HomeMy WebLinkAboutC-2161 - Engineering Services for the Water Main Replacement in Jamboree Road Between Ford Road and 1200 ft North of Ford RoadJanuary 6, 1981
CITY OF NEWPORT BEACH
Chino P'oe'_ine
16341 Chino- Corona Road
Chino, California 91710
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety Surety Insurance Company
Bonds No. 590130
Project Water Main Replacement in Jamboree Road
between Ford Road and 1100 Feet Northerly
Contract No.: 2161
The City Council on November 24, 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 December 9, 1980 in Book No. 13866, Page 887. Please
notify your surety company that the bonds may be released
35 days after recording date.
Wanda E. Andersen
City Cle-rk
WA: da
cc: Public Works Department
City Hail • 3300 Newport Boulevard, Newport Beach, California 92663
Recording Requested By
Please Return to
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92662
13792
t-
� s 'l
L- C I J
NOTICE OF COMPLETION
S 13866PS 887
RLGORDED IN OFF'W' A-.L RECR ?OS
OF ORANGE COUNTY, CALIFO:YNIA
-1 is PM DEC J 1990
NO�in "?' ""fib
;'• :.''".`�s`ar.?
PUBLIC WORKS
LEE A. BRANCH, County Recore ^r
'I o All
Laborers and Material
Men and to Every Other
Person Interested
YOU WII.,L PLEASE TAKE, NOTICE that on
the Public Works project consisting of Water Main
between Ford Road and 1100 Feet Northery-7--=IT
October 30, 1
on which rhino Pipelines n
of Chinn Califnria
was the contractor, and Surety insurance Company of Cnlifarnia
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
OubliclvVorks 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 November 26, 1980 at Newport Beach, California.
PuDi1 WorKs Director
VERIFICATION OF CITY CLERK
I. the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on November 24, 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 November 26. 1980 at Newport Beach, California.
i
City Clerk
November 26, 1980
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(77.4) 640 -2251
Lee A. Branch
County Recorder
P. O. Box 238
Santa Ana, California 92702
Attached for recordation is Notice of Completion of
Public Works Projects consisting of Water Main Replacement in
Jamboree Road between Ford Road and 1100 Feet
Contract No 2161 on which Chino Pipeline
was the Contractor and Surety Insurance Company
was the surety.
Please record and return to us.
Wanda E. Andersen
City Clerk
WEA:bf
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
' I
/V' h
NOV 94 1980
By the CITY COUNCIL
CITY OF Niwp"T aGACH
TO: CITY COUNCIL
FROM: Public Works Department
41
November 24, 1980
CITY COUNCIL AGENDA
ITEM N0. —/ �/
SUBJECT: ACCEPTANCE OF WATER MAIN REPLACEMENT IN JAMBOREE ROAD BETWEEN FORD
ROAD AND 1100 FEET NORTHERLY (C -2161)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the replacement of the Jamboree Road water main from
Ford Road to 1100 feet northerly has been completed to the satisfaction of the
Public Works Department.
The bid price was $67,950.00
Amount of unit price items constructed 67,950.00
Amount of change orders None
Total contract cost 67,950.00
Funds were budgeted in the Water Fund.
The design engineering was performed by Robert Bein, William Frost
and Associates of Newport Beach.
The contractor is Chino Pipeline of Chino, California.
The contract date of completion was October 25, 1980. The contractor
experienced a number of delays due to leaking existing valves, with the final
connection being made on October 30, 1980. Clean -up of the area was completed
by November 6, 1980.
a';.:' � /V'e'
Benjamin B. Nolan
Public Works Director
GPD:jd
Att.
cc: Finance Department
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
.. ..... . .. .....
NIM
'i W
CITY
OF
NEWPORT BEACH
LIFO
Att.
cc: Finance Department
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
.. ..... . .. .....
CITY CLERK
CONTRACT NO. 2161
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
WATER MAIN REPLACEMENT
IN JAMBOREE ROAD
IM
Approved by the City Council
on this 9th day of .June ,
1980. x
a .
ores ueorge, • uity uie
SUBMITTED BY:
CHINO PIPELINE
Contractor
16341 Chino - Corona Road
7FdTr--e
Chino
City
1
(Mp 5 e ep one 97 -1876
NO BID
Total i rice - Alternate
4 67,950.00
o1 TI1a 77'rice - Alternate
Page 1
r r r
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 2:30 P.M. (as determined`by telephone time signal) on the
2nd day of July 1980, at which time they will be opened and read, for
performing work as follows:
WATER MAIN REPLACEMENT IN JAMBOREE ROAD BETWEEN FORD ROAD
AND 1100 FEET NORTH OF FORD ROAD
CONTRACT NO. 2161
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required and—Te C_o_rporat�e Seal
shall be of ixed to all documents requiring signatures. In the case of a ark 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.)
f
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Edition) as prepared by the Southern California Chapters of the American Public Works
Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
indicated in this Proposal, times the unit price as submitted by the bidder. In case
,f 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. 326218 Classification A
Accompanying this proposal is 10% Bid Bond
(Cash, Urtified 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.
(714) 597 -1876
Phone Number
7/1/80
ae
Chino Pi eline
Bid er s ame
(SEAL)
u or ze ignature
Authorized ignature
Co- Partnership
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:
Anthony J. Peich
Anthony G. Peich
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. NONE
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Chino Pi eline
er s Name
S/Anthony I Peich
Auhori zed Signature
Partner
Type of Organization
(Individual, Co- partnership or Corp.)
16341 Chino- Corona Road
Chino. Califoa
rni
ddress
f
FOR ORIGINAL SEE CITY CLERKOILE COPY
BIDDER'S BOND TO ACCOMPANY PROPOSAL
,NOk ALL ML;I BY THESE PRESENTS,
That we, CHINO PIPELINE
and SURETY INSURANCE COMPANY
Page 4
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of tan pprrant
of total bid amount Dollars ($10Y ), 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
WATER MAIN REPLACEMENT IN JAMBOREE ROAD - CONTRAr.T NO 9161
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 ini day of
July , 19 80
Corporate Seal (If Corporation)
f.HTNO PTPFI TNF
Principal
S/ Anthony J. Peich
(Attach acknowledgement of
Attorney -in -Fact)
S /Dolores Jimenez, Notary Public
SURETY INSURANCE COMPANY OF CALIFORNIA
My Commission expires June 18, 1983 Surety
By S /A. A. CHRISTIAN
Title Attorney -in -fact
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this 1 day of July
1980 .
