pipe shall be Class 50.
Pipe joints shall be rubber gasket push -on joint.such as
Tyton Joints manufactured by United States Pipe and Foundry
Company.
c. Polyethylene Encasement
Ductile iron pipe shall be encased in min. 8 -mil. polyethyl-
ene.
d. Fittings
Fittings shall be ductile iron.
e. Flanges
Flanges shall be attached with bolt holes straddling the ver-
tical axis of the pipe, unless otherwise shown on the plans.
Gaskets shall be 1/16" thick asbestos rings.
f. Bolts and Nuts
Bolts and nuts for buried service shall be Type 18 -8 stain-
less steel.
A
AMPLE
CITY OF NEWPORT HFACH
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 shalt 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 propertydamage 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 Dart 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 a ord ng 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.F. - 3/79
TO: CITY COUNCIL /J
FROM: Public Works Department
SUBJECT: HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT, C -2112
(I FEB 111980
RECOMMENDATION:
By iho CITY COUNCIL
Adopt a resolution awarding Contract No. 2112 to Joh;;IW. 9Ml4 T Bia4C11
for $76,879.50 (Proposal No. 2), and authorizing the Mayor and
the City Clerk to execute the contract.
DISCUSSION:
Twelve bids were received and opened in the office of the City Clerk
at 10:30 A.M. on January 29, 1980:
Proposal No. 1 is for the use of asbestos cement water pipe. Pro-
posal No. 2 is for the use of ductile iron water pipe. Award is recommended for
the ductile iron pipe (Proposal No. 2). Ductile iron is considered an improved
material with greater strength and probable longer service life than asbestos
cement pipe.
The low bid for Proposal No. 2 is 19.9% less than the Engineer's
estimate of $96,000.
The Harbor Island Community Association plans to reconstruct the
private street on Harbor Island. Prior to the street reconstruction, it is
recommended that the existing 44- year -old, 4- inch - diameter cast iron water line
be replaced with a new 8 -inch- diameter ductile iron pipe, and the existing con-
crete sewer main and laterals be replaced with new vitrified clay pipe. The
t`�• 31s
Amount
Bidder
Proposal No. 1
Proposal No. 2
John T. Malloy
$ 75,691.50
$ 76,879.50
P. & J. Utility Co.
78,507.00
81,477.00
Mike Prlich & Sons
79,867.25
85,078.25
E. A. Reed Construction Co.
92.767.00
94,678.00
B & E Construction, Inc.
99,950.50
105,890.50
Gallacher Co., Inc.
106,886.59
107,777.59
L & S Construction
109,821.50
114,673.50
Byron L. Crume, Inc.
109,959.25
111,444.25
Chino Pipeline
110,771.00
No Bid
G. R. Frost, Inc.
112,874.00
115,250.00
J. Frank Artukovich Co.
119,058.50
No Bid
G & G Engineering Contractors,
119,110.20
119,823.00
Inc.
Proposal No. 1 is for the use of asbestos cement water pipe. Pro-
posal No. 2 is for the use of ductile iron water pipe. Award is recommended for
the ductile iron pipe (Proposal No. 2). Ductile iron is considered an improved
material with greater strength and probable longer service life than asbestos
cement pipe.
The low bid for Proposal No. 2 is 19.9% less than the Engineer's
estimate of $96,000.
The Harbor Island Community Association plans to reconstruct the
private street on Harbor Island. Prior to the street reconstruction, it is
recommended that the existing 44- year -old, 4- inch - diameter cast iron water line
be replaced with a new 8 -inch- diameter ductile iron pipe, and the existing con-
crete sewer main and laterals be replaced with new vitrified clay pipe. The
t`�• 31s
0
February 11, 1980
Subject: Harbor Island Water and Sewer Main Replacement, C -2112
Page 2
replacements will increase the reliability of water and sewer service, improve
fire flows, and decrease the possible need for future excavations in the new
stamped concrete pavement. Copies of the Council memo dated January 7, 1980
and a letter from the Harbor Island Community Association are attached for
reference.
Sufficient funds are available in the current budget for the water
line replacement; however, an additional appropriation of $48,000 will be needed
to fund the sewer line replacement. A budget amendment appropriating the funds
has been prepared for Council consideration.
John T. Malloy, General Engineering Contractor, has not performed
work in the City; however, a check of his references reveals that he has satis-
factorily completed similar work for other cities such as Montebello and
Beverly Hills.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion if April 1, 1980.
