Loading...
HomeMy WebLinkAboutC-2157 - Jasmine Creek Storm Drain ImprovementOctober 16, 1980 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 John. T. Malloy 606 N. Larchmont Los Angeles, CA 90004 Subject: Surety: Ohio Casualty Insurance Company Bond No.: 2- 142 -729 . Project: :.jasmine Creek Storm Drain Inlet Contract No.: 7 = The City Council on September 8,1980 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on September 25, 1980 in Book No. 13759, Page 1588. Please notify your surety company that the bond may be released 35 days after recording date. DORIS GEORGE City Clerk DG:bf cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach', California 9260 I .�`EQUESikk.;+y geT(JPN To CITY F NE • � BK 1 3 7 5 CITY OF N� b ^IF,C,T CFp,rII 3 6 410 ti 9 PG 1588 3300 PdEWr ORT BOIL; I-VP,RO NEWPORT PEACH, CA!-IF. 92063 EX-Efv ^PT ^C 2 OFflCl/IL RECORDS Rgs9P.A €D IN OAUFORNIA NOTICE, OF COMPLETION OF i1R�N4E CoutVN, SP Min, f±M.SEP 25190 PUBLIC WORKS W+s kxordp LEE A, PANC.N, Caun�� 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 15, 1980 _ the Public Works project consisting of Jasmine Creek Storm Drain Inlet _(C -2157 on which John T. Malloy was the contractor, and Ohio Casualty Insurance Company was the surety, was completed. VERIFICATION I, the undersigned, say: CIT OF NEWPORT BFAG H _ PublicKVorks 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 September 9, 1980 at Newport Beach, California. )Z4 Public orks 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 September 8, 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 September 9, 1980 at Newport IBeach, California. r: City Clerk 1 OC�T 1 � s �s Q� ti,oRry of 9 OCT I OLERK • September 9, 1980 0 CITY OF NEWPORT BEACH OFFICE OF THE CI" URn (714) 640-2251 4, Iee A. Branch County Famrder P. O. Box 238 Santa Ana, California 92702 a Dear Mr.. Branch: Attached for recordation is Notice of Conpletim of Public Works project consisting of Jasmine Creek Storm Drian inlet.. Contract No. 2157 on which John T. Malloy was the Contractor and Ohio Casualty Insurance company was the Surety. Please record and return to us. wry truly 'i" T:" Doris George City Clerk City of Newport Beach DG.bf encl. mm 4e City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 0 SEP 8 1980 By " CITY COUNCIL CITY OF KIAiCH TO: CITY COUNCIL FROM: Public Works Department 0 September 8, 1980 CITY COUNCIL AGENDA ITEM NO. H - i a SUBJECT: ACCEPTANCE OF JASMINE CREEK STORM DRAIN INLET (C -2157) 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 Jasmine Creek storm drain and inlet structure has been completed to the satisfaction of the Public Works Department. The bid price was $28,546.00 Amount of unit price items constructed 28,546.00 Amount of change orders None Total contract cost 28,546.00 Funds were budgeted in the General Fund. The design engineering was performed by Alderman, Swift and Lewis, Consulting Engineers of Santa Ana. The contractor is John T. Malloy of Los Angeles, California. The contract date of completion was September 7, 1980. The work was completed on August 15, 1980. Benjamin B. Nolan Public Works Director GPD:jd �EW?oR CITY OF NEWPORT BEACH g Date July 1. 1980 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2157 Project Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Jdu1 T. Malloy 606 N. Lardumnt, los Angeles, CA 90004 Address: Amount: $ 28;546.00 Effective Date: July it 1980 Resolution No. 9800 A�Di Geo e Att. cc: Finance Department i City _Ball 3300 Newport Boulevard, Newport Beach, California 92663 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR JASMINE CREEK STORM DRAIN IMPROVEMENTS Approved by the City Council this 12th day of May 1980 City Clerk INLET STRUCTURE AND 128 LF OF 48" RCP 1979-80 CONTRACT NO. C -2157 SUBMITTED BY: CITY CLERK JOHN T. MALLOY Contractor 606 N. Larchmont ddress Los Angeles, CA 90004. City Phhone W) 464 -2705 ! ota Bid Price _ 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 30th day of —May`— , 1930, at which time they will be opened and read, for performing work as fo to— was -- JASMINE CREEK STORM DRAIN INLET AND 128 LINEAL FEET OF 48" RCP CONTRACT NO. 2157 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 Secretar or Assistant Secretary are required an t e CCOrrporate Seal sha be of fixed to al ocuments requiring signatures. In the case of a >s tn arership, 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.) I 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by t e ou ern a i ornia ap ers 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 F z ':' ;; -- i i 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 A Accompanying this proposal is (Cash�T&Rfied Check, Cashier'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. f 213) 464 - 2705. one u Per T MALLOY Bi, er s Name (SEAL) AuNtT_Mallov ut orize Signature QaT• IKA&ffw uthorized 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: i . , ' h _ u� �� i' �'�: :.' . ... k..,'. �. ... .. _. �;'<:. _{_:� ; 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. Structure R. Loh way 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. JOHN T. MALLOY Bidder's S /John T. Malloy g� ' / !4 uuthorize SS (ignature Individual Type of Organization (Individual, Co- partnership or Corp.) 606. N. Larchmont Los Angeles, CA 90004 ME FOR ORIGINAL JJ CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL I;NOW ALL MLN 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 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 JASMINE CREEK STORM DRAIN IMPROVEMENTS,'CONTRACT NO. C21.57 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 .30th day of MAY , 1980 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact JOHN T. MALLOY Principal S John T. M ll.o. OHIO CASUALTY INSURANCE COMPANY Surety By S /William C. Van Roov, Attorney in Fact Title Attorney -in -Fact _ ......... T _ '_ Page -5 z E NQN- 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 prohibitor 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 on 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. . S /John T. Mal t oy My commission expires: April 19, 1962 :S/Patricia Haran Notary Puhl ic L_.°L" 'Y i�mi`m��� " -x±ta Y`.i�..iyh. ate.. ..� �_ I t . 0 FOR ORIGINAL SEE CITYJERK'S FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk /John T. Malloy uV( I , Signed :..:..{ � ,. s �' ..G K :..._ s� ' e.'