My commission expires:
October 9. 1983
CHINO PIPELINE
t/w Allen Bowen
Notary Public
FOR OR*NAL SEE CITY CLERK'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
S /Anthony J. Peich
Signed ��
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1980 Oltman Construction John Schwin (213) 576 -8474
1980 S B C F C D Mike Grubbs 383 -3466
1980 City of Irvine (sub to W. F. Marwell)
1980 City of Chino (sub to Harris Prop —) 627 -7577
1979 C C W D Cporgp Rlanrhard 987_7591
1979 City of Ontario n Walkpr 9R6 -1151
PR 1 of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER MAIN REPLACEMENT
IN JAMBOREE ROAD, 1980
CONTRACT NO. 2161
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of
the work, has read the Notice Inviting Bids, has examined the Plans and
Special Provisions and hereby agrees to furnish all labor, materials,
equipment, transportation, and services to do all the work required to
complete Contract No. 2161 in accordance with City of Newport Beach
Drawing W- 5147 -5, the City's Standard Specifications, Standard Special
Provisions and Drawings, and these Special Provisions; and that he will
take in full payment therefor the following unit prices for each item for
the two Alternates "A" and "B ", complete in place, to wit:
Item Quantity Item Description Unit TotaT-
No. and Unit Unit Price Written in Words Price Price
ALTERNATE "A" - A. C. P. ALTERNATE
Al. 1100
Install 16" diameter Class
Linear Feet
200 asbestos cement pipe
water main, including
fittings.
@ Dollars
and
Cents $ $
Per Linear Foot
A2. 1
Lump Sum
Reconstruct connection between
existing water mains at Ford
Road per detail, Sheet No. 3
@ Dollars
and
Cents $ $
Lump Sum
9
0
PR2of4
Item Quantity Item Description Unit Total
No. and Unit Unit Price Written in Words Price Price
A3. 1
Lump Sum Construct connections at existing
manhole and service at Sta 105±
per detail, Sheet No. 3.
@ Dollars
and
Cents $ $
Lump Sum
A4. 1
Each Install 16" Class 150 Flanged x
R. T. Butterfly Valve.
@ Dollars
and
Cents $ $
Per Each
A 5. 1
Each Install 8" outlet at sta. 102 + 73,
including 8" Class 150 Flanged x
R. T. Butterfly Valve, stub, plug
and thrust blocks.
@ Dollars
and
Cents $ $
Per Each
A6. 1
Lump Sum Guard underground construction.
@ Dollars
and
Cents $ $
Lump Sum
TOTAL PRICE WRITTEN IN WORDS - ALTERNATE "A"
Dollars
and
Cents $ NO BID
oa
PR3of4
Item Quantity Item Description Unit Total
No. and Unit Unit Price Written in Words Price Price
ALTERNATE "B" - D. I. P. ALTERNATE
B1. 1100
Linear Feet
B2. 1
Lump Sum
B3. 1
Lump Sum
B4. 1
Each
B5. 1
Each
Install 16" diameter Class 50
ductile iron pipe water main in
a polyethylene sleeve, including
fittings.
@ Forty -five Dollars
and
no Cents $ 45.00
Per Linear Foot
Reconstruct connection between
existing mains at Ford Road per
detail, Sheet No. 3.
Hundred
@ Seven Thousand Five/ Dollars
and
no Cents
Lump Sum
$49,500.00
$ 7,500.00 $ 7,500.00
Construct connections at existing
manhole and service at Sta. 105±
per detail, Sheet No. 3.
@Five thousand Dollars
and
no Cents $ 5,000.00 $ 5,000.00
Lump Sum
Install 16" Class 150 Flanged x
R.T. Butterfly Valve.
@ Two thousand Dollars
and
no Cents $ 2,000.00 $ 2,000.00
Per Each
Install 8" outlet at Sta. 102 +73,
including 8" Class 150 Flanged x
R.T. Butterfly Valve, stub, plug,
and thrust blocks
One thousand
@ two hundred Dollars
and
no Cents $ 1,200.00 $ 1,200.00
Per Each
PR 4of4
Item Quantity Item Description Unit Total
No. and Unit Unit Price Written in Words Price Price
B6. 1
Lump Sum Guard underground construction.
Two thousand Seven Hundred Fifty
@ Dollars
and
no Cents $ 2,750,00 $ 2,750 -00
Lump Sum
TOTAL PRICE WRITTEN IN WORDS - ALTERNATE "B"
Sixty -seven thousand nine hundred fifty
Dollars
and
no Cents $ 67,450,o
otlrT-
Contractor's License No. 326218A ioeline
ni er s Warne
7/1/80
ate ut orize ignature
Telephone Number 597-1876 Bli We r e .. . ... e.,. ..
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX TO
SPECIAL PROVISIONS
FOR
WATER MAIN REPLACEMENT IN
JAMBOREE ROAD,
CONTRACT NO. 2161
Section
Page
I.
SCOPE OF WORK AND AWARD OF CONTRACT ............
1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK..
1
III.
PAYMENT ............... ...............................
1
IV.
TRAFFIC CONTROL AND ACCESS .........................
2
V.
COORDINATION OF WORK WITH OTHERS ..................
2
VI.
WATER .................. ...............................
2
VII.
CONSTRUCTION SURVEY STAKING ........................
2
VIII.
EXISTING UTILITIES AND STRUCTURES ...................
3
IX.
GUARANTEE ............. ...............................
3
X.
SURFACE AND GROUND WATER CONTROL ................
3
XI.
CONSTRUCTION DETAILS . ...............................
3
A. Ductile Iron Pipe ...... ...............................
3
B. Cast Iron Fittings ..... ...............................
4
C. Flanges .............. ...............................
4
D. Gaskets ........... ...............................
4
E. Bolts and Nuts . ...............................
4
F. Backfill and Densification .............................
4
XII.
GUARDING UNDERGROUND CONSTRUCTION ...................
5
SP 1 of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
WATER MAIN REPLACEMENT
IN JAMBOREE ROAD, 1980
CONTRACT NO. 2161
I. SCOPE OF WORK AND AWARD OF CONTRACT
The work to be done under this contract consists of constructing
approximately 1, 100 linear feet of 16 -inch diameter asbestos- cement
or ductile iron pipe water main and related appurtenances in Jamboree
Road from Ford Road northerly.
The City reserves the right to award the contract under either of the
two alternates bid. The award will be made to the lowest responsible
bidder for the alternate pipe material selected by the City for
construction of this project.