AO-Z�- da
Benjamin B. Nolan
Public Works Director
GW:jd
Att.
3 v �
January 7, 1979
CITY COUNCIL AGENDA
ITEM NO. H -13
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT, CONTRACT 2112
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:30 A.M. on January 22, 1980.
DISCUSSION:
The Harbor Island Homeowners Association plans to reconstruct the
street on the island (a private street), utilizing stamped concrete for the
surface. Construction is scheduled for approximately April, 1980. A copy
of a letter dated December 21, 1979 from the Association is attached for ref-
erence. The street reconstruction will be done at the homeowners' expense.
Before the surface of the street is reconstructed it is recommended
that the existing 44- year -old 4 -inch cast iron water line be replaced with a
new 8- inch - diameter ductile iron pipe, and the existing concrete sewer main
and laterals be replaced with new vitrified clay pipe. The estimated cost for
replacing the water main and services is $39,500; and for replacing the sewer
main and laterals is $56,500.
Sufficient funds are available in the current budget for the water
line replacement, however an additional appropriation of approximately $50,000
will be needed to fund the sewer line replacement. If the project is approved,
a budget amendment will be presented for Council consideration when bids have
been opened and the exact.costs are known.
The plans were prepared by the Public Works Department. The esti-
mated date of completion is March 30, 1980. An exhibit is attached for refer-
ence showing the location of the work.
Benjamin B. Nolan
Public Works Director
GGW:jd
HARBOR ISLAND HOMEOWNERS ASSOCIATION
10 Harbor Island
Newport Beach, CA 92660
December 21, 1979
Mr. Gilbert Wong <;i1
Public Works Department
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
Dear Mr. Wong:
In accordance with our previous telephone conversations, this letter
is to advise you that the residents of Harbor Island have voted upon and
approved the rebuilding and construction of the street on Harbor Island.
We plan on removing the existing street and replacing it with 6" of
concrete stamped with 12" x 12" squares and colored a charcoal grey. We
are currently in the process of obtaining final bids from contractors to
do this work. We also plan.on installing approximately 34 metal drains
(16" x 16 ") to improve the drainage on the island. Construction for the
rebuilding of the road is scheduled to commence April 15 or as soon as the
spring rains cease. We anticipate about six weeks for the construction of
the roadway which would give us a completion date of approximately May 15
to June 1.
It is our understanding that the City is in the process of designing
and bidding out the removal and replacement of the sewer and water lines
on the island. We are trying to coordinate the construction of the new
street around the City schedule to replace the sewer and water lines, but
are hopeful that your work can be completed prior to the commencement date
stated above.
We look forward to a close working relationship with the City with
regard to this project and if any further information or coordination is
necessary please contact the undersigned. (Business 979 -3900, Home 675 -6933)
Sincerely,
James E. Rodgers, President
HAROBR ISLAND HOMEOWNERS ASSOCIATION
res
Enclosures
cc: Mr. Joe T. Devlin - City of Newport Beach
Mrs. Peggy Nabers - Secretary
.1
i
LEGEND
NEW CONSTRUCT /ON
••• "' EX /ST/NC7 CONSTRUCT /ON
m
)z �I
n o
2I r
\ti
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
HARBOR I. LAND WATER
b
X
z�
i
w ,
w
M
1�
M
0
. AI
y
rn
Z
y'
y
G \1:
Z
DRAWN C 9ff DATE JL±
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO.
1' w
Alt
a
6.
1�
M
0
. AI
y
rn
Z
y'
y
G \1:
Z
DRAWN C 9ff DATE JL±
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO.
JAN 211980
By f. CITY COUWCIL
CITY OF N6WPW 96ACH
TO: CITY COUNCIL
FROM: Public Works Department
January 21, 1980
CITY COUNCIL AGENDA
ITEM N0. H -11
SUBJECT: HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT,
CONTRACT 2112
RECOMMENDATION:
Approve a change in the date of opening bids from
10:30 A.M. on January 22, 1980 to 10:30 A.M. on
January 29, 1980.
DISCUSSION:
On January 7, 1980, the Council approved the plans and
specifications for a contract for replacement of the water and sewer
lines on Harbor Island; and authorized the City Clerk to advertise
for bids to be opened at 10:30 A.M. on January 22, 1980. A copy of
the January 7 memo regarding the project is attached for reference.
