HomeMy WebLinkAboutC-2139 - Cliff Haven Sanitary Sewer and Water Main - Phase I'At -its
Jill
.p
OFFICE OE THE CITY CLPRK
(714) 640-2251
June 8, 1981
Steve Richey Conpary
3700 Park L'mc
Newport Beach, California 92663
Subject: Surety : Surety Insuri- �e Cmlpm,y of Cal.-If'orrlia
Donis No. : 003043
Project : Cliff Mon Sanitary S°w.;r ,an d Nain
Contract No. : 2139
The City Cbu-ncil of My 11, 1981 Hc work ot szobj(.rt--
projec"'t and the City Clerlr, to file a of Q-.)T-'.plotion
and to Wease the hcjwts 35 days after Notice of CanpAction has bealn
filed.
Dbtice ! of (Y)Irplo.(--ion was Filed with the Orange County E cordctr or)
M y 18, 1981 in No. 14061, Paqc I806. notify your
surety waymanny t1rit the bords may, be releaced 35 days after the
date.
11�'4NW 1- ANDT11231 "P]
city (300",
cc": 11116lic
MY HYN 11oulewd, N(•opm 11mv?. Uklmmin HOW'
RfecpptNG
r�T �C� RETURN 't•0 ANOMgL 7osTfO
to nF P,E4'P0PT PEACH
10 22389
NO
NOTICE OF COMPLETION
�-RK 14 0C i P-C
1ECOR o 0 BMIA
OF Cd11N11. CAUWRINA
-122 PM MAY 18'81
PUBLIC WORKS EXEMPT
C12
To All Laborers and Material Men and to Every Other Person Interested:
YOU WII.,L PLEASE TAKE NOTICE that on February 12. 1981
the Public Works project consisting of Cliff Haven Sanitary Sewer and Water Main,
Phase I (C -2139)
on which Steve Richey Company, 3700 Park Lane, Newport Beach, CA 92663
was the contractor, and Surety Insurance Company of California
was the surer ,Oaaslo Trnleted.
I, the
' REC'i"`. C Y OF NEWPORT BFACH
2 1981
JUN Public Works Director
CI-N C'r
NEWPORT 3t
CwE /'V VERIFICATION
say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 12,, 1981 at Newport Beach, California.
Publi6 Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 11 1981 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 12, 1981 at Newport Beach, California.
A �-
City Clerk
CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
STEVE RICHEY CO.
3700 PARK
CERTIFICATE OF INSURANCE
INSURANCE
Company A
Letter
Comp
Let
Com
Let
Page 13
ERAGES
MARYLAND CASUALTY CO.
1NLlNPUtil tihAUH UA y)2 t,om
Lett
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
COMPANY
Policy
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence Aggregate
A
GENERAL LIABILITY
$] Comprehensive Form
7 Premises - Operations
GL0175
8456
/1/81
Bodily Injury
$
$
❑ Explosion & Collapse Hazard
Property Damge
$
$
K3 Underground Hazard
U Products /Completed - Operations
Hazard
Bodily Injury
C Contractual Insurance
X] Broad Form Property Damage
and Property
Damage Combined
$ 500
$ 500
)] Independent Contractors
kJ Personal Injury
Personal Injury
500
$ 500
❑ Marine
❑ Aviation
AUTOMOTIVE LIABILITY
A
U Comprehensive Form
NAM516
49506
5/1/81
Bodily Injury
(Each Person
$
Bodily Injury
Each Occurrence
Q Owned
❑ Hired
❑ Non -owned
$
\� \
Property Damage
$
Bodily Injury and
Property Damage
Combined
$ 500
EXCESS LIABILITY
❑ UnbrelIa Form
Other than Umbrella Form
Bodily Injury
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statutory
A
and
CS6112
Ea c
EMPLOYER'S LIABILITY
9981
5 1 81
UnI i mi teLAcc
ident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage .
shall provide 30 days' advance notice to the certificate holder by mail,
Attention: Public Works Department
H W RDAN. _ NC SERVICES, INC.
By Agency: 12/29/80
Authori R a es tive Date Issued
Description of operations /locations /venicles: All operations perTormea Tor the LAZY OT Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
CLIFF HAVEN SANITARY SEWER AND WATER 'MAIN, PHASE I CONTRACT NO. 2139
Project title and contract number
This certificate or verification of insurance is not an insurance policy ano does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
• ! Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability $
Property Damage Liability
(x ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
ch occurrence
$ each occurrence
500, 000.00 each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: CLIFF HAVEN SANITARY SPIER AND WATER. MAIN, PFLASE 1, Contract =2139
Project Title and Contract No.).