The contract requires completion of all the work in accordance with
these Special Provisions, the Plans (Drawing No. W- 5147 -5), the
City's Standard Special Provisions and Standard Drawings, and the
City's Standard Specifications (Standard Specifications for Public
Works Construction (1979 Edition , copies of which are avallale at
BuildingNews, Inc., 3055 Overland Avenue, Los Angeles, California,
90034, (213) 870 -9871. Copies of the City's Standard Special
Provisions and Drawings may be purchased at the Public Works
Department for $ 5. 00.
II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The contractor shall complete all work on this contract within 90
consecutive calendar days after award of the contract by the City,
and as specified in Section 6 of the Standard Specifications. Once
construction has begun, the contractor shall complete all the work
within 30 consecutive calendar days. The contractor shall submit a
complete construction schedule, which shall be approved by the
Engineer prior to the start of any work. (See Section IV for traffic
control and access scheduling requirements. )
III. PAYMENT
The unitpricebid 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.
El
SP 2 of 5
Payment for all incidental items of work, not separately provided for
in the proposal, shall be included in the price bid for other related
items of work.
IV. TRAFFIC CONTROL AND ACCESS
The contractor shall provide traffic control and access in accordance
with Section 7 -10 of the Standard Specifications (except as modified
herein), with the standards contained in the Work Area Traffic Control
Handbook (WATCH), also published by Building News, Inc., an wit
ffi—e--Tr—a7fic Control Plan. Any changes to the project Traffic
Control Plan must be submitted to and approved by the City Traffic
Engineer 48 hours prior to their use.
Work within the intersection of Jamboree and Ford Roads will be
restricted to the hours of 9 :00 a, m, to 3 :'0 p.m. on weekdays. The
intersection and roadways shall be restored to full vehicular access
by 3 :30 p.m. each work day.
V. COORDINATION OF WORK WITH OTHERS
The contractor is advised that Aeronutronic Ford may have a develop-
ment project under construction which includes the improvement of
the easterly side of Jamboree Road from Ford Road northerly. The
contractor shall coordinate his work with the adjoining contractor in
order to facilitate progress and minimize construction problems and
inconvenience to the public.
VI. 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 water by contacting the City Utilities Superin-
tendent, Mr. Gil Gomez, at (714) 640 -2221.
VII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility
of the contractor. All such surveys, including construction staking,
shall be under the supervision of a California licensed surveyor or
civil engineer. Staking shall be performed on all items ordinarily
requiring grade and alignment at intervals normally accepted by the
agencies and trades involved. Payment for construction survey
0 0
SP 4 of 5
All pipe and fittings shall be encased within a loose polyethylene
encasement in accordance with AWWA C105.
B. Cast Iron Fittings
Cast iron fittings shall conform to Section 207 -9.2.3 of the
Standard Specifications, and shall be for a working pressure of
150 psi unless otherwise indicated.
C. Flanges
Flanges for water line shall conform to AWWA C -207 Class D.
All flanges shall be furnished with flat faces. The flanges shall
be attached with the bolt holes straddling the vertical axis of the
pipe unless otherwise shown on the plans. The flanges shall be
attached to the pipe in conformance with the applicable provisions
of AWWA C -207.
D. Gaskets
Except as otherwise provided, gaskets for flanged joints shall be
full face 1/16 -inch thick cloth- inserted rubber gaskets extending
from the inside edge of the flange beyond the bolt circle.
All blind flanges shall have a 1/16 -inch thick reinforced rubber
gasket which covers the entire inside surface of the blind flange.
The gasket shall be cemented to the surface of the blind flange.
E. Bolts and Nuts
All bolts andnuts for buried service shall be Type 18 -8 stainless
steel. They shall be thoroughly cleaned after installation and
coated with EC -244 mastic as manufactured by and in accordance
with the recommendations of Minnesota Mining and Manufacturing
Company.
F. Backfill and Densification
All backfill shall be placed and compacted in such a manner as to
not disturb the pipe and adjacent structures,and to insure work
against subsequent settlement.
Native material excavated from the trench may be used as backfill
subject to the provisions of Subsection 306 -1.3 of the Standard
Specifications.
XII. GUARDING UNDERGROUND CONSTRUCTION
SP 5 of 5
Trench excavation and backfill shall conform to Section 306 -1
of the Standard Specifications and these Special Provisions.
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 equivalent means. Trenches less than
5 feet in depth shall also be guarded when examination in-
dicates 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 construction. The cost of pro-
viding 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.
E
CITY OF NEWPORT BEACH
Contract No.
Special Endorsement No.
• SAMPLE
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 nd 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
Page 8
Bond No. 590130
LABOR AND MATERIAL BOND Premium: $1359.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted July 14, 1980
has awarded
CHINO PIPELINE
hereinafter designated as the "Principal ", a contract for WATER MAIN REPLACEMENT
IN JAMBOREE ROAD - CONTRACT NO. 2161
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 CM0 PIPELINE
as Principal, and SURETY INSURANCE COMPANY OF CAI"ORNn
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
SIXTY SEVEN THOUSAND NINE HUNDRED FIFTY-- - - ---- - -- Dollars $67.950.00
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
(Labor and Material Bond - Continued)
Page 9
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 4th day of August , 19 so
Authorized ignature and Title
SURETY INSURANCE COMPANY OF
CALIFORNIA (Seal}
„ Name of Surety
P. O. Box 2430, La Rabra, Calif
Add s of Surety
Approved as to form: nature a t1e of uthori" 'z— Aged.
I 1633 E. 4th Street, Santa Ana, Calif
4l -� Address of Agent
City Attorney -
(714) 558 -0526
Telephone No. of Agent
STATE OF "AUFQRNIA
COUNTY OF
Los ANGELES
On this ............... ___ ...... .._4th ...................... day of..... .........................August
19.......80........, before me
personallycame ...... ............................... ..........................Jane _ Kepner ................................................. ............................................. ...........
to be known, who being by me duly sworn, did depose and say: that he is Attorney -in -Fact of
Surety Insurance Company of California, the Corporation described in and which executed the
foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by authority granted to him in accor-
dance with the By -Laws of the said Corporation, and that he signed his name thereto by like
authority.