The date of January 22 for the bid opening was selected to
permit contract award at the Council meeting of January 28, as pre-
viously scheduled. Because of the revised Council meeting date, and
to allow contractors additional time in which to prepare their bids,
a change in the bid opening date to January 29, 1980 is recommended.
Award of the contract would then be considered at the Council meeting
of February 11, 1980.
Benjamin B. Nolan
Public Works Director
Ems
Att.
January 7, 1970
CITY COUNCIL AGENDA
ITEM NO. H -13
TO: CITY COUNCIL
FROM: Public Works Departmeri•t "
SUBJECT: HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT, CONTRACT 2112
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:30 A.M. on January 22, 1980.
DISCUSSION:
The Harbor Island Homeowners Association plans to reconstruct the
street on the island (a private street), utilizing stamped concrete for the
surface. Construction is scheduled for approximately April, 1980. A copy
of a letter dated December 21, 1979 from the Association is attached for ref -
i( erence. The street reconstruction will be done at the homeowners' expense.
Before the surface of the street is reconstructed it is recommended
that the existing 44- year -old 4 -inch cast iron water line be replaced with a
new 8- inch - diameter ductile iron pipe, and the existing concrete sewer main
and laterals be replaced with new vitrified clay pipe. The estimated cost for
replacing the water main and services is $39,500; and for replacing the sewer
main and laterals is $56,500.
Sufficient funds are available in the current budget for the water
line replacement, however an additional appropriation of approximately $50,000
will be needed to fund the sewer line replacement. If the project is approved,
a budget amendment will be presented for Council consideration when bids have
been opened and the exact.costs are known.
The plans were prepared by the Public Works Department. The esti-
mated date of completion is March 30, 1980. An exhibit is attached for refer-
ence showing the location of the work.
j. k4
Benjamin B. Nolan
Public Works Director (�
GGW:jd
N007, Y 'JV�� li'i
Att.
DAT l - 7 -Q�
HARBOR ISLAND HOMEOWNERS ASSOCIATION
10 Harbor Island
Newport Beach, CA 92660
December 21, 1979
Mr. Gilbert Wong
Public Works Department
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
Dear Mr. Wong:
/'.
In accordance with our previous telephone conversations, this letter
is to advise you that the residents of Harbor Island have voted upon and
approved the rebuilding and construction of the street on Harbor Island.
We plan on removing the existing street and replacing it with 6" of
concrete stamped with 12" x 12" squares and colored a charcoal grey. We
are currently in the process of obtaining final bids from contractors to
do this work. We also plan on installing approximately 34 metal drains
(16" x 16 ") to improve the drainage on the island. Construction for the
rebuilding of the road is scheduled to commence April 15 or as soon as the
spring rains cease. We anticipate about six weeks for the construction of
the roadway which would give us a completion date of approximately May 15
to June 1.
It is our understanding that the City is in the process of designing
and bidding out the removal and replacement of the sewer and water lines
on the island. We are trying to coordinate the construction of the new
street around the City schedule to replace the sewer and water lines, but
are hopeful that your work can be completed prior to the commencement date
stated above.
We look forward to a close working relationship with the City with
regard to this project and if any further information or coordination is
necessary please contact the undersigned. (Business 979 -3900, Home 675 -6933)
Sincerely, !,
James E. Rodgers, President
HAROBR ISLAND HOMEOWNERS ASSOCIATION
res
Enclosures
cc: Mr. Joe T. Devlin - City of Newport Beach
Mrs. Peggy Nabers - Secretary
• •
n
LEGEND c
/VEkv' CONSTRUCT /ON
•••° EX 15711VG CONSTRUCT /ON
TRUC7lON —I e y
L/N CONS � I p 1 �IIc
m ° .A
N_
A
L ii v.
S.
a a
Jp ' i
P� O
CITY OF NEWPORT BEACH DRAW" C w DATE
PUBLIC WORKS DEPARTMENT APPROVED
HARBOR ISLAND `!MATER PUBLIC WORKS DIRECTOR
R.E. NO.
AND SEWER AEPLA CEMENT DRAWING NO.
1
MR
G�Jw(L V W'"1
January 7, 1979
:'.o L•tT'i C': '::�iL
c A4H
TO: CITY COUNCIL
FROM: Public Works Department
CITY COUNCIL AGENDA
ITEM NO. H -13
SUBJECT: HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT, CONTRACT 2112
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:30 A.M. on January 22, 1980.