This endorsement is effective 12/29/80 at 12:01 A.M. and forms a part of
Policy No. NAM51649506
Named Insured" STEVE RICHEY CO Endorsement No. 1
H t OR ^N I U E SERVICES, It
Name of Insurance Company MARYLAND CASUALTY CO. By —IIK�
A or zed re en e
S
• Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(X) Single Limit
Bodily Injury Liability $ 500,000.00 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: CLIFF HAVEN SANITARY SEWER AND WATER MAIN, PHASE 1 Contract #`2139
Project Title and Contract No.
This endorsement is effective
Policy No. GE 01758456
12/29/80
Named Insured STEVE RICHEY OD.
at 12:01 A.M. and forms a part of
Name of Insurance Company MARYLAND CASUALTY CO.
__E1dorsement No.
VL ]a
• ,;�JAN � INSURAVtiWVICES, �
���,
*-P', ., • fig CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 AM
on the 13th . of November ,19 80, at which time such s
shall a opbened and read for
CLIFF HAVEN SANITARY SEWER AND WATER MAIN
Title of Project
2139
Contract No.
$36,000
Engineers Estimate
FO RN/
Approved by the City ouncil
this 27th day kf Oct. ,1980.
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For.further information, call Gilbert Wong at 640 -2281.
Project Engineer
�i
to
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
CLIFF HAVEN SANITARY SEWER AND WATER MAIN, PHASE I
2139
Contract No.
$36,000
Engineer's Estimate
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
Page 1
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete this Contract in
accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
2
3
1. Lump Sum Clearing and grubbing
Lump Sum
1
Each
@ Two thousand
Dollars
and
No Cents
Per Lump Sum
Soil cement backfill
@ Five thousand Dollars
and
No Cents
Per Lump Sum
Construct sewer manhole
$ 2,000.00 $ 2,000.00
$ 5,000.00 $ 5,DDD.DD
@ One thousand six hundred Dollars
and
No Cents $ 1,600.00 $1,600.00
Per Each
4. 236 Construct 8" diameter sewer main
Linear Feet
@ Thirty Dollars
and
No Cents $ 30.00 $7,080.00
Per Linear Foot
• Page 1 -a
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 2 Construct terminal cleanout
i
Each
n Fnur hundred 11
No
er EE
6. 6 Construct P.C.C. pipe anchors
Each
fA Three hundred
No
Do ars
and
Cents
Dollars
and
Cents
$ 400.00 $ 800.00
$ 300.00 $ 1,800.00
7.
1
Install manhole drop inlet
Each
@ Eighteen hundred
Dollars
and
No
Cents
$
1,800.00
$
1,800.00
Per Each
8.
327
Construct 6" diameter water main
Linear Feet
@ Thirty
Dollars
and
No
Cents
$
30.00
$
9,810.00
Per Linear Foot
9.
77
Remove and replace P.C.C. driveway
Square Feet
apron
@ Five
Dollars
and
5.00
385.00
No
Cents
$
$
Per Square Foot
10.
14
Remove and replace depressed P.C.C.
Linear Feet
curb
@ Twenty
Dollars
and
No
Cents
$
20.00
$
280.00
Per Linear Foot
11.
1
Remove 6" butterfly valve
Each
@ Four hundred
Dollars
and
No
Cents
$
400.00
$
400.00
Per Each
Page 1 -b
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
12.
11
Remove interfering portion of existing
Linear Feet
6" A.C.P.
@ Thirty Dollars
No Cents
$
30.00
$ 330.00
Per Linear Foot
13.
1
Remove and replace 6" butterfly valve
Each
@ Eight hundred Dollars
and
No Cents
$
800.00
$ 800.00
Per Each
14.
350
Linear Feet
Remove existing pavement and replace
with 6" A.C. on 12" C.A.B.
@ Three Dollars
and
No Cents
$
3.00
$ 1,050.00
Per Linear Foot
TOTAL BID PRICE WRITTEN IN WORDS
Thirty three thousand one hundred thirty five Dollars
and
No Cents $ 33,135.00
384002 A Steve Richey Co.
Contractor's Lic. No. & Classification Bidder
November 12, 1980 /S/ he L Rich�7
Date Authorized Signature
3700 Park Lane, Newport Beach, CA 963 -5357
Bidder's Address Bidder's Telephone No.
Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained 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 con-
tract. 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.
of the California Labor Code for all apprenticeable occupations.