N. ( y Public)
• • i
g�p Page 10
Pre�miNirDn. $1359.00
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted July 14, 1980
has awarded to CHINO PIPELINE
hereinafter designated as the "Principal ", a contract for WATER MAIN REPLACEMENT.IN
JAMBOREE ROAD - CONTRACT NO. 2161
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, CHINO PIPELINE
as Principal, and SURETY INSURANCE COMPANY OF CALIFORNIA
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
SIXTY SEVEN THOUSAND NINE HUNDRED FIFTY--- ----- ----- -- ---- -- Dollars ($ 67,950.00 �
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.
j THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified., and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time,.alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
t
0
(Performance Bond - Continued)
Page 11
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 4th day of august 19
Authorized Signature and Title
SURETY INSURANCE COMPANY OF CALIFORNIA (Seal)
Name of Surety
P. O. Box 2430, La Habra, California
Address of Surety
Approved as to form:
h Street Santa Ana, calif
dd s o
resf Agent
City Attofndy —
(714) 558 -0526
Telephone No. of Agent
STATE OF COUNTY OF CALIfORiJI(
— 111.;i_ t'PFl FS
On this .....................4th
19...........80...., before me
personallycame ................. .................. .......... ....... ......._Jane._ Kepner............................................................................ ...............................
to be known, who being by me duly sworn, did depose and say: that he is Attorney -in -Fact of
Surety Insurance Company of California, the Corporation described in and which executed the
foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by authority granted to him in accor-
dance with the By -Laws of the said Corporation, and that he signed his name thereto by like
authority.
r r-
p a �
`fie hrf
(Notary F;
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this '/ t, day of CL�- ,� x 19 G ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and CHINO PIPELINE
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
WATER MAIN REPLACEMENT IN JAMBOREE ROAD - CONTRACT NO. 2161
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
M =---d
ATTEST:
City Clerk
By:
Approved as to form:
City A toy- y
i
i
tle
August 11, 1980
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: WATER MAIN REPLACEMENT IN JAMBOREE ROAD C -2161
Attached are four copies of the subject contract documents
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.
John Wolter
Project Engineer
JW:jd
CHINO PIPELINE r-=
General Engineering Contractors
16341 CHINO - CORONA ROAD • CHINO, CALIFORNIA 91710
Telephone: (714) 597 -1876
License Number 326218
Our Workers Compensation Insurance Carrier is
Beaver Insurance, 100 California, San Francisco,
CA 94111.
Policy #: 04120
Policy Period: 111180 - 1 11 181
7/31/80
DATE
Partner
0 0
STATE Of CALIFORNIA N? 330257
DEPARTMENT OF INDUSTRIAL RELATIONS
DIVISION OF INDUSTRIAL SAFETY
PERMIT
Permit Issued To
(Insert Employer's Name and Address) No.. 330257...
Chino Pipeline
16341 chino Corona ➢bad
L Chino, CA 91710
LhLcovation Annual $50.00
Type of Permit - - - - -- -- ---------- __.__ -- __ --
Date. JaAnarl 2E__1980 .
Region. 3- 80uthsrn ... .
District.3"-_S" BO nerdino
Tel. ..(714)383-4321.- --
Pursuant to Labor Code Sections 6500 and 6502, this Permit is issued to the above -named
employer for the projects described below.
State Contractor's Li .... a Number
326218A
Permit Valid throagh
Dece"er 31, 1980
D"criplion of Proled
location
City and County
Anticipot.d Dot"
Starling
Completion
Dadsrgrosmd
Various
Various
1 -1-80
12 -31-80
This Permit is issued upon the following conditions:
1. That employer will comply with all occupational safety and health standards or orders
applicable to the above projects, and any other lawful orders of the Division.
2. That if any unforeseen condition causes deviation from the plans or statements contained
in the Permit Application Form the employer will notify the Division immediately.
3. Any variation from the specification and assertions of the Permit Application Form
or violation of safety orders may be cause to revoke the permit.
4. This permit shall be posted at or near each place of employment as provided in 8 CAC
341.4.
Investigated
Safety Engr.
Approved b7t�� tZ -�!
Dirt. Mager
Dote
Dote
9-600 ( Ray. 044) n ..A.6)0 ...
CITY OF NEWPORT BEACH
Contract No. 2161 _
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS
EFFECTIVE
ENDORSEMENT
DATE OF
POLICY
POLICY
LIMITS OF
INSURANCE
ATTACHES
ENDORSEMENT
NUMBER
PERIOD
LIABILITY
COMPANY
GEN. LIAB.
7/24/80
GA5014911
8/13/79 - 8/13/80
$500,
INS. CO. OF THE
PACIFIC COAST
AUTO LIAB.
7/2224/80
GA5014911
8/13/79 - 8/13/80
$500,
OF THE
IINCSII,
ICO.
WORKEf� scgRarsemeni4i$OeffectQve20
July
1/1/480- 1/1/81
7
19 $2,000, BEAVERCINSASCO.
when signed by an
Authorized Representative of
the companies
affording coverages
_80 —,
and when issued to City
chall hp 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
F1 Monte. Ca. 91734
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
JUN 13 1980 !
CONTRACT NO. 2161
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
WATER MAIN REPLACEMENT
IN JAMBOREE ROAD
i i
SUBMITTED BY:
ontractor
?address
Approved by the City Council ('
on this 9th day of .June amity
1980.
T-ele—prione
oris orge, i y e
1otaNiT1 rice - Alternate ''"—
o a t5.icl -Frice - Alternate
0
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS wi11 be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:30 P.M. (as determined by telephone time signal) on the
2nd day of -3ufy 1980, at which time they will be opened and read, for
performing work as follows:
WATER MAIN REPLACEMENT IN JAMBOREE ROAD BETWEEN FORD ROAD
AND 1100 FEET NORTH OF FORD ROAD
CONTRACT NO. 2161
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder.. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required ante Coorrporate Seal
shall be affixed to all documents requing signatures. In the case of a aria tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(con t.)
Page la
The City has.adopted the Standard Specifications for Public Works Construction (1976
Edition) as prepared by the Southern California Chapters of the merican u is Works
Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
;,c indicated in this Proposal, times the unit price as submitted by the bidder. In case
;f t 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 providin for
the registration of Contractors, License No. 3 2 Z 19 Classification_.
Accompanying this proposal is / D% i
(Cash, certified iecc, _a ier s
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.
Phone Number
-� / i /!;_�C
Date
Authorized Signature
� -
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a
and names of all co- partners ifn a co- partnership:
corporation,
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he h
listed contractors in. making up his
will be used for the work for which
City Engineer, and in accordance wi
specifications. No change may be
the prior approval of the Engineer.
Item of Work
1. A) oA,)E
2.
3.
4.
5.
6.
7.
9.
10.
11.