DISCUSSION:
The Harbor Island Homeowners Association plans to reconstruct the
street on the island (a private street), utilizing stamped concrete for the
surface. Construction is scheduled for approximately April, 1980. A copy
of a letter dated December 21, 1979 from the Association is attached for ref-
erence. The street reconstruction will be done at the homeowners' expense.
Before the surface of the street is reconstructed it is recommended
that the existing 44- year -old 4 -inch cast iron water line be replaced with a
new 8 -inch- diameter ductile iron pipe, and the existing concrete sewer main
and laterals be replaced with new vitrified clay pipe. The estimated cost for
replacing the water main and services is $39,500; and for replacing the sewer
main and laterals is $56,500.
Sufficient funds are available in the current budget for the water
line replacement, however an additional appropriation of approximately $50,000
will be needed to fund the sewer line replacement. If the project is approved,
a budget amendment will be presented for Council consideration when bids have
been opened and the exact.costs are known.
The plans were prepared by the Public Works Department. The esti-
mated date of completion is March 30, 1980. An exhibit is attached for refer-
ence showing the location of the work.
Benjamin B. Nolan
Public Works Director
GGW:jd
Att.
11
HARBOR ISLAND HOMEOWNERS ASSOCIATION
10 Harbor Island
Newport Beach, CA 92660
December 21, 1979
Mr. Gilbert Wong
Public Works Department
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
Dear Mr. Wong:
In accordance with our previous telephone conversations, this letter
is to advise you that the residents of Harbor Island have voted upon and
approved the rebuilding and construction of the street on Harbor Island.
We plan on removing the existing street and replacing it with 6" of
concrete stamped with 12" x 12" squares and colored a charcoal grey. We
are currently in the process of obtaining final bids from contractors to
do this work. We also plan on installing approximately 34 metal drains
(16" x 16 ") to improve the drainage on the island. Construction for the
rebuilding of the road is scheduled to commence April 15 or as soon as the
spring rains cease. We anticipate about six weeks for the construction of
the roadway which would give us a completion date of approximately May 15
to June 1.
It is our understanding that the City is in the process of designing
and bidding out the removal and replacement of the sewer and water lines
on the island. We are trying to coordinate the construction of the new
street around the City schedule to replace the sewer and water lines, but
are hopeful that your work can be completed prior to the commencement date
stated above.
,1
We look forward to a close working relationship with the City with
regard to this project and if any further information or coordination is
necessary please contact the undersigned. (Business 979 -3900, Home 675 -6938)
Sincerely,
James E. Rodgers, President
HAROBR ISLAND HOMEOWNERS ASSOCIATION
res
Enclosures
cc: Mr. Joe T. Devlin - City of Newport Beach
Mrs. Peggy Nabers - Secretary
1111; N F\V, I1ORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
ticeabboccupabons,
The connect., shall pmt a copy of the
rv- ar+ling w rata, of +f. lob s'�
r' bmivad hr- .'�,, Paul,
ev.t.
Toe nn
c ro ity reserve the ai a reieet
any a all biro and waive y inim
ic,d,ty in such bids,
Pub 11sM1, Ian. 9, 198SLja,The Newport
Ensign NE276 . NE276
PROOF OF PUBLICATION
-- PUBLIC NOTICE
CITY OF NEWPORT BEACH,
-
CALIFORNIA
This spar Or the County Clerl NOTICE MVFFMG BIDS
SEATED BIDS will bs received at tb
THE
NEWPORT
ENSIGN
office of the City Clark, City Hall New -
pmt Beech, dBmbia cote AM
s, thr
(as determined by tdaphmn time dg-
m ilia 29th day of January, at
o the Z
welch time they . ope opened
whi
b�pp�s11�.11. and -.
need. pMp�LL
i
HAA8iSA15LAND�1l7FEU'AND
SEWER MAIN REPLACEMENT EtdENr
PROGRAM
PROOFF OF PUBLICATION
979-80
CONTRACT Nil. 2112
Bide moat be submitted on the propm
(2015.5 C.C.P.'
at form attached with the contract doco-
eights famished by the Public Works Dr,
qpartment.
The additional copy of the
proposal form u to be stained by the
bidder for his records.
Each bid must be accompanied by
cash, certified check or Bidder'. Bond, j
STATE OF CALIFORNIA,
1
Notice
made payable City of Newpod
Beacn,fov nt equaueatleastao
County of Orange,
SS.