384002 A Steve Richey Co.
Contr's Lic. No. & Classification Bidder n J
November 12, 1980 /S/ Step en L. Riche
Date Authorized Signature /Title
i*
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1. // Al G`
2
3
4
5
6
7
8
9
10
11
12
Steve Richey Co.
Bidder
/S/ Stev n L. Richey
Authorized Signature/Title
FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Stephen L. Richey DBA Steve Richey Co. , as bidder,
and Surety Insurance Company of California , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of Amount Bid
Not to exceed Four Thousand Six Hundred Dollars ($ 4,600.00 ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
CLIFF HAVEN SANITARY SEWER AND WATER MAIN, PHASE I 2139
Title of Project . Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 7th day
of November , 1980.
Steve Richey Co.
Bidder �¢--
(Attach acknowledgement of J��`L�rc�.,�
Attorney -in -Fact) J
/S /Stephen L. Richey
/S /Patricia Amiel, Notary Public Authorized Signature /Title
Commission expires, May 18, 1984
Surety Insurance Company of California
Surety
By _/S /Johnny M. Watson
Title Attorney -in -Fact
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, 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 arrange-
ment or agreement 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 agreement 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever 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.
Steve Richey, Co.
Bidder
/S/ 1t4en L. Richey
Authorized Signature /Title
Subscribed and sworn to before me
this 12th day of November ,
1980 .
My commission expires:
September 11, 1981 /S/ Jean F. Kingsley
Notary Public
FOR WI*L SEE CITY CLERK'S FILE COPY is Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Steve Richey, Co.
Bidder
Q z
/S/ St hen L. Ric4y
—
Authorized Signature it`Te
f 0
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Page 7
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
Steve Richey, Co.
Bidder
/S/ *StehenL. RichAy
ut orized Signature /Title
NOTICE
49 Page 8
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted December 22, 1980
DBA
has awarded to teve ic�i
L ey Co.
hereinafter designated as the "Principal ", a contract for CLIFF HAVEN SANITARY SEWER
AND WATER MAIN, PHASE I CONTRACT NO. 2139
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, Si"EE ti. fV=11 \I! VIIti I RIQWI
as Surety, are held firmly bound unto the City of Newport Beach., in the sum of
Dollars ($ ),
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
' Page 10
Payment Bond (Continued)
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 29th day of D , 19—a(L-_.
Approved as to form:
Lsf 2 ---
City tto ney
STEPHEN L. RICKY DBA
STEYE YT/ C/ -ItY 6"'o (seal)
Name of Contractor Principal
uth ized Signature and le
'
Authorized SignaturLs and Tit e
Name of Surety
Telephone No. of Agent
lb
t
STATE OF CALIFORNIA
COUNTY OF ORANGE
On this ........................ 2fith__ .......... .......... day of.................... ... DECEMME . .......... .............................. . 19.RQ. ........... .., before me
personallycame. .... _ ................................... MADEL�F.INE C.E NTl? Y.............. ........... ...... ............................ ..... ....... .................. ............... -.....
to be known, who being by me duly sworn, did depose and say: that he is Attorney -in -Fact of
Surety Insurance Company of California, the Corporation described in and which executed the
foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by authority granted to him in accor-
dance with the By -Laws of the said Corporation, and that he signed his name thereto 'ke
authority.
OFFICIAL SEAL _
Notary Puulic-CalitorOia
PATRICIA AMIEL .
ORANGE COUNTY
............. ............... .
'
My COMMISSIon Expires May 18, 1984 (Notary Public)
5100 -02
Surety Jnsurance Company of California
,MEW MUMV
'The Dollars and Sense Surety "
Box 2430
IA Habra, California 90631
HOME OFFICE IN LA HABRA, CALIFORNIA
CERTIFIED COPY OF POWER OF ATTORNEY
No........ 00.5 . ....... .........
✓Lnow all men ly t4ese Presents: That Surety Insurance Company of California, a California Corporation, hav-
ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws
which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit:
"Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize
them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ-
ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the
authority given to them."
Has made, constituted and appointed and by these presents does make, constitute and appoint
.............................MA de.1aine...G.en t. ry....... .............................of ..............La-Habra,..-California ..................................... _ ...
its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as
its act and deed, all of the following classes of documents, to wit:
Indemnity, Surety and Undertakings that may be desired by contract, or may be
given in any action or proceeding in any court of law or equity; policies indemnifying
employers against loss or damage caused by the misconduct of their employees, official
surety and fidelity bonds.
THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK-
ING EXECUTED PRIOR TO DECEMBER 31, 1980.
