Loading...
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