.: 4 TECHNICAL_,ABILITY AND EXPERIENCE REFERENCES I 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 Newport Beach e-:.. ,� ..... � n.:.. -. WHEREAS, the City Council.of the Ci motion adopted. Beach, State of California, by has awarded to aim T. allor hereinafter designated as the "Principal", a contract for Jamd a Crank Storm Pra1a Impnhounts inlet struetm+a and 128 Li of 48" RCP - Contract No. C -2157 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 M T. M LLRIY as Principal, and dp1! aatilalTr Irate mwa�rr as Surety, are held firmly bound unto the City of Newport Beach, in the sum of liars ($.w,lY;,�), 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 k e Page 9 (Labor and Material 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 J90rument has been du xecuted by the PrinciPQ and Surety above named, on the day of 19 Approved as to form: Ci ty Attorney JW T. NALLOT (Seal) Name of Contractor Principal �m 7: Authorized Signature and Title Authorized Signature and Title ,OHIO CAWLTI IN Utl M OWAIN (Seal) Nam . UN* MAY VILiAU STATION NOM NKL1 WMe G "69S ,O3t N. ,O#ANO SLYO. � �IIO�Er -,tJl 112O+� Address of gent (ltli too -4�tO Telephone No. of Agent � \� \ \ ! }� \: !% m\ \ « c o / E# }' }' � iij:� CL }2 { 7 I & > E ° ; N 7 } \ r -,: .•1 — , . ®� \ECL { x/00 � o r IS | CL / }� � \� \ \ ! }� \: !% m\ \ « c o / E# }' }' � iij:� CL }2 /)(}! N §} \ r -,: .•1 — x/00 / CL � \� \ \ ! }� \: !% m\ \ « c o / E# }' }' � iij:� �� N ' � N $ #| : \00 : C} « / ( \ 0 o / \ | \ &} \ r 0 ?j { CL § § > \ a 4 Q 0 \ w e 0 � 2 \ / / n @ \ @ ) * \ � § > \ a 4 Q 0 \ w e 0 � 2 \ / / n @ \ @ ) * \ � Page 10 PERFORMANCE BOND V10108 �1j.eo KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Jma it, low has awarded to Y. IMlley hereinafter designated as the "Principal ", a contract for Jamirs Crack Stem Drain Wpnmm to laltt atraetM OW ltd Li of W RCP - CoatM4 aka. WIV 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, JINN T, iMLLOT as Principal, and IIMNMAIMt iMMM'A11r as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TVUN ftVWV IMPOL40 V1M9.0ItIMLl14W"_ 144 4V1 Dollars ($14 *1W 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 Page 11 (Performance Bond - Continued) of any such change, extension of time alt— 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 13T0 day of .igg 1980 Approved as to form: ity Attorney — "M T. MAIAN (Seal) Name of Contractor Principal) Authorized Signature and 11itle Authorized Signature and Title OHIO CASUALTY INSURANCE COWANY (Seal ) Name of Surety !. 0. BOX 069, VALLEY YILLAU 3TATIM Nam MauvwMlB_ e. atteL 431 N. BLAND BLVD. , OLEMAI.E, CA 91203 Address of Agent (213) RW4310 Telephone No. of Agent 0 3 G CL o °$n3 ° ° OC > n 0 o n: n i Z ° 3 09 .E^e o 0 O -j m 3 cr J, '4 J "C pr V �.......n 7 3 7.0. 0. b u TI n , 0 CL m ic .40 a S °' m x oyN: a7 IQ.O W'm A O M : NAAZ H: J °F.m ° .... w ro a m o a n r: n ° $ go a C o 3 O O w ° G. :L 30 0O on S7 to n O m m 7 n A 7 T D o ❑. o : po nn m :. o c $ n� T S 00 Q CL n A TO a" e . n a ?J d a O a �l a n 1 x tr Page 12 CONTRACT THIS AGREEMENT, made and entered intois day of 19 by and between the CITY OF NEWPORT BEACH, California, herein a er 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 Jasmine Creek Storm Drain Improvements Inlet Structure and 128 LF of 48" RCP Contract No. C -2157 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 pe6ldflem wages for each craft or type of workman needed to execute the contract and a.iedule containing such information is included in the Notice Inviting Bids and isincorporated 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 ATTEST: ' 1 City C er :, 1 �6ftA) T /)tq LLd}� Contractor Q/� ®®(SEAL) By: Qa& T I MAr-1 By: Approved as to form: T City Attorney Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JASMINE CREEK STORM DRAIN IMPROVEMENTS INLET STRUCTURE AND 128 LF OF 48" RCP 1979-80 CONTRACT NO. C-2157 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West 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 proposes to furnish all materials and do all the work required to com- plete Contract No.0 -2157 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1' Clearing and grubbing includ- ing removals as required. 2. @ Eight Hundred Dollars and no Cents $800 no $son_no Per Lineal Foot 127 Install 48" R.C.P. 1500-D Lineal Feet as shown on plans. Unit price includes excavation, bedding, pipe, backfill, earth work as shown on construction drawaings and replacement in kind of existing improvements as required. @ Ninety Eight Dollars and no Cents $ 98.00 $12,446.00 per Lineal Foot • • PR 2 of 2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Trench Shoring Lump -Sum. @ Three Hundred Dollars and no Cents $ 300.00 $ 300.00 Lump Sum 4. 1 Construct Junction Structure Each No. 1 per City of Newport Beach Std - 310 -L. @ Two Thousand Dollars and no Cents $2,000.00 $ 2,000.00 Each 5. Construct Concrete Encasement Lump Sum as shown on plans @ Five Hundred Dollars and no Cents $ 500.00 $ 500.00 Lump Sum 6. Construct Concrete Inlet Structure Lump Sum as shown on plans Hundred @ Twelve Thousand Five/ Dollars and no Cents $i?,rnn on $ 12,Snn_nn Lump Sum Total Price Written: Twenty -Eight Thousand Five Hundred Forty -Six Dollars no and Cents $ 28,546.00 Contractor's License No. 282226 JOHN T. MALLOY Date 5 -30 -80 Bidder's Address Bidder's Telephone No Bidder's Name S /John.T. Malloy, Owner Authorized Signature and title 606 N. Larchmont B1 Los Angeles, CA 90004 464 -2705 i INDEX TO SPECIAL PROVISIONS FOR JASMINE CREEK STORM DRAIN IMPROVEMENTS INLET STRUCTURE AND 128 LF 48" RCP 1979 - 80 CONTRACT NO. C -2157 Page I. SCOPE OF WORK ........................ ............................... 1 11. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK ....................... 1 111. PAYMENT ............................... ............................... I - 1•Vr-- �RAFF�6- 69N3'R8L- :CIO- AGI'.E�55�.��.���- .- . -:::: -: r: rrr.-r rr .-r.-r.-::.-r: r.::::.:: --2- V. PERMITS ............................... ............................... 2 ' VI. CONSTRUCTION SURVEY STAKING ........... ............................... 2 VII. NOTICE TO RESIDENCES .................. ............................... 2 Vill. PROTECTION OF EXISTING UTILITIES AND STRUCTURES ...................... 3 IX. PROTECTION OF EXISTING PROPERTY CORNERS .............................. 3 X. WATER ................................. ............................... 3 XI. GUARANTEE ............................. ............................... .3 XII. SURFACE AND GROUNDWATER CONTROL ....... ............................... 3 A. Surface Water ..................... ............................... 3 B. Groundwater ....................... ............................... 4 XIII. GUARDING UNDERGROUND CONSTRUCTION ..... ............................... 4 XIV. CONSTRUCTION DETAILS .................. ............................... 4 A. Clearing, Grubbing and Other Removals ............................ 4 i. INDEX Cont'd. 0 ........... ... Page B. Storm Drain Improvements.. .. ........... ........ 5 1. Storm Drain Pipe, Bedding and Backfill .......................... 5 2. Improved Storm Drain Inlet Structure ............................ 