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected officers of the Company at its office in La Habra, California in their own proper persons.
IN WITNESS WHEREOF. Surety Insurance Company of California has caused these presents to be signed by its duly
authorized officer, and its corporate seal to be hereunto affixed this ........18th day of ........... .D.ecember........ 19...79....
SURETY INSURANCE COMPANY OF CALIFORNIA
By........... ,.+�.� ..................
john F. Merrill
President
STATE OF CALIFORNIA
SS:
COUNTY OF ORANGE
18t December 79
On this.......... y of ....................... ...........................A.D, 19............, before the subscribes a Notary Public of the State of
California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY
INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and
who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn,
deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru-
ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed
and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section
7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the
day and year first above written.
7arol 1. Cu5 / Notary Public
CERTIFICATION
I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that
the Power of Attorney remains in full force and effect, and has not ben revoked; and furthermore that Article IV, Section
7(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate sea] of the said Company
this29tll..day of.......... D,.,. �' .....,.B.ER .................... 19.8Q.......
(SEAL) ..
.
..'-P-�rr
......... ..... ...� .. ..... ............................... .....
Secretary
560-05-04 (Rev. 4160)
Page 11
BCND N0. 008045
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted December 22- 1 ADO, DBA
has awarded to teS ve RiNeylCoo..
hereinafter designated as the "Principal ", a contract for CLIFF HAVEN SANITARY SEWER
NOW,
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, SPEMM L. RICHEY DBA STI,S7E RICKY 00.
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
ftp
ollars
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
t
Page 12
Faithful Performance Bond (Continued)
of any such change, extension of time, alterat s or additions to the terms of the
cifics V.
contract or to the work or to the spe
1.
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 29th day of DECEMBER , 19 80
Approved as to form: /1
City Attordey
STEPHEN L. RIQ�Y DBA
�/EVrf c HESS ---3 (Seal )
Name of Contractor (Principal)
Authoff
2ed Signature and Tit
Authorized Signature and Title
bill
Name of Surety
sognatbr2-aad -n tie
Madeleine Gentry
Address of Agent
Telephone No. of Agent
STATE OF CALIFORNIA
COUNTY OF ORANGE
Onthis......................... 26.th. - .................... day of ....................... _ DEER......................................... 19._BQ ........... ., before me
personally came ...... .......... ......_........... MADtJxuvr; UUV.LM
........._
._.- ............................................................................ ......................_........
to be known, who being by me duly sworn, did depose and say: that he is Attorney -in -Fact of
Surety Insurance Company of California, the Corporation described in and which executed the
foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by authority granted to him in accor-
dance with the By -Laws of the said Corporation, and that he signed his name thereto by like
authority.
OFFICIAL SEAL
Notery PuOGcCalita[nia
190 PATRICIA AMIEL
ORANGE COUNTY
MY Commission ExpNes May 18. 1986
5100 -02
(Notary Public)
JVSurety A.4urance Company o f Catilornia
'The Dollar and Sense Surety"
Box 2430
La Habra, California 90631
HOME OFFICE IN LA HABRA, CALIFORNIA
CERTIFIED COPY OF POWER OF ATTORNEY
No....... 300 5.......... ................
Jlnow all men 6y Aese Presenlsf That Surety Insurance Company of California, a California Corporation, hav-
ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws
which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit:
"Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize
them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ-
ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the
authority given to them."
Has made, constituted and appointed and by these presents does make, constitute and appoint
.............. ............... M.ad.e.lain.e ... Gentry ............................ ........ of............... La..HabXa,... Cal. ifo. rnia........... ...............................
its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as
its act and deed, all of the following classes of documents, to wit:
Indemnity, Surety and Undertakings that may be desired by contract, or may be
given in any action or proceeding in any court of law or equity; policies indemnifying
employers against loss or damage caused by the misconduct of their employees, official
surety and fidelity bonds.
THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK-
ING EXECUTED PRIOR TO DECEMBER. 31. 1980.
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected officers of the Company at its office in La Habra, California in their own proper persons.
IN WITNESS WHEREOF. Surety Insurance Company of California has caused these presents to be signed by its duly
authorized officer, and its corporate seal to be hercwRo affixed this ....... 18th.......... day of............D...e..c Emb2 ;......... 19...79....
SURETY INSURANCE COMPANY OF CALIFORNIA
BY. ..........ic ...................