12.
as us
bid
they
th th
made i
Page 3
ed the sub -bids of the following
and that the subcontractors listed
bid, subject to the approval of the
e applicable provisions of the
n these subcontractors except upon
Subcontractor
Address
I
Type of Organization
(Individual, Co- partnership or Corp.)
tea- 12J,
IL e�
d s
s
y suray JnjUra`tce L'ol pa`y
o/ Catilornia
BOX 2430
2250 WEST WHITTIER BOULEVARD
LA HABRA, CALIFORNIA 90631
PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENT'S,
That we,
as Principal, and Surety Insurance Company of California a corporation under the laws of the State of California,
as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH
_ —_ — (hereinafter called the obligee)
TEN PER CENT OF AMOUNT BID NOT TO EXCEED
in the full and just sum of NINE-THOUSAND ------------------------ Dollars, ($ 9.000.00 i
for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators,
executors, successors and assigns, jointly and severely, firmly by these presents.
WHEREAS, the said PRINCIPAL has submitted the accompanying bid for _ WATER MATU
u � lu:I: ;I;I •
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such
time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee
for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full
force and effect.
Signed and Sealed this 2ND --day of JULY 19 80
5360.04
CHINO PIPZt2NE
BY: L T r, 1�
8U Y X COMPANY of- CAJ"ORNIA
.. A','f� in.:��.:�_ATTORN EY-VN-ACCT -
STATE OF CALIFORNIA )
COUNTY OF )
LOS ANGELES
Onthis --- ....... ....... 2nd ...... ... ......... .. ... ___ ... day of ...... JU1R ......... ........... ................ ...... ............................... 19....80..........., before me
A. A. CHRISTIAN
personallycame ................. .................................._........._..._............ .......... .......................................... - ........ ................. ......................................
to be known, who being by me duly sworn, did depose and say: that he is Attorney -in -Fact of
Surety Insurance Company of California, the Corporation described in and which executed the
foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by authority granted to him in accor-
dance with the By -Laws of the said Corporation, and that he signed his name thereto by like
an. ttltl��nv_.rYw'4 ♦ vii -,,,, i, ic�r't.`%
(Notary Public)
E_.., Inn, m. 11AS, TSB
5100 -01
Surety Jnaurance Company 01 Calijornia
The Dollars and Sense Surety"
Box 2430
La Habra, California 90831
HOME OFFICE IN LA HABRA, CALIFORNIA
COPY OF POWER OF ATTORNEY
ke..... 2148,
`/lnow all men ly tLse Presents: That Surety Insurance Company of California, a California Corporation, hav-
ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws
which were adopted by the Directors of the said Company on the 9th day of April, 1989 and are now in effect, to -wit:
"Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize
them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ-
ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the
authority given to them."
Has made, constituted and appointed and by these presents does make, constitute and appoint
............. - ............................ A.... A..... Chxis.[. ia. n...... .................. . of_ .........Santa ...Ana.,. Ca . lifornia . .
......................... ...............................
its true and lawful agent and attorney -in -fact, to make, execute. seal and deliver for and on its behalf as surety, and as
its act and deed, all of the following classes of documents, to wit:
Indemnity, Surety and Undertakings that may be desired by contract, or may be
given in any action or proceeding in any court of law or equity; policies indemnifying
employers against loss or damage caused by the misconduct of their employees, official
surety and fidelity bonds.
THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO ONE HUN-
DRED FIFTY THOUSAND AND N01100 — ($150.000.00) — DOLLARS FOR ANY
SINGLE BOND.
THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK-
ING EXECUTED PRIOR TO DECEMBER. 31.. 1980.
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected officers of the Company at its office in La Habra, California in their own proper persons.
IN WITNESS WHEREOF. Surety Insurance Company of California has caused these presents to be signed by its duly
authorized officer, and its corporate seal to be hereunto affixed this .......... 1.$th ........ day of ....... Decemb.er............ 19....7.9..
SURETY INSURANCE COMPANY OF CALIFORNIA
By............. .............. ...............
rF. Merrill
President
STATE OF CALIFORNIA
}
COUNTY OF ORANGE 1 SS:
On thisl8thday of........ .A.D. 19 ......
....December 79
..........._......... before the subscriber, a Notary Public of the State of
California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY
INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and
who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn,
deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru-
ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed
and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section
7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the
day and year first above written. .
Caro 1. Cub Notary Public
CERTIFICATE
I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that
the attached Power-of Attorney remains in full force and effect. and has not been revoked; and furthermore that Article
IV, Seetion 7(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company
980„
(SEAL) .................... ........................ ...............................
Secretary
5605.2 (Rev. 12/79)
OFF(C('.1
P)OTAfee PUBLIC - CAUFO
^NIA f
I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that
the attached Power-of Attorney remains in full force and effect. and has not been revoked; and furthermore that Article
IV, Seetion 7(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company
980„
(SEAL) .................... ........................ ...............................
Secretary
5605.2 (Rev. 12/79)
0 •
BIDDER'S BOND TO ACCOMPANY PROPOSAL
I:NOv ALL MLN BY THESE PRESENTS,
That we
an
Page 4
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($,
, lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day of
19
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in- Fact)
By
Title
Principal
Surety
r�
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in 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__day of ,
My commission expires:
Notary Public
OFFICIAL SEAL
W ALLEN BOWEN
NOTARY PUBLIC - CALIFORNIA
��p•§ SAN BERNARDINO COUNTY
"� My comm. expires OCT 9, 1983
0 ` 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.
! •
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.
Yaar
74
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER MAIN REPLACEMENT
IN JAMBOREE ROAD, 1980
CONTRACT NO. 2161
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully
the work, has read the Notice Inviting Bids, ha
Special Provisions and hereby agrees to furnis
equipment, transportation, and services to do
complete Contract No. 2161 in accordance with
Drawing W- 5147 -5, the City's Standard Specifi c
Provisions and Drawings, and these Special Pr o
take in full payment therefor the following unit
1-1
PR 1 of 4
examined the location of
s examined the Plans and
h all labor, materials,
all the work required to
City of Newport Beach
ations, Standard Special
visions; and that he will
prices for each item for
the two Alternates "A" and "B ", complete in place, to wit:
em Quantity Item Description Unit Tota
No. and Unit Unit Price Written in Words Price Price
ALTERNATE "A" - A. C. P. ALTERNATE
Al. 1100 Install 16" diameter Class
Linear Feet 200 asbestos cement pipe
water main, including
fittings.
9
er Linear Foot
Dollars
and
Cents
A2. 1
Lump Sum Reconstruct connection between
existing water mains at Ford
Road per detail, Sheet No. 3
V
Dollars
and
Cents
ump m
PR2of4
Item Quantity Item Description nit Total
No. and Unit Unit Price Written in Words Price Price
A3. 1
Lump Sum Construct connections at existing
manhole and service at Sta 105±
per detail, Sheet No. 3.