5 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 0 SP 1 of 5 JASMINE CREEK STORM DRAIN IMPROVEMENTS INLET STRUCTURE AND 128 LF OF 48" RCP CONTRACT NO. C -2157 SCOPE OF WORK The work to be done under this contract consists of removal and ,'ur abandon- ment of 36" CMP and A.C. inlet structure; and construction of storm drain pipe, inlet structure and other incidental items of work as shown on the plans. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. D- 5120 -5), the City's Standard Special Pro- visions and Standard Drawings, and the City's Standard Specifications (Standard 5 ecifications for Public Works Construction, 1976 Edition), copies of which are ava Table at Building News, Inc., 3055 Overland Avenue, Los Angeles, Calif- ornia 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department. 11. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The contractor shall complete all work on the contract within 90 consecutive calendar days after award of the contract by the City Council and as specified In Section 6 of the Standard Specifications. The contractor shall submit a construction schedule for review by the Engineer. This schedule shall be approved by the Engineer prior to the start of any work. III. PAYMENT The unit or lump sum price 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 price bid for other related items of work. IV. • � SP2of 5 V. PERMITS 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 (see also Section X11, Surface and Groundwater Control). The contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be included in the price bid for the various items of work, and no additional compensation will be made therefor. The contractor shall obtain the following permits prior to any construction: 1. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section XI11, Guarding Underground Construction). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge (see Section XIVA, Clearing and Grubbing). VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the City. VII. NOTICE TO RESIDENCES Between 40 and 55 hours before closing a section of street or restricting vehi- cular access to and from driveway approaches, the contractor shall distribute to each affected residence a written notice stating when construction opera- tions will start and approximately when vehicular accessibility will be restored. Twenty-four (24) hours before shutting off water service to any residence, the contractor shall distribute a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back • • SP3of5 on. The written notices will be prepared by the City and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require renotification using an explanatory letter. Vill. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facilities. Construction of the storm drain and structural sections will cause work to be performed over and very near existing sewer, gas, and water lines. The contrac- tor shall protect in place and be responsible for, at his own expense, any dam- age to utilities encountered during construction of the items shown on the plans. The contractor's attention is called to Section 5 and Subsection 7 -9 of the Stan- dard Specifications. Existing buildings and structures abutting proposed improvements are indicated on the plans. Prior to construction, the contractor shall verify the location of existing buildings and structures and shall protect them in place and be re- sponsible for, at bis own expense, any damage to them resulting from construc- tion of the improvements. IX. PROTECTION OF EXISTING PROPERTY CORNERS Every effort shall be made by the contractor to protect any existing property corner markers uncovered during construction. Should any of these corners be disturbed, they shall be restored by the contractor at his expense and no sep- arate compensation will be made. X. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for delivery by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. Water for such use is provided by the City free of charge. Xi. 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 what- soever. Any such defects shall be repaired at the contractors expense. XII. SURFACE AND GROUNDWATER CONTROL A. Surface Wate Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin ..c • 0 SP4of5 or basins , sufficient to prevent such waters from directly entering storm drains or the bay. Prior to commencing construction, 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, Telephone (714) 684- . 9330). Upon approval of the olan 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 of the Standard Specifications as regards project site maintenance. B. Groundwater Groundwater may 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 groundwater and has prepared his bid accordingly. X111. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these Special Provisions. Guarding - -The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equiva- lent means. Trenches less than 5 feet in depth shall also be guarded when exam- ination indicates hazardous ground movement may be expected. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construc- tion. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum price bid for guarding underground construction. X1V.'.CONSTRUCTION DETAILS A. Clearing, Grubbing and Other Removals This work shall be performed.in accordance with the applicable requirements of Subsection 300 -1 of the Standard Specifications, except as modified here- in: 1. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal. 2. All material removed during clearing and grubbing; utilities reconstru- ction; or excavation from trench or street areas down to the subgrade plane, that is not suitable for use on this project as directed by the Engineer, or as otherwise specified herein, shall become the property of the contractor and shall be disposed of away from the job site in a manner and at a location acceptable to cognizant agencies. Excess clean sand obtained from excavations shall be placed and spread at locations as directed by the Engineer. K; • • SP5of5 Prior to dumping any spoil or waste material from the job site at any san- itary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" form the City Public Works Department. There is no.charge for this permit; its purpose is to provide authorization for the contractor to use these disposal facilities for excess material. Items shown to be removed and replaced in kind shall be done in accordance with Subsection 7 -9 of the Standard Specifications. Payment for all removals shall be included in the various corresponding items of reconstruction. B. Storm Drain Improvements 1. Storm drain pipe and fittings shall be in accordance with Section 207 -6.2 of the Standard Specifications. The size and class shall be as shown on the Plans. Storm drain bedding shall conform to Class "C" bedding per City of Newport Beach STD - 316 -L. Backfill material in all pipe trenches above the bedding material and around asso,iated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications. All costs incurred for backfill and earth work as shown on plans shall be included in the price per L.F. of pipe and additional compensation will not be made. All costs incurred in the abandonment or removal of existing storm drain pipe shall be included in the lump sum bid for clearing and grubbing and additional compensation will not be made. 2. Improved Storm Drain Inlet Structure The storm drain inlet structure shall constructed as shown on the construc- tion drawings. All costs incurred in the construction of the improved storm drain inlet structure including but not limited to concrete, reinforcing steel and rip rap slope protection shall be included in the lump sum price bid. 9 0 SAMPLE CITY OF NEWPORT REACH Contract No. Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on thepart of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By (Authorized Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 CICora, 4ME E NAME AND ADDRESS OF AGENCY ROY INSURANCE AGENCY COMPANIES AFFORDING COVERAGES P.O. BOX 10190 `DMPAN 6LENDALE, CA 91209 Y A AETNA CASUALTY & SURETY COMPANY LETTER (213) 240 -4310 245 -9464 COMPANY LF C NAME AND ADDRESS OF INSURED COMPANY LETTEP. JOHN T. MALLOY c 606 N. Larchmont Blvd. , #306 L cuMPANr p Los Angeles, CA 90004 C COMPANY C G 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. Notwithstanding any requirement, R,..-nn or condition of any contract or other document with respect to which this certificate 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. _ � L Limits of Liability i _ COMPANY � 11 PE OF INSURANGI P POLICY NUMBER r P01 ICV IAC'I �Aft.ir(G4Y f. INfC GPM Ni3 IT DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES JOB: JASMINE CREEK STORM DRAIN IMPROVEMENTS (C -2157) Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will arxieauar¢amail —,3Q-- days written notice to the below named certificate holder- bW.JaLlure -W mail such notice_ shall imposE_rxinbf iga2ian �L y a�iJity�f any lsindl�anS4e cnnlpa ny. NAME AND ADDRESS OF CERTIFICAT E HOLDER' City of Newport Beach c/o City Clerk 3300 Newport Blvd., Newport Beach, CA 92663 ADORE) 25 (1 79) DATE ISSUED F1 -1'A AUTHORIZED REPRESENTATIVE 9 0 CITY OF NEWPORT BEACH Contract No. C -2157 Special Endorsement No 1 , s 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 6 -13 -80 83GL104704 3 -27 -80 $500,000. AETNA CASUALTY & GENERAL LIABILITY 3 -27 -81 COMBINED SURETY COMPANY SINGLE LIMIT This endorsement is effective June 13 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 RUSSELL. GLEASON & VAN ROOY, INC. Address P. 0. Box 10190 Glendal , CA 91209 By _( �e- � Author, 'ze 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 ..June 27, 1980 TO: CITY CLERK FROM: Public Works Department SUBJECT: JASMINE CREEK STORM DRAIN IMPROVEMENTS (C -2157) Attached are four copies of the subject contract document and 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. Lloyd Dalton Project Manager LD:jd Att. 0 June 10, 1980 0 CITY OF NEWPORT BEACH CALIFORNIA John T. Malloy 606 N. Larchmont Los Angeles, California 90004 SUBJECT: JASMINE CREEK STORM DRAIN IMPROVEMENTS (C -2157) Gentlemen: City Hall 3300 W. Newport Blvd. Area Code 714 640 -2281 The City Council awarded the subject contract to you on June 9, 1980. Enclosed are four copies of the contract documents for the construction of the project. It will be necessary for you to execute and return a Labor and Material Bond for 50 °% value of the contract amount, a Faithful Performance Bond for 100% of the contract amount, and.four,,qpp_ies_.of_the contract. The date of the contract is to be left blank, and it will be filled in when the City executes the agreement. The executed contract documents will be distributed as follows: (1) City Clerk, (2) Public Works Department, (3) Contractor, and (4) bonding company. In addition to the above documents, please submit certificates for public liability and property damage insurance and Workers' Compensation insurance. THE FOLLOWING REQUIREMENTS MUST BE STRICTLY FOLLOWED: 1. The attached copies of the City's Certificate of Insurance are to be completed by your insurance company. Please note that this form is the only form acceptable to the City. 2. A signed certification by an authorized representative of the company carrying your Workers' Compensation insurance. 3. The following certification signed by the Contractor: "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self- insurance before commencing any of the work." 0 Page Two 4. For any required bonds, the company issuing Bid Bonds, Labor and Mater- ial Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The company must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). The specifications require that all of the above documents be executed and returned to the Public Works Department, City of Newport Beach, 3300 West Newport Boulevard, Newport Beach, California 92663, within ten (10) days (not including Saturday, Sunday, and federal holidays) after they have been mailed to you. Very _tr� your , 4W/l L1 d R. Dal ton P ject Manager LRD:jd Enclosure cc: Insurance Company R. G. V. Insurance Agency 431 No. Brand Glendale, CA 91203 Attn: Pat N Y ro V 4- N L- 0 �.a N C d CL E O C-) 0 i N Y i O 3 S. v N O Y T O i C U O b 3 i O O i O m O •r b 4- U J C ENEE t •r- E r U 4 O 0 N r S- 0 O O 4- Iti Y N M N C C •r N O m U r p C fo U i N V N W 7 N i C .0 7 •r r C 4- a� T N N a a� EOY O +> rt3 U -H 0 i r v N 3r O a v W o c as +> ro > S- 4- S- 0 o O N > C N U O Y i r i rp Ot � O 3 c m 3 p •r N i C N E•r O a �s vow i U 0 ,J INSTRUCTIONS FOR EXECUTION OF CONTRACT CORPORATIONS: The signature must contain the name of the corporation, must be signed by the President and Secretary or Assistant Secre- tary, and the corporation seal must be affixed. Other persons may sign for the corporation in lieu of the above if a certified copy of a resolution of the corporate board of directors author- izing them to do so is on file with the City. PARTNERSHIPS: The names of all persons comprising the partnership or co- partnership must be stated. The bid must be signed by all partners comprising the partnership unless proof in the form of a certified copy of a certificate of partnership acknowl- edging the signer to be a general partner is presented to the City, in which case the general partner may sign. JOINT VENTURES: Bids submitted as joint ventures must so state and be signed by each joint venturer. INDIVIDUALS: Bids submitted by individuals must be signed by the bidder, unless an up -to -date power of attorney has been granted by said individual to another person and said power of attorney is on file with the City, in which case said person may sign for the individual. The above rules also apply in the case of a ficti- tious firm name. In addition, however, where the fictitious name is used, it must be so indicated in the signature. ALL FOUR COPIES MUST BE FULLY EXECUTED AND ALL FOUR COPIES MUST BE RETURNED TO THE PUBLIC WORKS DEPARTMENT, CITY OF NEWPORT BEACH' PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR JASMINE CREEK STORM DRAIN IMPROVEMENTS Approved by the City Council this 12th day of May , 1980 A&n.