1
percent of the amount bid.
The title of the project and the words
"SEALED BID" .hall be clearly marked
Proof of Publication of
on the outaide of the envelope contain-
I am a citizen of the United States and a resident of the
,
Invitin g Bids i
I —'
ingthebid.
n° contact documents that must b
completed, executed, and reined in
the waled bid are: j
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
A. Proposal B. Deatgnation °15ubconhachas i
C Bidder'. Bond
D. Non.collue on Affidavit
E. Statement of Financial Respond.
Ensign newspaper of general circulation, printed and pub-
'' "'
tufty
F Technical Ability and Experience
lished weekly in the city of Newport Reach, County of Or-
References
se documents shall be affixed with
anger and which newspaper has been adjudged a news-
Paste C the'eignatme aad fills. of the parsons
paper of general circulation by the Superior Court of the
signing on behalf of the bidder. Far cor.
N, porations, the signatures of the President
County of Orange, State of California, under the date of
SEC] °` vrea President and Secretary or As
vsemt Secretary are required and the
May 14, 1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not smaller
In Th cmmumm Sad anal b anuee m he
dmumems regmring eigmmrea. Io the
c se of a Partnership, the signature of at I
than nonpareil). has been published in each regular and en-
least one general pe..... coq it
No bide will b accepted hom a con-
tire issue of said newspaper and not in any supplement
tractor who has not been licensed m
accordance with the provisions of
thereof on the following dates to-wit
Chapter 9, Division m of the Business
-
' and Professions' Code. The contractor
shall state his license number and clean
ficatem in the proposal.
Published Jan. 9,1980
enta,nc dingspecial and provfimonmamay
meobtai including
............. ............................... ............ ...............
at uli
be obtained at the Public Works Depart.
Beat
foam. at Hall, Newport e Beach, Cdn�
for at cost to lithe
es plans s and con-
It a �documed that the Plana and
in 2
tract documents rammed within 2
.......................................... ...............................
weeks alter the bid opening.
o
The City has adopted the Standard
Specifications hr Public Work, Cm-
struclim (1976 Edition) as prepared by
the Southem California Chaptere m the
American Public Works Assectatirm and
the Associated General Contractors of
America, Copies may be obtained from
Building News, Inc, 3055 Overfeed
Avenue, lm Angeles, California 90034,
(213) 8709871.
1 certify (or declare) under penalty of perjury that the
foregoing true d correct. Dated at Newport Beach,
California this 9 day of Jan. 19 80
-
,.....
Signature
1, arcordance with the pmvi.iens of
Amiee 2 Chaplin 1, Part 7 ro the Calm !
ic-,, Labor Code (Sections 1770 at
son the Director at Indmtrial Relations j
hus ascertained the general Prevailing I
e of per die wage. in the Identity to
m
whi h the k is to be performed for
.,-h cuaft, classification, or type at work.
.a .), c'e I ane, needed t to the
i aci A copy of said delcundmitunins
ble '.n the office of the City Clark
411 mesa to the sourced shall ba 9.I.
-x: by all provisions of ter California
I, or CuAc relating fo Prevoflmq wage
ilia senior shall be eesPenaiblevfor
I ca with Section 1777,5 of the
cup iav
California Inbor Cods IT all aPPren.
l
t
I
The City has adopted Standard Spo_
ciai Pinshave, and Standard Drawings.
Copies of fh gaze available at We Pub
Ina Works Department at a cost of $5 par
set
A standard "City of Newport
1 Special Endorsement" form s been
I adopted by the City of Newport Beach.
Thin iform it the .,it, end °rmment seen,
table to the City for liability insurance
purposes. Th; succemiW low bidder wet
be required to complain the form upon
award of contract.
pot any required bond., the company
issuing bid bonds, labor and material
bonds, end fadlihil pedermance bonds
giant be an iruuraws company ar meaty
company licensed by the Stab of Caai':
lords. "'
1111; N F\V, I1ORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
ticeabboccupabons,
The connect., shall pmt a copy of the
rv- ar+ling w rata, of +f. lob s'�
r' bmivad hr- .'�,, Paul,
ev.t.