John F. Merrill
President
STATE OF CALIFORNIA
SS:
COUNTY OF ORANGE
18t December 79
On this.......... y of .................. .. ...........................A.D. 19............, before the subscriber, a Notary Public of the State of
California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY
INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and
who executed the preceding instrument, and he acknowledged the execution of the Same. and being by me duly sworn,
deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru-
ment is the Corporate Sea] of said Company, and the said Corporate Seal and his signature as officer were duly affixed
and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article TV, Section
7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the
day and year first above written.
Carolvaf J. M4f6us / Notary Public
CERTIFICATION
I, the undersigned,. certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that
the Power of Attorney remains in full force and effect, and has not ben revoked; and furthermore that Article IV, Section
7(b) By -Laws o"aid company as set forth in said Power of Attorney, are now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company
this9..l.day oi.......... DEER .................... 19..8...... .... ^�!"[
(SEAL) ...... ...� ................... _......... .....
Secretary
560-03-04 (Rev. 4180)
Ap
n Page 16
CONTRACT
THIS AGREEMENT, entered into this �ay of�, 1919 �,
by and between the CITY OF NEWPORT BEACH, hereinafter "C' and
Steve Riche Co. hereinafter "Co ractor," ma a wit
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
SANITARY SEWER AND.WATER MAIN PHASE I 2139
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
2139
Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work. as prescribed above, City shall pay to Contractor the sum of Thirt -thre
-f' ($ 33 135 00.
This compensation includes any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
NInstruction to Bidders and documents referenced therein
Payment Bond
(d) Faithful Performance Bond
e) Certificate of Insurance and endorsement(s)
r
W Page 17
(f) Plans and Special Provisions for CLIFF HAVEN SANITARY
SEWER AND WATER MAIN PHASE I 2M
Title o Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
06,121 7% 1 M
dMM
APPROVED AS TO FORM:
i ,
CITY OF NEWPORT BEACH
RMO
CITY
S %AYE zPiclo c r ra
Contractor
/�
By oC `� D . A! �..,
Its
By
Its
CONTRACTOR
r v..
�Gv-
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CLIFF HAVEN SANITARY SEWER AND WATER MAIN, PHASE I
CONTRACT NO. 2139
INDEX
TO SPECIAL PROVISIONS
Section
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 . . . . . . . . . . . .
. . . 2
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . .
. . . . . 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . .
. . . . . 3
IX.
SURFACE RUNOFF WATER CONTROL . . . . . . . . . . .
. . . . . 3
X.
PERMITS AND BONDS. . . . . . . . . . . . . . .
. . . . . 3
XI.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . .
. . . . . 4
A. Sewer Main . . . . . . . . . . . . . . . . . .
. . . . . 4
1. Polyvinyl Chloride (PVC) . . . . .
. . . . . 4
2. Fiberglass Composite Pipe (RPM) . . . . . .
. . . . . 4
B. Water Main . . . . . . . . . . . . . . . . . .
. . . . . 5
1. Polyvinyl Chloride (PVC) . . . . . . . . .
. . . . . 5
2. Ductile Iron (DIP) . . . . . . . . . . . .
. . . . . 5
0
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
' SP of
CLIFF HAVEN SANITARY SEWER AND WATER MAIN, PHASE I
CONTRACT NO. 2139
I. SCOPE OF WORK AND CONTRACT AWARD
The work to be done under this contract consists of constructing in place sewer
and water mains, sewer manhole, pipe anchors, and other incidental items of work
as shown on the plans.
The Contractor shall have the right to select either alternative specified and
shall use the selected material homogeneously for the entire project.
The contract requires the completion of all the work in accordance with these
Special Provisions, the Plans (Drawing No. S- 5089 -S), the City's Standard
Special Provisions and Standard Drawings, 1980 Edition, and the Standard
Specifications for Public Works Construction, 1979 Edition, including supple-
ments to date. Copies of the Standard Specifications may be purchased from
Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034,
telephone (213) 870 -9871. A copy of the Standard 5 ec Provisions and Standard
Drawings may be purchased at the Engineer's office for 5.
II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK
All work under this contract shall be completed by January 30, 1981, or within
thirty (30) consecutive calendar days after the start of work, whichever comes
first. A complete schedule showing the Contractor's proposed plan of construc-
tion, 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 alter-
ing the previously approved schedule.
The Contractor's schedule shall consider the phasing of water pipeline construc-
tion, testing, disinfection, and connection to the existing system. The Contrac-
tor 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 hydrostatic test and has been
disinfected.
Hydrostatic pressure testing will be permitted against new valves.
Any temporary bulkheads for thrust resistance will be the responsi-
bility of the Contractor.