- City Clerk INLET STRUCTURE AND 128 LF OF 48" RCP 1979 -80 CONTRACT NO. C -2157 v�V / SUBMITTED BY: Qo-A l L/?� Contractor Address �-.A. c) 6DOy City c), 13- 27 OS Phone Tota d Price Paget CITY OF NEWPORT BEACH, CALIFORNIA NO'CICE INVITING .BIDS SEALED BIDS will be received at the office di;;, ty Clerk, City Hall, Newport Beach, California, until �� 30 _ A M. (as dete y telephone time signal) on the 30th day of —I�ay — 19a0, at whic time they will be opened and read, for performing work as of Tlow: JASMINE CREEK STORM DRAIN INLET AND 128 LINEAL FEET OF 48" RCP CONTRACT NO. 2157 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 Sec�reta_ry, or Assistant Secretary are required an t e �orporate Seal shall baffix ed to all documents requ r ng signatures. In the case of a ar>s tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the.proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The Cit has adopted the Standard Specificat ar Public Works Construction (1976 Edition as prepared by the southern ca i orn ap ers of e 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 11 L 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 and @rsigned 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. ;;1Z2ZC Classification_ Accompanying this proposal is B )4;�% kcash, Cert1fled -Un ck,, Lashler 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. a 11-414q-�76S P one Number Date CRIfiuT erame (SEAL) Authorized Signature Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 i 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. S 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Subcontractor Address � L.-I . 1244 LL o y er s ame (' f 22:z ut o—Fi r�ed Signatuife Al�- ype of Organization (Individual, Co- partnership or Corp.) Goy /J. 000y dress Ll BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL. MEN BY THESE PRESENTS, That we, JOHN T. MALLOY and OHIO CASUALTY INSURANCE COMPANY and firmly bound unto the City of Newport Beach, Califori OF THE AMOUNT BID IN * * * * * * ** Dollars ($ * * * * *10$ * * * * * *), States for the payment of which sum well and truly to be jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, Page 4 as Principal, as Surety, are held iia, in the sum of TEN PERCENT lawful money of the United made, we bind ourselves,. That if the proposal of the above bounden principal for the construction of JASMINE CREEK STORM DRAIN IMPROVEMENTS, CONTRACT NO. C2157 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 30TH day of MAY 1980 ' Corporate Seal (If Corporation) JOHN T. MALLOY rinciDa BY: /• /v�� (Attach acknowledgement of Attorney -in -Fact} OHIO CASUALTY INSURANCE COMPANY BY W1 L-LMM VAN KUU7, AT \- NEY -iN -FACT Surety - f { By l Title _ < { 2 } \ . �ffL & §2�) \ (: \,! _ � \/ \� /: ( \ / R \ ,\ [ }04 0 c { \ \ \ \ \ m : > \ / o \ \ % / f 3 : 0 � : m » W g 0 * 2 \ / oil r w / * ) p j o7.0 a �t * C ° ; C,L ; } ;7 }� : }) « _ : 0 V ;V (i} : PC I ( k i $| ~ 9L « 9L } \ . �ffL & §2�) \ (: \,! _ � \/ \� /: ( \ / R \ ,\ [ }04 0 c { \ \ \ \ \ m : > \ / o \ \ % / f 3 : 0 � : m » W g 0 * 2 \ / oil r w / * ) p j o7.0 a ��( \(el a ; : C,L ; : � �i� 0 to ^� ( (i} a. _\| r r : : : i � \/ \� /: ( \ / R \ ,\ [ }04 0 c { \ \ \ \ \ m : > \ / o \ \ % / f 3 : 0 � : m » W g 0 * 2 \ / oil r w / * ) p j \ \ m : > \ / o \ \ % / f 3 : 0 � : m » W g 0 * 2 \ / oil r w / * ) p j 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 30thday of May , 19 go My commission expires: April 19, 1982 Notary Public PATRICIA HARAN W NOTARY P111IC STATE OF CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY Mr CommISSion Expires April 19, 1982 L.. .................... ........................w.....si . Page 6 i i STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. Page 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 744 Si gne CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JASMINE CREEK STORM DRAIN IMPROVEMENTS INLET STRUCTURE AND 128 LF OF 48" RCP CONTRACT NO. C -2157 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR I 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 proposes to furnish all materials and do all the work required to com- plete Contract No.C- 2157in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Clearing and grubbing includ- ing removals as ,requi red. @ �C� 4AAA&dAA-L Dollars and Cents $ $00 $ %60. Per Lineal Foot 2. 127 Install 48" R.C.P. 1500 -D Lineal Feet as shown on plans. Unit price includes excavation, bedding, pipe, backfill, earth work as shown on construction drawaings and replacement in kind of existing improvements as required. @ Dollars and Cents $ qe�"_ $ per Lineal Foot I 0 9 PR 2 of 2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Trench Shoring Lump -Sum. @ � i ��,at,�Q,, Dollars and r' Cents $ 300.°G $ SM.bc Lump Sum 4. 1 Construct Junction Structure Each No. 1 per City of Newport Beach Std - 310 -L. @Jt,ra JLI "49AJ Dollars and �, d Cents $ ..Z ¢ety $ Zo00 — 5. Construct Concrete Encasement Lump Sum as shown on plans @� I Dollars and u� ` Cents $ So0• $ S� Lump Sum 6. Construct Concrete Inlet Structure Lump Sum as shown on plans /� @ �,l y lij, ,t /�,lh 0W4t,4j_ Do 1 1 a r , u. I AjjLAnl� Cents $ lZ.soO. "o $�i.Soo Lump Sum Total Price Written: Dollars and Cents $ .54.�� Contra�itor's License No. UZZI(, IIU l- MALLV/ _ Bidder's Name�— Date Jr- aja.g0 Dom[/ [ � ' C� Authorized Signatur and title Bidder's Address �4(_ Du i Bidder's Telephone No. 44 21 0S INDEX TO SPECIAL PROVISIONS FOR JASMINE CREEK STORM DRAIN IMPROVEMENTS INLET STRUCTURE AND 128 LF 48" RCP 1979 - 80 CONTRACT NO. C-2157 Page 1. SCOPE OF WORK ........................ ............................... 1 It. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK ....................... 1 111. PAYMENT ............................... ............................... 1 V. PERMITS PERMITS ............................... ............................... 2 VI. CONSTRUCTION SURVEY STAKING ........... ............................... 2 VII. NOTICE TO RESIDENCES .................. ............................... 2 VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES ...................... 3 IX. PROTECTION OF EXISTING PROPERTY CORNERS .............................. 3 X. WATER ................................. ............................... 3 XI. GUARANTEE ............................. ............................... 