Toe nn
c ro ity reserve the ai a reieet
any a all biro and waive y inim
ic,d,ty in such bids,
Pub 11sM1, Ian. 9, 198SLja,The Newport
Ensign NE276 . NE276
PROOF OF PUBLICATION
N
J
h
Q
I
Z N
O � �
U �
i
X
5E
0
m
,INS
1�
AIII��AI■I
II
IY
�II�N
ICI
�I�Nlllll�n
III
eeeenere
N11
I
I
VC tf
Oz LL )
L'i
Q 4i
F- U LLJ
rj
aq
IJ
III
1:1
"'TJ
W
d
rj
aq
IJ
im
7
Iy
I
LA
to
Ld
Lj
Li L-
-j
U
J-j
LA
to
Ld
Lj
Li L-
-j
U
C,
iJ
vl
<
`4
L
l
ii\�
Vl
lI�:�� —I
12
N
�
."
�
(jl
; F
r,
1.,
J`
IJj'
�
i
t
j
I
\_
m
_
� -
I
i
O
n
71
TI
i�
r
j
I Tr
1
rll
C,
iJ
vl
k
z Lo
< LLi
Lr. :cl
IJ C 5
CD
U
1,
1�
l�,I�I,I
{
Trm
1.
�Tl
1,
sl
Lj
U Lj
F- U w
L
�
o
sl
Lj
U Lj
F- U w
vJ
IvIt
IZZ
Iz,
vJ
O
rY 1;�l ul
I <
0 co
I
Z GO
L� LY 2:
U W
IJ
i
�
;',,;III,
i
- -,��
��
.�..
i
I
'Zi
i
�`
I.j
rl.
cr
U-Ij
IJ
1�
ti
ZE:
.-D
J)
I
< LIA L'i
0 :z:
�Jl
Hl
�a
c�
`v
}
g
f
7
a
J - c }
]F-0 CE
7z
w
d
C\
`IZ fn
aW
F- z C7
—oz
F U W
ti
fj
u
x
MINIMUM
ti
fj
u
x
' O
I
:D
lo
� N
1 F p m
i
z N
U W
6 W
W X Z
t Z o
O Z
H U W
J
Ll
U
S
n
NI�IYI
J
Ll
U
S
n
=I
-i= N
.,I"-
W
i W
W tY2
F` O2
i- CJ W
y
-,.
j
r
V
4
=.
o
to
r+
=I
-i= N
.,I"-
W
i W
W tY2
F` O2
i- CJ W
J
W
U
S
:n
y
-,.
j
I '
1'-
1
z
I
I
z
Z
n
�
�
2�
Y
i
77
J
W
U
S
:n
N
J
O
I
}
G
i
7
o�
lv
1
T
L
t\
t-
t-
YZ:
w
W
z_
z
W
�IJ
1
W
IJ
2
co
■
IIII
�IAlll�ll,ll
NBIIIII=
�IJ
1
W
IJ
2
co
-�!
}
u�
C
a
0
i
z
c
IZ
o='
F o in
^iz u)
'114L) W
< Li
F z 0
O Z
F U W
J
W
u
x
n
1
uttm�n
unau
�
n
EBS�RRIIIIIYann',
Reaen
J
W
u
x
n
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80
CONTRACT NO. 2112
Approved by the City Council
this 7th-day of January 1980
oris George, City Clerk
SUBMITTED BY:
Jo T . M ALLoy
Contractor
Lolo N . LnacN MoNT tit-
Address
Lo oao a—
city Zip
ziS ¢(a4
Phone
1
Proposal #1
Total Price Bid
Proposal #2
• 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 10:30 A.M. (as determined by telephone time.signal) on the
29th' day of January 1980, . at which time they will be opened.and read, for
performing work as followwss:-
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80
CONTRACT NO. 2112
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of .the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder'.s Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that.must be completed, executed, and returned in the sealed
bid are:
A: Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an�T —Corporate Seal
shall be affixed to all documents re— q��ng signatures. In the case of a -Ta-
o
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.)
L J
•
R �
0
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Edition as prepared by the Southern California chapter-s of the American Public Works
Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the.City for
liability insurance purposes. The successful low bidder will be required.to complete
the form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California:
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic.
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. All parties to the contract shall be governed by all provisions,of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
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 EiMy ,:J
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. .2 7(2ZZ L. Classification
Accompanying this proposal is I� cfl you o
(Cash, Certified Check, as er s Cbeck or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
2 I 3 4-r, d 2Z oS
Phone Number
i_A
I
Date
ARFrized Signature
X-Aj 6cYt. JJuRI-
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:
• • f • 1 tot
�`�,s.�� r�?IFz''� 3R f�xiilYMl�.sr= -•�. `�=
il.1
0 0
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. /0b SULAS
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Bidder's Name
g" � /
Authorized ignat re
&AnX.f,laL
Type of Organization
(Individual, Co- partnership or Corp.)