• SP2of5
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 re-
quiring a long shutdown 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, Mr. Gil Gomez,
(714) 640 -2221, at least 48 hours in advance of the need to shut down or con-
nect to any existing water mains. No shutdown 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 addi-
tional 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 defects
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 resi-
dences 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.
The City has available for temporary use 1" thick, 4' x 8' and 5' x 10' steel
plates. These plates may be borrowed free of charge from the City's Corporation
Yard at 592 Superior Avenue, Newport Beach.
VI. CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the Engineer.
VII.
VIII
49
NOTICES TO RESIDENTS
SP 3 of 5
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 dis-
tribute 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 or sewer 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 explana-
tory letter prepared by the Engineer.
WATER
The Contractor shall make provisions fo
to perform his work. If the Contractor
it shall be his responsibility to make
Utilities Superintendent, Mr. Gil Gomez
IX. SURFACE RUNOFF WATER CONTROL
r obtaining and applying water necessary
elects to use City water free of charge,
arrangements by contacting the City's
at (714) 640 -2221.
Surface water containing mud, silt or other deleterious material from the proj-
ect shall be treated by filtration or retention in a settling basin or basins,
sufficient to prevent such waters from entering storm drains or the bay. The
Contractor shall submit a plan for implementing siltation control concurrently
to the City and to the California Regional Water Quality Control Board, Santa
Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, tele-
phone (714) 684 -9330, Mr. John Zasadzinski), prior to commencing construction.
Upon approval of the plan by the City and the Board, the Contractor shall be
responsible for the implementation and maintenance of the control facilities.
The Contractor's attention is called to Subsection 7 -8.1 and 7 -8.6 of the
Standard Specifications as regards project site maintenance.
X. PERMITS AND BONDS
The Contractor shall obtain the following permits or bonds prior to any con-
struction:
1. Permit to perform excavation or trench work from the Division of
Industrial Safety, State of California. All cost of complying with
the provisions of the permit shall be at the Contractor's expense.
Permit to dispose of demolition at any sanitary landfill site in
Orange County from the City's Public Works Department at no charge.
The Contractor shall furnish all fees, bonds, etc., as stated in the
attached State's Encroachment Permit.
' SP4of 5
The City has obtained the following approvals and permits which are available
for inspection at the Public Works Department:
1. Project approval: California Regional Water Quality Control Board- -
Santa Ana Region.
2. Permit: California Coastal Commission, South Coast Regional Com-
mission.
3. Permit: California Department of Transportation Encroachment Permit.
XI. CONSTRUCTION DETAILS
A. Sewer Main
1. Polyvinyl Chloride (PVC)
a. Pipe and Fittings
Sewer main and fittings shall be Polyvinyl Chloride (PVC) SDR 35
and shall conform to the requirements of ASTM D1784 and 3034.
The PVC pipe shall have a nominal diameter of eight inches (8 ")
and shall have integral bell and spigot connections with elasto-
meric gaskets.
b. Manhole Connections
Manhole connections shall be water tight. Approved methods for
connection can be made as follows:
(1) Manhole couplings providing elastomeric gasket seal. Unit
is grouted into manhole wall. Pipe inserts into coupling.
(2) Waterstop in various forms (e.g. flexible boot or sleeve,
0 -ring or gasket) produced from elastomeric compound is
grouted or locked into manhole wall. Pipe inserts into
waterstop.
(3) Grouted connections directly to PVC pipe may be effective
if the pipe at the connection is first softened with solvent
and covered with sand.
2. Fiberglass Composite Pipe (RPM)
a. Pipe and Fittings
Sewer main and fittings shall be filament- wound, glass fiber re-
inforced thermosetting resin pipe with thermoplastic resin liner
(RTRP).
Fiberglass pipe shall be produced from Type I, Grade 1, Class HZ5001
material in accordance with ASTM D 2996 and shall be "Permastran" as
manufactured by Johns - Manville or approved equal. The RTRP shall
have a nominal diameter of eight inches (8 ") and shall have integral
bell and spigot connections with elastomeric gaskets.
SP 5 of 5
All pipe displaying evidence of separation between the PVC core and
the fiberglass epoxy overwrap shall be sufficient cause for rejec-
tion of the pipe. All pipe, fittings, and connections shall not
fail when subjected to tests outlined in AWWA C 900.
b. Manhole Connections (See "CONSTRUCTION DETAILS" XI- A -1 -b).