@ Dollars
and
Cents $ $
Lump Sum
A4. 1
Each Install 16" Class 150 Flanged x
R.T. Butterfly Valve.
@ Dollars
and
Cents $ $
Per Each
A5. 1
Each Install 8" outlet at sta. 102 + 73,
including 8" Class 150 Flanged x
R. T. Butterfly Valve, stub, plug
and thrust blocks.
@ Dollars
and
Cents $ $
Per Each
A6. 1
Lump Sum - Guard underground construction.
@ Dollars
and
Cents $ $
Lump Sum
TOTAL PRICE WRITTEN IN WORDS - ALTERNATE "A"
Dollars
and
Cents $
Total tal
. • PR3of4
Item Quantity Item Description Unit Total
No. and Unit Unit Price Written in Words Price Price
ALTERNATE "B" - D. I. P. ALTERNATE
B1. 1100
Linear Feet
B2. 1
Lump Sum
B3. 1
Lump Sum
B4. 1
Each
B5. 1
Each
Install 16" diameter Class 50
ductile iron pipe water main in
a polyethylene sleeve, including
fittin S.
@7C tidy _tit. Dollars
j and
,�, [.` Cents
Per Linear Foot
Reconstruct connection between
existing mains at Ford Road per
detail, Sheet No. 3.
Dollars
and
Cents
Lump Sum
o�
$ -7 !7l - C': $
Construct connections at existing
manhole and service at Sta. 105±
per detail, Sheet No. 3.
�°� : �...",.- •�.c , a Dollars
pn and�_�,
�c,i; Cents $. $ l)
Lump burn
Install 16" Class 150 Flanged x
R. T. Butterfly Valve.
,l
@ w j. L.o1,;:.i ^.., �1 Dollars
N and
�o o Cents
Per Each
Install 8" outlet at Sta. 102 +73,
including 8" Class 150 Flanged x
R.T. Butterfly Valve, stub, plug,
and thrust blocks
Dollars
), and
js Est cL -nark Cents $ iLy L '
Per Each
$�
PR 4 of 4
Item Quantity Item Description Unit Total
No. and Unit Unit Price Written in Words Price Price
M
Lump Sum Guard underground construction.
g r, Dollars
V and
$
Cent s
Lump um
TOTAL PRICE WRITTJJ IN WORDS - ALTERNATE "B"
4 Dollars and n,l
7 Z
L Cents (r
-14- � z Cr , �E. , , �'_,
Total
Contractor Is License No..-3 2 6. 2 / �- ;4
15—ate
Telephone Number t) `j 2 - % � -.-,
Bidde am
Tu-thorize atu"
L,4
131daerls Aclaress
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX TO
SPECIAL PROVISIONS
FOR
WATER MAIN REPLACEMENT IN
JAMBOREE ROAD,
CONTRACT NO, 2161
Section
Page
I.
SCOPE OF WORK AND AWARD OF CONTRACT ............
1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK..
1
III.
PAYMENT ........................... I..................
1
IV.
TRAFFIC CONTROL AND ACCESS .........................
2
V.
COORDINATION OF WORK WITH OTHERS ..................
2
VI.
WATER .................. ...............................
2
VII.
CONSTRUCTION SURVEY STAKING ........................
2
VIII.
EXISTING UTILITIES AND STRUCTURES ...................
3
IX.
GUARANTEE ............. ...............................
3
X.
SURFACE AND GROUND WATER CONTROL ................
3
XI.
CONSTRUCTION DETAILS . ...............................
3
A. Ductile Iron Pipe ...... ...............................
3
B. Cast Iron Fittings ..... ...............................
4
C. Flanges .............. ...............................
4
D. Gaskets .............. ...............................
4
E. Bolts and Nuts .......................................
4
F. Backfill and Densification .............................
4
XII.
GUARDING UNDERGROUND CONSTRUCTION ...................
5
0
SP 1 of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
WATER MAIN REPLACEMENT
IN JAMBOREE ROAD, 1980
CONTRACT NO. 2161
I. SCOPE OF WORK AND AWARD OF CONTRACT
The work to be done under this contract consists of constructing
approximately 1, 100 linear feet of 16 -inch diameter asbestos - cement
or ductile iron pipe water main and related appurtenances in Jamboree
Road from Ford Road northerly.
The City reserves the right to award the contract under either of the
two alternates bid. The award will be made to the lowest responsible
bidder for the alternate pipe material selected by the City for
construction of this project.
The contract requires completion of all the work in accordance with
these Special Provisions, the Plans (Drawing No. W- 5147 -5), the
City's Standard Special Provisions and Standard Drawings, and the
City's Standard Specifications (Standard Specifications for Public
Works Construction (1979 Edition , copies of which are availale at
BuildingNews, Inc., 3055 Overland Avenue, Los Angeles, California,
90034, (213) 870 -9871. Copies of the City's Standard Special
Provisions and Drawings may be purchased at the Public Works
Department for $5.00.
II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The contractor shall complete all work on this contract within 90
consecutive calendar days after award of the contract by the City,
and as specified in Section 6 of the Standard Specifications. Once
construction has begun, the contractor shall complete all the work
within 30 consecutive calendar days. The contractor shall submit a
complete construction schedule, which shall be approved by the
Engineer prior to the start of any work. (See Section IV for traffic
control and access scheduling requirements. )
III. PAYMENT
The unit price bid for each item of work shown on the proposal shall be
considered as full compensation for all labor, equipment, materials,
and all other things necessary to complete the work in place, and no
additional allowance will be made therefor.
SP 2 of 5
Payment for all incidental items of work, not separately provided for
in the proposal, shall be included in the price bid for other related
items of work.
IV. TRAFFIC CONTROL AND ACCESS
The contractor shall provide traffic control and access in accordance
with Section 7 -10 of the Standard Specifications (except as modified
herein), with the standards contained inthe Work Area Traffic Control
Handbook (WATCH), also published by Building News, Inc., an wit
IF—e— ra�'fic Control Plan. Any changes to the project Traffic
Control Plan must be submitted to and approved by the City Traffic
Engineer 48 hours prior to their use.
Work within the intersection of Jamboree and Ford Roads will be
restricted to the hours of 9;00 a, m. to 3 : ?0 p.m. on weekdays. The
intersection and roadways shall be restored to full vehicular access
by 3; 30 p.m. each work day.
V. COORDINATION OF WORK WITH OTHERS
The contractor is advised that Aeronutronic Ford may have a develop-
ment project under construction which includes the improvement of
the easterly side of Jamboree Road from Ford Road northerly. The
contractor shall coordinate his work with the adjoining contractor in
order to facilitate progress and minimize construction problems and
inconvenience to the public.