(off ti. )_kq_CNM dNT
LA -_g000 el
Address
E
0
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALI, MEN BY THESE PRESENTS,
That we, JOHN T. MALLOY , as Principal,
and OHIO CASUALTY INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT
(100) OF THE AMOUNT BID IN ** Dollars ($ * * * * *10 % * * * * ** , lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
HARBOR ISLAND WATER & SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO 7112
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 29TH day of
JANUARY
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
A,
Title
JOHN T.
Princ�p
BY ��a{{
: ( 'a
OHIO CASUALTY INSURANCE C
T. n, Attorr) in-Fdct
Surety
I AFFIDAVIT OF ATTORNEY -IN -FACT FOR SURETY
STATE OF ...... ..................SS.
COUNTY OF ..1 RS..P.( 9e. 1e. 5 . ...............................
On this...Z.9ih.....day of ....................... January............. ............................... 19?P.... before me
...........................• Attorney -in -fact.
personally appeared ........................ . .
C•...�,..0.'. Lou, gh.) .IA
of The Ohio Casualty Insurance Company. with whom I am personally acquainted, who being by me
Gl .......................... that he is the
Attorney -in -fact of The Ohio Casualty Insurance Company, the corporation named in and which execut-
ed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to
the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of
said corporation, and that he•si9ned•,WA.Az9cuted the said instrument as Attorney -in -fact of said Cor-
p o r a t io n tr6r *1M. -a rder •
/ PATRIC{A NARAN
NO fAR' PU iC t ... .
My Com• 'P�s°A 5TA'E U L.. ...::-.: ..••/ ...••... Notary Public.
y 4
pilllC P4C'OFP!CE�1N ���
Pnrm 5 170 7`�±+��'� * LOS ANGELES COUNTY
My Commission Expires April 19, 1982
9
r
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 anyway, 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 .accepte.d from any subcontractor or materialman through :_any bid_.depoaltory,._.._,
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 anyway or manner, any of the proceeds of the contracts sought by
this bid..
,s�N t- M�LLoy
I
Subscribed and sworn to before me
_....
this ay . of e y ,
19g_
My commission expires:
NOTARY PUBLIC
E STATE OF CALIFORNIA
'PRINCIPAL OFFICE IN
LOS ANGELES COONTY
My CeIvokwoR EApWo APHI 19, ?on
Notary Public
STATEMENT OF FINANCIAL RESPONSIBILITY
Tile 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
Y
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
�'L�D
Clt`r
IM6UfGAeLin
16 40t 10
21;� TZ91206
10, 9q
6
.hL 14. LL
41L -1
200
It woa(s
_ 1�1'la
(Rnlih
wICVLGA-
l�)ii
tc It
Los
�WQtLei
1Pr�Wjc (kca(<s
_ ... ., 1
•
�:�
�__ �
can
• CI.TY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80
CONTRACT NO. 2112
PROPOSAL #1
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 2112
in accordance with City of Newport Beach Drawing No. 5- 5088 -5; the City's. Standard
Specifications, Standard Special Provisions, Standard.Drawings and these Special
Provisions; and that he will take in full payment therefor the following unit prices
for each item, complete in place, to wit:
ITEM QUANTITY
NO. AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN
WORDS
UNIT
PRICE
TOTAL
PRICE
1. 594
Instal ... 8_'.'-R��- Class
150
Linear Feet
water main.
@{n/
Dollars
__n
and
Cents
s_34 °c—
$ao, 19
Per Linear Foot
2. 1
Each In tall fire hydrant assembly.
@ 1 Dollars ✓
and
Cents
3. 5
Each Install 1 1 /2"meter service.
to new main.
@ %jk Dollars
and •t
Cents $ o . _
4. 18
Each Install 1" meter service to new
main.
@ Dollars
and ®C
Cents
$ I,Soo
Y/
$ 4,Soo"
0
PR2of2
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
5.
885
Rec nstruct 8" V.C.P. Sewer main.
Linear Feet
@
—
Dollars
✓
and
Cents
ec
$
e�
Per Linear Foot
6.
537
Replace 4" V.C.P. sewer house lateral.
Linear Feet
@
lJ
Dollars
and
Cents
$ 2 1.