B. Water Main
Polyvinyl Chloride (PVC)
a. Pipe and Fittings
Water pipe and fittings shall be Polyvinyl Chloride (PVC) 1120,
SDR -26 and shall conform to the requirements of AWWA C 900 and
ASTM 2241. The PVC pipe shall have a nominal diameter of six inches
(61 and shall have integral bell and spigot connections with elas-
tomeric gasket.
2. Ductile Iron (DIP)
a. Pipe and Fittings
Water pipe and fittings shall be Ductile Iron, Class 50 and shall
have a nominal diameter of six inches (6 "). Pipe joints shall be
rubber gasket push -on joint such as Tyton Joints manufactured by
United States Pipe and Foundry Company.
b. Encasement
Ductile iron pipe shall be encased in min. 8 -mil. polyethylene.
?l- :?A ",� RETURN TV
r•i' f" P!E,?, 'CPT DEACH
rn
„ i.4
NOTTCF. OF COMPLETION
PUBLIC WORKS
I o All Laborers and T.iaterial 1`- -ten and to Every Other Person Interested:
the
YOU WILL PLEASE TAKE NOTICE that on February 12. 1981
Public Works project consisting of Cliff Havel Sanitary Sewer and Water Main,
Phase I (C -2139)
on which Steve Richey Company, 3700 Park Lane, Newport Beach, CA 92663
was the contractor, and Surety Insurance Company of California
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 12, 1981 at Newport Beach, California.
V E RI FI
I, the undersigned, say:
Public Works Director
TION OF CITY CLERK
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 11 1 981 accepted the above described work as
completed and or'ere d that a Notice of Completion be filed.
I declare c.. _r penalty of perjury that the foregoing is true and correct.
Execute;- :ay 12, 1981
at Newport Beach, California.
City Clerk
•
IL
M,.. ..
FROM: Public Works Department
•
May 11, 1981
CITY COUNCIL AGENDA
ITEM NO. F.3
SUBJECT: ACCEPTANCE OF CLIFF HAVEN SANITARY SEWER AND WATER MAIN, PHASE I
(C -2139)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the Cliff Haven Sewer and Water
Main, Phase I, has been completed to the satisfaction of the Public Works
Department.
The bid price was. $33,135.00
Amount of unit price items.constructed 34,470.00
Amount of change orders 9,783.90
Total contract cost $44,253.90
Funds were budgeted in the General and Water.Funds.
During construction, it was determined that the water main should be
extended approximately 35 feet westerly to avoid an existing Edison conduit at
the original connection point. This was the primary cause for the increase in
the amount of the unit price items constructed.
Immediately after starting.excavation in the Coast Highway,.a large
mass of concrete was encountered in the trench. In order to remove sufficient
concrete to lay the water and sewer mains, it was necessary to use a large
hydraulic breaker in addition to the backhoe digging the trench. (Local resi-
dents indicated that the concrete was the remains of a World War II coastal
defense bunker.) Change orders totaling $8,531.13 were issued to cover the
removals. Also encountered was an unknown 10 -inch steel pipe in direct line
with the new water main. A change order in the amount of $206.22 was issued
to cover the removal of portions of this pipe.
At both the original and revised water connection points, extensive
hand digging was required to locate and determine the extent of the existing
power, telephone, and sewer facilities. Change orders totaling,$1,046.55 were
issued to cover this work.
May 11, 1981
Subject: Acceptance of Cliff Haven Sanitary Sewer and Water Main, Phase I
(C -2139)
Page 2
The design engineering was performed by the Public Works Department.
The contractor is Steve Richey CD..Df Newport Beach.
The contract date of completion was January 30, 1981. The contractor,
delayed by the extra work, completed all work by February T2, 1981
4
Benjamin B. Nolan
Public Works Director
GPD:jd
6 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Jan 19, 1981
I•..' TO: FINANCE DIRECTOR
FROM: City Clerk
SUBJECT: Contract No. C -2139
Description of Contract Cliff Haven Sanitary Sewer and
Water Main, Phase I
Effective date of Contract December 22, 1980
Authorized by Resolution No.9951 , adopted on Dec 22, 1981
Contract with Steve Richey Co.
Adr.ess 3700 Park Iane,Newport Beach, CA 92663
Amount of Contract $36,000.
Wanda E. E. Andersen
City Clerk
WEA:bf
City Hall • 3300 Newport Boulc%,ard, Newport Beach, California 92663
• 9
CITY OF NEWPORT BEACH
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract NoC -2139
OFFICE OF THE CITY CLERK
(714) 640 -2251
Date January 15, 1981
Project Cliff Haven Sanitary Sewer and Water Main, Phase I
Attached is signed copy of subject contract for transmittal
to the contractor.