3 X11. SURFACE AND GROUNDWATER CONTROL ....... ............................... 3 A. Surface Water ..................... ............................... 3 B. Groundwater ....................... ............................... 4 Xlil. GUARDING UNDERGROUND CONSTRUCTION ..... ............................... 4 XIV. CONSTRUCTION DETAILS .................. ............................... 4 A. Clearing, Grubbing and Other Removals ............................ 4 • INDEX Cont'd. Page B. Storm Drain Improvements ............. ............................... 5 1. Storm Drain Pipe, Bedding and Backfill .......................... 5 2. Improved Storm Drain Inlet Structure ............................ 5 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR • SP 1 of 5 JASMINE CREEK STORM DRAIN IMPROVEMENTS INLET STRUCTURE AND 128 LF OF 48" RCP CONTRACT NO. C -2157 1. SCOPE OF WORK The work to be done under this contract consists of removal and/or abandon- ment of 36" CMP and A.C. inlet structure; and construction of storm drain pipe, inlet structure and other incidental items of work as shown on the plans. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. D- 5120 -5), the City's Standard Special Pro- visions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction 1976 Edition), copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, Calif- ornia 90034, (213) 870-9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department. 11. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The contractor shall complete all work on the contract within 90 consecutive calendar days after award of the contract by the City Council and as specified in Section 6 of the Standard Specifications. The contractor shall submit a construction schedule for review by the Engineer. This schedule shall be approved by the Engineer prior to the start of any work. III. PAYMENT The unit or lump sum price 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 price bid for other related items of work. IV. SP2of 5 V. PERMITS VI 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 (see also Section XII, Surface and Groundwater Control). The contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be included in the price bid for the various items of work, and no additional compensation will be made therefor. The contractor shall obtain the following permits prior to any construction: 1. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section X111, Guarding Underground Construction). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge (see Section XIVA, Clearing and Grubbing). CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the City. VII, NOTICE TO RESIDENCES Between 40 and 55 hours before closing a section of street or restricting vehi- cular access to and from driveway approaches, the contractor shall distribute to each affected residence a written notice stating when construction opera- tions will start and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water service to any residence, the contractor shall distribute a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back • 0 SP3of5 on. The written notices will be prepared by the City and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require renotification using an explanatory letter. VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facilities. Construction of the storm drain and structural sections will cause work to be performed over and very near existing sewer, gas, and water lines. The contrac- tor shall protect in place and be responsible for, at his own expense, any dam- age to utilities encountered during construction of the items shown on the plans. The contractor's attention is called to Section 5 and Subsection 7 -9 of the Stan- dard Specifications. Existing buildings and structures abutting proposed improvements are indicated on the plans. Prior to construction, the contractor shall verify the location of existing buildings and structures and shall protect them in place and be re- sponsible for, at bis own expense, any damage to them resulting from construc- tion of the improvements. IX. PROTECTION OF EXISTING PROPERTY CORNERS Every effort shall be made by the contractor to protect any existing property corner markers uncovered during construction. Should any of these corners be disturbed, they shall be restored by the contractor at his expense and no sep- arate compensation will be made. X. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. if the contractor desires to use available City water, it shall be his responsibility to make arrangements for delivery by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. Water for such use is provided by the City free of charge. XI. 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 what- soever. Any such defects shall be repaired at the contractors expense. X11. SURFACE AND GROUNDWATER CONTROL A. Surface Water Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin 0 • SP4of5 or basins , sufficient to prevent such waters from directly entering storm drains or the bay. Prior to commencing construction, 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, Telephone (714) 684- . 9330). Upon approval of the Dian 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 of the Standard Specifications as regards project site maintenance. B. Groundwater Groundwater may 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 groundwater and has prepared his bid accordingly. Mi. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these Special Provisions. Guarding - -The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equiva- lent means. Trenches less than 5 feet in depth shall also be guarded when exam- ination indicates hazardous ground movement may be expected. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construc- tion. The cost of providing all necessary informatipn to obtain the permit and the cost of complying with the provisions of the permit shall be included in the Jump sum price bid for guarding underground construction. XIV. .CONSTRUCTION DETAILS A. Clearing, Grubbing and Other Removals This work shall be performed in accordance with the applicable requirements of Subsection 300 -1 of the Standard Specifications, except as modified here- in: 1. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal. 2. All material removed during clearing and grubbing; utilities reconstru- ction; or excavation from trench or street areas down to the subgrade plane, that is not suitable for use on this project as directed by the Engineer, or as otherwise specified herein, shall become the property of the contractor and shall be disposed of away from the job site in a manner and at a location acceptable to cognizant agencies. Excess clean sand obtained from excavations shall be placed and spread at locations as directed by the Engineer. • • SP5of5 Prior to dumping any spoil or waste material from the job site at any san- itary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" form the City Public Works Department. There is no charge for this permit; its purpose is to provide authorization for the contractor to use these disposal facilities for excess material. Items shown to be removed and replaced in kind shall be done in accordance with Subsection 7 -9 of the Standard Specifications. Payment for all removals shall be included in the various corresponding items of reconstruction. B. Storm Drain Improvements I. Storm drain pipe and fittings shall be in accordance with Section 207-6.2 of the Standard Specifications. The size and class shall be as shown on the Plans. Storm drain bedding shall conform to Class "C" bedding per City of Newport Beach STD-316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications. All costs incurred for backfill and earth work as shown on plans shall be included in the price per L.F. of pipe and additional compensation will not be made. All costs incurred in the abandonment or removal of existing storm drain pipe shall be included in the lump sum bid for clearing and grubbing and additional compensation will not be made. 2. Improved Storm Drain Inlet Structure The storm drain inlet structure shall constructed as shown on the construc- tion drawings. All costs incurred in the construction of the improved storm drain inlet structure including but not limited to concrete, reinforcing steel and rip rap slope protection shall be included in the lump sum price bid. 10 SAMPLE CITY OF NEWPORT BEACH Contract No. Special Endorsement No. ._ In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non- contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on thepart of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered wail 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. L.I.E. - 3/79 r f N ri `d�ar -F-om -I 1, ULa U W y� Ix O z F U W INY mom �nn�n t 1 NI �l�Ila,�llll��� l 4 GO 0 2 N I.� FC tj cxz F-0z F—U W u IIIY� 11 oil I�I�fllll �1 u�nieun i Yn�l� Ilp�� �II�III im nnnmie�ia� I I s N �5 �iW _i 0 �z _n a� �?E? ~oz U W /j 1- W W\ S n VA lip ia�Nm� u R uw'�uiut�� IIII�I��WIII��III I��IIII�IIII�1 /j 1- W W\ S n VA T F-er TO: CITY COUNCIL FROM: Public Works Department May 12, 1980 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: JASMINE CREEK STORM DRAIN INLET AND 128 LINEAL FEET OF 48 -INCH REINFORCED CONCRETE PIPE (C -2157) RECOMMENDATIONS: 1. Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on May 30, 1980. DISCUSSION: This project provides for the construction of a reinforced concrete inlet desilting structure and 48- inch - diameter pipe to connect to an existing 48 -inch- diameter storm drain located in the alley between Iris and Jasmine Avenues, approximately 360 feet north of 4th Avenue. See the attached loca- tion and plan sketches. Presently, approximately half of the Jasmine Creek drainage area, partially controlled by the Orange County Flood Control District's Harbor View Dam, contributes uncontrolled storm water runoff into the City's Jasmine Creek storm drain system. Flow enters this system through a temporary asphalt - paved channel into a 36- inch - diameter corrugated metal pipe. The flow may contain debris and silt, depending on rainfall intensity and duration. The flow may also exceed the capacity of the system, causing flooding of the alley be- tween Iris and Jasmine Avenues, between 4th and 5th Streets. The inlet structure includes a large bar screen and a sediment control wier which should preclude most debris and silt entry into the storm drain system. The 48 -inch reinforced concrete pipe (RCP) will replace under- sized metal pipe to the alley location where it joins another 48 -inch RCP. Plans and specifications were prepared by Alderman, Swift and Lewis Consulting Engineers. Their estimate for this work is $37,725. Sufficient funds are provided in the current budget in Account No. 02- 3497 -173. The estimated date of completion is September 15, 1980. l / L' •�Lliyr 7 Ben,7amin B. Nolan Public Works Director LD:jd Att. a J 0] C9C� X767 0 l" WA YrEJY bLCMAMURY JVAAP 6 C9G�C�E�C9 Hill Cl � 30 M Em cm L K5 q- G3 0 re N07- PROJEC LOCATIi C3CHC9C�C31 IJUE7C�C� 111mcmO F111MIN 0 ti$�jpG�C��aE�6�7EaEdo��r�,o�n ,3G3E2�3E 111111JU G:]C,1P7f &f8fIC7RP3f9I LOCATION MAP SCALE a I' ■ 600 i I I ! e I I iI �00 \PP 6SIX04 E f/N/SNEO EAACTNM, K� ,� \\ �IIA THE NEWPOKT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, 8S. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the abode - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to-wit: Published May 14, 1980 ............................... ...... .. ... ............................... I certify (or declare) under penalty of perjury that the foregoing is a and correct. Dated at Newport Bach, Califo this 1 dayof May 19 80 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This L .e is for the County Clerk's Filing Stamp A !notice Proof of Publication of Jasmine Creek Drain # 2157 .CMOFNEWPOBTBEACN._.... . CALIFORNIA . NOTICEBIy1TMGBM SEALED BIDS .91 be Inceivad at the office of the City Clerk, City Nell, Newport Beech, California, saw 10:30 P.m. (or determined by telaphooe time signal) on the 30th day of May, 1980, at which time they will be opavad and lead, for performing work as fences: 'JASMINE CREEK STORM DRAIN IN LET AND 128 LINEAL FEET OF a8" RCP CONTRACT NO, C -2157 Bide ..at be submitted an the pro. Pool form stick d with the contract documenta fumishad by the Public Works Department. The additional .copy of the proposal loan, fa to be re- briaed by the bidder far jecgide. " ecdhmEbh: bid':..at pamW by, eahra k '. ]Bad, i3m s made:Payabla to the City of Newport Beech, far nn amount equal to et9e6t 10 percent of tbeameuvtbid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside Of the envelope contain. ing the bid. The msentiect documents that meat be completed, executed, and resumed is the sealed bid am: A. Pioneer) .B. Dwigdatioa of Sub cordramors . C. Bidder a Bond D. NoaweR m. Affidavit E. Statemant of Fiaanciel,Re.poa- hihty F. Technical Ability and Experience Refers s Thaw documents ehaB be nRixed with the signature and Was of the per. weres .igning on'beball ci the bidder. For ampomnone, the si,rishi ea of the President at Vice President and Secretary or Assistant Secretary are re. quirad and the Corproats Seat shell be affixed to all documents rewiring. tlyneturee In the c s . of a Parter n ship, the signature of at leant ass gaartal partner ir required. No bids will be accepted from a con- tractor who bra out been licensed in cordance with the proviso. of Chapter 9, Division M of the Business and Pmlesaiaes' Coda. The contractor shall rtata his licanes number and r1mi nication in the proposal, One set of place and contract documents, including special provi- ., may be obtained at the Public Works Department, City Hall, Newport Beach, C.did —I., at no coat to Beene. ad contractors. It is requested that the plena and contract documents be mtumed within 2 week. after the bid opening. The City hex adopted the Standard Specifications for Public Works Con - struction (1916 Edition) as prepared by the Southern California Chapters of she American Public Worka Association and the Associated General Contras. a of America. Cole- may be obtain - adfrom Building News, Inc., 3055 Overland Ave., Los Angela,, Calif., 90034,(213) 8840.9841. The City has adapted Standard Spacial Provisions and Standard Dr.