$ 11.��}i•
Per Linea o
7.
1
Construct terminal ewer cleanout.
Each
/UIRt,
Dollars
�
and
Cents
$ 900
$ BOO.
8.
3
Install sewer manhole frame and cover.
Each
-'
@
Dollars
and
Cents
oC
$ 2S0,
o,
$ ��0
PRICE - WRITTEN IN WORDS
I .. .�..�..I . u.'i� �' 1
Cents
. ,
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80
CONTRACT NO. 2112
F01191b9:IZIN
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of.the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby agrees
to furnish all labor, materials, equipment, transportation, and services to do all the work
required to complete Contract No. 2112 in accordance with City of Newport Beach Drawing
No. S- 5088 -S, the City's Standard Specifications, Standard Special Provisions, and Standard
Drawings and these Special Provisions; and that he will take in full payment therefor the
following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
594
Install
8" D.I.P. - -Class 50 water
Linear Feet
main.
@
Dollars
and
Cents
C
$ 3�°—
$
' c
21,
Per Linear Foot
1
I stall
fire hydrant
assembly.
Each
@ A
I
Dollars
and
Cents
pC
$ �iog, -
$
VL
S;00
5
Install
1 -1/2" meter
service to new
Each
main.
@!
���
Dollars
and
oC
Cents
$ 3ea
$
18
Install
1" meter service to new main,
Each
'
@
Dollars
and
Cents
a�
$ 250, _
$
III oL
4 Sou.
ra
• • PR2of2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 885
Linear Feet
6. 537
Linear Feet
7. 1
Each
8. 3
Each
PRICE
0
Re onstruct 8" V.C.P. sewer main.
@_ frTIA Dollars
and
Cents
Per Linear Foot
Replace 4" V.C.P. sewer house lateral.
D�
@ U Dollars
and So i0
Cents $ 21. $11
Per Linear o
Construct terminal sewer cleanout.
@ (VAM A4k-6L- Dollars
and
Cents
Install sewer manhole frame and cover.
@� Dollars
and
Cents
IN WORDS
Contracl)'s License No. 2 H-2-L o
Date
N,
ss A(
Dollars
$
$.2_ $ Z�0 0
C .�
and
Cents s-16 so
kBidder s Name
1
Authorized Signature
Los 4IJGd -P S 0 li t t,
i
•,� tom£ ..,_>.:
CITY OF NEWPORT BEACH
L= -:
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
HARBOR ISLAND WATER AND SEWER MAIN REPLACEMENT PROGRAM
1979 -80
I
CONTRACT NO. 2112
Page
I.
SCOPE OF WORK AND CONTRACT AWARD. . . . . . . . . .
. . . 1
II.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK. . . .
. . . 1
III.
PAYMENT . . . . . .
2
IV.
GUARANTEE . . . . . . . . . . . . . . . . . . .
. . . 2
V.
TRAFFIC CONTROL AND ACCESS. . . . . . .
2
VI.
CONSTRUCTION SURVEY STAKING . .. . . . . . . . . . . .
. . 3 .
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . . .
. . . 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
IX.
SURFACE AND.GROUNDWATER CONTROL . . . . . . . . . . . .
. . . 3
X.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . .
. . 4
A. Sewer Main. . . . . . . . . . . . . . . . . . . .
. . . 4
1. Connection to Existing HC . . . . . . . .
. . . 4
B. Water Main. . . . . . . . . . . . . . . . . . .
. . . 4
1. Materials . . . . . . . . . . . . . . . . . . .
..4
•,� tom£ ..,_>.:
RESOLUTION NO. 9725
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
JOHN T. MALLOY IN CONNECTION WITH THE HARBOR
ISLAND WATER AND SEWER MAIN REPLACEMENT
(C -2112)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the Harbor Island water and sewer
main replacement, in connection with the plans and specifi-
cations heretofore adopted, bids were received on the 29th
day of January, 1980, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is JOHN T. MALLOY,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of JOHN T. MALLOY
in the amount of $76,879.50 for the water and sewer main
replacement on Harbor Island be accepted, and that the con-
tract 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 con-
tract in accordance with the specifications, bid and this
award on behalf of the City of Newport Beach, and that the
City Clerk be directed to furnish an executed copy to the
successful bidder.
ADOPTED this day of
Mayor
ATTEST:
City Clerk
FEB 1 1 1950 1980.
HRC /kv
2/11/80