Contractor: Steve Richey Co.
Address: 3700 Park Lane
Amount: $ 36
Effective Date: December 22, 1981
Resolution No.
Attachment
cc: Finance Department
Beach, CA 92663
l'Z�L4J <Z'�LC.i f�
Wanda Andersen
Cite Ilall • 3300 INcwport Boidexard, INewl)ort Beach, California 92663
c ; 2 > 1,9 go
TO: CITY COUNCIL
By the CifY COUiVC.IL
CITY OF MWOPTMAGI -Works Department
»ber 22, 1980
CITY COUNCIL AGENDA
ITEM NO. /� -,)CA )
SUBJECT: SEWER MAIN REPLACEMENT PROGRAM AND WATER MAIN REPLACEMENT PROGRAM
(CLIFF HAVEN SANITARY SEWER AND WATER MAIN, PHASE I, C -2139)
RECOMMENDATIONS:
Adopt a resolution awarding Contract No. 2139 to Steve Richey Co. in
the amount of $33,135, and authorizing the Mayor and the City Clerk
to execute the contract.
DISCUSSION:
At 10:30 A.M. on November 13, 1980, the City Clerk opened and read the
following bids for this project:
Bidder Amount
1. Steve Richey Co. $33,135.00
2. Byron L. Crume Inc. $35,963.00
3. Changing Times Enterprises Inc. $37,353.00
4. Noveco Inc. $39,771.52
5. John T. Malloy Inc. $44,219.00
6. E. A. Reed Construction Co. $49,940.00
7. G. R. McKervey Inc. $58,120.00
The low bid was 8.0% lower than the Engineer's estimate of $36,000.
Sufficient funds are available in the current sewer main replacement program,
Account No. 02- 5580 -102, and water main replacement program, Account No. 50-
9297 -001.
The project provides for the construction of 330 feet of 6 -inch-
diameter water main in Coast Highway, and approximately 250 lineal feet of 8-
inch- diameter sewer main along Cliff Haven bluffs, parallel to and between
Kings Road and Pacific Coast Highway (see attached exhibit). The new sewer main
will bypass a section of deteriorated and substandard sewer main where blockage
occurs frequently. The connection between two existing water mains will increase
the reliability of fire and domestic water service along Pacific Coast Highway.
The plans and specifications were prepared by the Public Works Depart-
ment. The Coastal Zone Permit was approved December 8, 1980.
Steve Richey Co. has successfully completed similar work for the City
in the past.
The estimated date of completion is January 30, 1981.
Ben amin B. Nolan �Z�4
Public Works Director
GW:jd
Att.
Ic
W
h
W
h
h
O,
l
Bur E/ec. ci
Ex Curb .
6' "Wafer
"24 Sft✓�"
� � O
h .
WEST,
a
Roq D
G
��WE4 E.9SEMEN� (/�•
47/::
6
i
EASEME �'? y u
� P.QOP B PVC. SESVb.e
I EX• 6'Wdf� -�
P,20o0.9E0S.M.H,1 6..WOreR
al=
COAST HWY.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CLIFF HAVEN SANITARY SEWER
AND WATER MAIN PHASE I
Pryr��Ca.h
V3
'�
a Wh
SCALF I"=40'
DRAWN iG DATE 3/5/80
PUBLIC WORKS
DRAWING NO. EXNIBf T
#Qs
RESOLUTION NO.
N
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO THE
STEVE RICHEY COMPANY IN CONNECTION WITH THE
SEWER MAIN AND WATER MAIN AND WATER MAIN
REPLACEMENT PROGRAM (CLIFF HAVEN SANITARY
SEWER AND WATER MAIN, PHASE I - C -2139)
WHEREAS, pursuant to the notice inviting bids for work
in connection with the sewer main replacement and water main
replacement programs (Cliff Haven sanitary sewer and water main,
Phase I), in connection with the plans and specifications
heretofore adopted, bids were received on the 13th day of
November, 1980, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is the STEVE RICHEY COMPANY,
NOW, THERFORE, BE IT RESOLVED by the City Council of the
City of Newport Beach that the bid of STEVE RICHEY COMPANY in the
amount of $33.135.00 be accepted, and that the contract for the
described work be awarded to said bidder; and
BE IT FURTHER RESOLVED that the Mayor and City Clerk are
hereby authorized and directed to execute a contract in accor-
dance 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 22nd day of December, 1980.
r
ATTEST:
kv
City Clerk 121680