VI. 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 water by contacting the City Utilities Superin-
tendent, Mr. Gil Gomez, at (714) 640 -2221.
VII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility
of the contractor. All such surveys, including construction staking,
shall be under the supervision of a California licensed surveyor or
civil engineer. Staking shall be performed on all items ordinarily
requiring grade and alignment at intervals normally accepted by the
agencies and trades involved. Payment for construction survey
E
0
SP3of 5
staking shall be considered as included in the various items of work
and no additional allowance will be made therefor.
VIII. EXISTING UTILITIES AND STRUCTURES
Construction of the items in this contract will cause work to be
performed under and very near existing water, sewer, storm drain,
gas, electrical, telephone and television lines. The contractor shall
investigate, locate, and protect all existing utilities in conformance
with Section 5 of the Standard Specifications. He shall protect in place
and be responsible for, at his own expense, any damage to existing
utilities encountered during construction.
IX. GUARANTEE
The contractor shall guarantee for a period of one year, after accept-
ance of the work by the City Council, all materials and workmanship
against any defects whatsoever. Any such defects shall be repaired
at the contractor's expense.
X. SURFACE AND GROUND WATER CONTROL
It is anticipated that surface and ground or other waters will be
encountered at various times and locations during the work herein
contemplated. The contractor, by submitting a bid, acknowledges
that he has investigated the risks arising from water and has prepared
his bid accordingly. The contractor shall conduct his operations in
such a manner that storm or other waters may proceed uninterrupted
along their existing street and drainage courses. Diversion of water
for short reaches to protect construction in progress will be permitted
if public or private properties are not damaged or, in the opinion of the
Engineer, are not subjected to the probability of damage.
XI. CONSTRUCTION DETAILS
A. Ductile Iron Pipe
Ductile iron pipe shall conform in all respects to AWWA C151,
Section 207 -9 of the Standard Specifications and the following
special provisions.
The following class will be utilized: 16" CL. 50- 0.34" M.T.
The pipe shall be cement mortar lined and the lining sealed with
a bituminous coating, in accordance with AWWA C104.
All exterior surfaces of the pipe and fittings shall be coated with
a bituminous coating a minimum of 1 mil in thickness, in accor-
dance with the Standard Specifications.
Joints shall be rubber gasket push -on joints per AWWA C111.
0
SP 4 of 5
All pipe and fittings shall be encased within a loose polyethylene
encasement in accordance with AWWA C105.
B. Cast Iron Fittings
Cast iron fittings shall conform to Section 207 -9.2.3 of the
Standard Specifications, and shall be for a working pressure of
150 psi unless otherwise indicated.
C. Flanges
Flanges for water line shall conform to AWWA C -207 Class D.
All flanges shall be furnished with flat faces. The flanges shall
be attached with the bolt holes straddling the vertical axis of the
pipe unless otherwise shown on the plans. The flanges shall be
attached to the pipe in conformance with the applicable provisions
of AWWA C -207.
D. Gaskets
Except as otherwise provided, gaskets for flanged joints shall be
full face 1/16 -inch thick cloth- inserted rubber gaskets extending
from the inside edge of the flange beyond the bolt circle.
All blind flanges shall have a 1/16 -inch thick reinforced rubber
gasket which covers the entire inside surface of the blind flange.
The gasket shall be cemented to the surface of the blind flange.
E. Bolts and Nuts
All bolts and nuts for buried service shall be Type 18 -8 stainless
steel. They shall be thoroughly cleaned after installation and
coated with EC -244 mastic as manufactured by and in accordance
with the recommendations of Minnesota Mining and Manufacturing
Company.
F. Backfill and Densification
All backfill shall be placed and compacted in such a manner as to
not disturb the pipe and adjacent structures,and to insure work
against subsequent settlement.
Native material excavated from the trench may be used as backfill
subject to the provisions of Subsection 306 -1.3 of the Standard
Specifications.
0 0
SP 5 of 5
XII. GUARDING UNDERGROUND CONSTRUCTION
Trench excavation and backfill shall conform to Section 306 -1
of the Standard Specifications and these Special Provisions.
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 equivalent means. Trenches less than
5 feet in depth shall also be guarded when examination in-
dicates 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 construction. The cost of pro-
viding 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.
• • 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.
S. 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. - 3179
6
0
4
E
7
47
O 2
m `
V
v
Q
K
1
Q • W
rhzzIn
U W
Q W
V-Oz
w
l
I-
W
IJ
S
p
I.
1
; - ��- �Y'� {`--
'•`_�- Tyr
-.�
-1
1
1
Q
M
v
f:i
1
2
vl
Z
C3
J
J
�v
J
�s
41
v
i
<rl
LC
LL
tn-
—
Iii
[t
`
1�
Q�
4V
L
O
w
l
I-
W
IJ
S
MOVIE
�I�Wi�
, 3 w
iW
w
ir Z
0 z
I.- u w
iJ
Iz
mz
�,l
Q
Q
te,
o
Q
a
k
V\
1;
I
N
I
M
8
cr
J
J
J
-15
tc,
CN
4
Q
JL
.4
ci 1
-1
iJ
r
CG
4
7
47
O \C
m `
V
r
V
Q
�M
F' 7
v
\NQ
�o �
Nti •w
Q
`4hzzv>
Q W
l l m Z
F- ZQ
oz
rvW
lw
4
�J
J
S
N
�unn�u�t_yiii
pllll�l9NII��
INN
�9r��1
111111
X1111
I�
i
lw
4
�J
J
S
N
TO: CITY COUNCIL
FROM: Public Works Department
0
July 14, 1980
CITY COUNCIL AGENDA
ITEM N0. H -2(b)
SUBJECT: WATER MAIN REPLACEMENT IN JAMBOREE ROAD BETWEEN FORD ROAD AND 1100
FEET NORTH OF FORD ROAD (C -2161)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 2161 (Alternate "B ") to
the Chino Pipeline Co. for $67,950 and authorizing the Mayor and
City Clerk to execute the contract.