- ha'. C.pier o1 a... ai. evadable at the Public Works Depadment at as cost of Was, eel. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Bash, Thin. form :n the nai, eadorrment'ac- coptable to the City for liability tr mraace par m i The exio,taid.1 low bedde: will be aguired to cvmpkte the form aeon award of contract, For any required bards, the c pan, leasing bid bonds. Jobs, sad material bond., end leitkful par frsmancc bonds must be an it mmnry mmpa., or urely company Dammed by the State of Cablcnaw L. accordance with Ibe pro,hi... of 'Article 2, Chapter 1; Part 7 of the C.M.,nia Labor Code (Sections I770' et. s.g.J, the Director of , industrial Relation. has mo.imbied the general p—ailmg rate of par diem'w.gm in the locality iv whaob the wark za m be . pedormsel for each craft, ciamilic.. time, at type of wor'man or mechanic anafad to a .cnt. (he crmtracl. A copy of aaid determiamm. I. • ..d.ble in the office of the City.Cl.rk All par. ties to the cvntmct shall be q. —teed by Previsions of the CaRlaaam. labor Coda relating to pmv fling wage rates (Soctiov. 17709981 inclusive). The covtmcmr shall his im,nmabl. for r complie. mIh Section 1777.5 of the California Labor Code lair .11 .ppren- ticeablemcnup.timm. The comraom, rhall port: a ropy o1 the pmvaVEnq wage rate, at 0a job site. Copies may be obtained from Wa Public works'Dep.rtai The City reserves the rigbt to talent any or all bids and to widv. any iv lermality is each bid.. Publtah: May ha, 1930 in The Newport Evaign. NEW 4 TO: CITY COUNCIL FROM: Public Works Department June 9, 1980 CITY COUNCIL AGENDA ITEM NO. H -2(j) SUBJECT: JASMINE CREEK STORM DRAIN INLET AND 127 LINEAL FEET OF 48 -INCH REINFORCED CONCRETE PIPE (C -2157) RECOMMENDATION: Adopt a resolution awarding Contract No. 2157,in the amount of $28,546, to John T. Malloy of Los Angeles and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 10:30 a.m. on May 30, 1980, the City Clerk opened and read the following 14 bids for Contract No. 2157: Contract No. 2157 provides for the construction of a reinforced concrete (RC) inlet structure and a 48 -inch diameter RC storm drain to connect to an exist- ing 48- inch - diameter RC storm drain located in the alley between Iris and Jasmine Avenues approximately 360 feet north of 4th Avenue. The inlet includes a large bar screen and a sediment control wier which should preclude entry of silt and debris into the Jasmine Creek storm drain system. The 48 -inch- diameter storm drain will replace an undersized corrugated metal pipe storm drain. Plans, specifications and estimate were prepared by Alderman, Swift and Lewis (AS & L), Consulting Engineers. The low bid is 32% below AS & L's estimate of $37,725. General Offices Amount 1. John T. Malloy Los Angeles $28,546.00 2. W. R. Company Ontario 28,972.70 3. McGuire Const., Inc. Placentia 29,930.00 4. Westco Construction Mission Hills 31,269.00 5. Summit Underground Inc. Whittier 32,510.00 6. Fleming Engineering, Inc. Cerritos 33,300.00 7. Chino Pipeline Chino 36,190.00 8. Byron L. Crume, Inc. Santa Fe Springs 36,924.85 9. Richard J. Ford Corona del Mar 40,050.00 10. Hardy & Harper, Inc. Tustin 40,913.38 11. Savala Construction Co., Inc. Costa Mesa 43,364.00 12. Luna General Engineering, Inc. Garden Grove 45,004.50 13. E. A. Reed Construction Co. Irvine 46,193.80 14. Gallacher Company, Inc. Costa Mesa 49,408.00 Contract No. 2157 provides for the construction of a reinforced concrete (RC) inlet structure and a 48 -inch diameter RC storm drain to connect to an exist- ing 48- inch - diameter RC storm drain located in the alley between Iris and Jasmine Avenues approximately 360 feet north of 4th Avenue. The inlet includes a large bar screen and a sediment control wier which should preclude entry of silt and debris into the Jasmine Creek storm drain system. The 48 -inch- diameter storm drain will replace an undersized corrugated metal pipe storm drain. Plans, specifications and estimate were prepared by Alderman, Swift and Lewis (AS & L), Consulting Engineers. The low bid is 32% below AS & L's estimate of $37,725. June 9, 1980 Subject: Jasmine Creek Storm Drain Inlet and 127 Lineal Feet of 48 -Inch Reinforced Concrete Pipe (C -2157) Page 2 The low bidder, John T. Malloy, is a properly licensed contractor who has successfully performed a recent contract: for the City. His estimated date of completion will be September 15, 1980. Refer /too the attached location map and plan for additional information. Benjamin B. Nolan Public Works Director LD:jd Att. �J4 Nleax AWAWAAWY ry� PROJECT w. � ONTIO r� C9C9C9C3C3' �C1C���3��;C�E7C7C�C�Ca67C�C� �C7� 09L8�Q�CC�C�C2EaC�C�O � vC��� @9f9C9E�� rqC�C7C7f7f�p V Vfs 2 P M _ � °'E7C117f5f9f�C9f4P� LOCATION MAP SCALE,1 •600 ■1 I v I- I i i` I� i 1y 0 b \ \ \\ i I it i �• r LI 6 \V\ 11 \ �I j I- h ?�P - - -no A24 A /v \� 9 i RESOLUTION NO. 9800 A RESOLUTIO14 OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO JOHN T. MALLOY IN CONNECTION WITH THE JASMINE CREEK STORM DRAIN INLET (C -2157) WHEREAS, pursuant to the notice inviting bids for work in connection with the Jasmine Creek storm drain inlet, in connection with the plans and specifications heretofore adopted, bids were received on the 30th day of May, 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 $28,546.00 for the Jasmine Creek storm drain inlet be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 9th day of June ATTEST: City Clerk Mayor Pro Tan 1980. kv 6/4/80 _ 1 RESOLUTION NO. 9800 A RESOLUTIO14 OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO JOHN T. MALLOY IN CONNECTION WITH THE JASMINE CREEK STORM DRAIN INLET (C -2157) WHEREAS, pursuant to the notice inviting bids for work in connection with the Jasmine Creek storm drain inlet, in connection with the plans and specifications heretofore adopted, bids were received on the 30th day of May, 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 $28,546.00 for the Jasmine Creek storm drain inlet be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 9th day of June , 1980. Mayor Pro Ten ATTEST- City Clerk kv 6/4/80