DISCUSSION:
Twelve bids for this contract were opened at 2:30 PM on July 2 1980:
Bidder
Chino Pipeline Co., Chino
J.E.R. Construction and General Engineering
Inc., La Habra
Five States Plumbing Inc., Orange
J. T. Malloy General Engineering Contractor,L.A
Thibodo Construction Co., Vista
Zapata Contracting Inc., Paramount
Irvine Pipeline Co., Inc., Santa Ana
Barrett and Lokus Construction, Anaheim
E. A. Reed Construction Co., Irvine
Byron L. Crume Inc., Santa Fe Springs
P. & J. Utility Co., Los Angeles
Gallacher Co., Costa Mesa
AMOUNT
Alternate "A" Alternate "B"
- -- $67,950.80
$65,028.77
$70,588.09*
$66,450.00
$71,950.00
$73,100.00
$79,700.00
$78,250.00
$81,000.00
$78,800.00
$79,900.00
$81,125.00
$82,775.00
$81,930.00
$85,180.00
$81,997.00
- --
$83,920.00
$84,580.00
$85,000.00
$87,200.00
$93,650.00
$93,650.00
*Corrected total due to discrepancy in unit price as written in words, the
proposal total was $71,288.09.
The low bid for Alternate "A" (Asbestos Cement Pipe) was 28.1% lower
than the Engineer's estimate of $90,500. The low bid for Alternate "B" (Ductile
Iron Pipe) was 29.2% lower than the Engineer's estimate of $96,000.
Award is recommended for the ductile iron pipe Alternate "B ".
Ductile iron is considered an improved material with greater strength and
probably longer service life than asbestos cement pipe. Chino Pipeline Co.
has satisfactorily performed similar work for the City in the past.
This project provides for the replacement of existing 18 -inch water
main in Jamboree Road. Ultimate street improvements are scheduled to be
July 14, 1980
Subject: Water Main Replacement in Jamboree Road between Ford Road and 1100
feet North of Ford Road (C -2161)
Page 2
constructed along the east side of Jamboree Road between Ford Road and Bison
Avenue as a condition of development for the Ford Aerospace and Communications
Corporation. The City's water transmission main in Jamboree Road needs to be
replaced and this project will complete water main construction prior to
street improvements. A sketch is attached showing the location and limits of
the work.
Sufficient funds for this work are provided in the currently
budgeted Water Main Replacement Fund.
The estimated date of completion of the project is October 10,1980.
The plans and specifications were prepared by the civil engineering firm of
Robert Bein, William Frost and Associates of Newport Beach.
a-x,� - V
Benjamin B. Nolan
Public Works Director
JW:do
Att.
• , I
i t w
+rr
wr' �
S i
Imp
�
• , i
LOCATION OF WATER
MAIN TO RE REPLACED
I �
* �;. "•• '' •, � Sim' \�`\ �v( J \ ✓
�+'i�i�` �•}• '- 111 \\ � C .�_.� y -.i..� \\�
'ten'• -� d"T: -. _ l., IY-`V� �
�„ ....: _;_ •tom •I � r" . �r . =J ���' -` S \"
t
1
a
1\
l
'EM117R
DUNES
I
!I
Y/-
l�l i
i U ✓ /NE
•.. Couvro✓
E �
I �=
�� I r•r an!L �Y:B
CEN /ER ��
Jt \
161 +- •..,. _ .
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD
WATER MAIN REPLACEMENT
DRAWN_ S W DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. —
DRAWING NO.
•
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO THE
CHINO PIPELINE COMPANY IN CONNECTION WITH THE
WATER MAIN REPLACEMENT IN JAMBOREE ROAD BETWEEN
FORD ROAD AND 1100 FEET NORTH OF FORD ROAD
(C -2161)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the water main replacement in Jamboree
Road between Ford Road and 1100 feet north of Ford Road, in
connection with the plans and specifications heretofore adopted,
bids were received on the 2nd day of July, 1980, and publicly
opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is CHINO PIPELINE COMPANY,
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of CHINO PIPELINE COMPANY
in the amount of $112,694.84 for the water main replacement in
Jamboree Road between Ford Road 'and 1100 feet north of Ford Road
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.
ATTEST:
City Clerk
i
ADOPTED this /' day of i,% 1980.
kv
7/8/80
• •
June 9, 1980
CITY COUNCIL AGENDA
ITEM NO. H -12
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: WATER MAIN REPLACEMENT IN JAMBOREE ROAD BETWEEN FORD ROAD AND
1100 FEET NORTH OF FORD ROAD (C -2161)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids for Contract
No. 2161 to be opened at 2:30 P.M. on Wednesday, July 2, 1980.
DISCUSSION:
This project will provide for the replacement of existing 18 -inch
water main in Jamboree Road. Ultimate street improvements are scheduled to
be constructed along the east side of Jamboree Road between Ford Road and
Bison Avenue as a condition of development for the Ford Aerospace and
Communications Corporation. The City's water transmission main in Jamboree
Road needs to be replaced and this project will complete the water main
construction prior to the street improvements. A sketch is attached showing
the location and limits of the work,
The Engineer's estimate for construction of the improvements is
$90,500. Funds have been provided in the 1980 -81 water main replacement
program.
The plans and specifications were prepared by the civil engineering
firm of Robert Bein, William Frost and Associates of Newport Beach. The
estimated date of completion is October 10, 1980.
Benjamin B. Nolan
Public Works Director
JW:do
Att.
,5
P
LOCATION OF WATER
MAIN TO BE REPLACED
DUNES
v
V
r 14
clele
- ----------
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD
WATER MAIN REPLACEMENT
DRAWN. .,' �v' DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. -
DRAWING NO.
17
DUNES
v
V
r 14
clele
- ----------
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD
WATER MAIN REPLACEMENT
DRAWN. .,' �v' DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. -
DRAWING NO.
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
Published June 11,1980
....... ............................... I....
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
ay of June 19
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
This space is for the County- Clerks Filina Stamp
V
Notice
Proof of Publication of
Bids. Contract_ #2161
Clr'T OF NEWPORT i6cH.
ED BCS alitb .vise
SEALED he C will be rk' Gild at the
office of the .City Clerk, until Hell,
Newport Beech; California; unW 2:30
p.m. (m determined by blvph.ne time
equal) than time 2nd dry of lu ni ml a d at
which or P rfor will be opened and
reed, for MAIN work as I LAM-
WATER MAIN REPLACEMENT IN 1AM-
AND I ROAD BETWEEN FORD FORD.
AND 1100 FEET NORTH OF FORD
ROAD:.
Curt he submitted TNO. 2161
Hide mart bin eubmiryth on the pm-
Pow sets aneched with.tha. covtrect
. document, furvta.T by. thin Public .
Works o pnril from The additiand ropy -I
of the proposal loan u be reared .
the bidder for his record.. ..
Each bid most be accompanied by
cash, ner0lted check of Blddet. Bond,
mode payalfla. to the City of, Newport
Reach, for an em,uvf equal to at leap 10
pe.eat of tho emomt bid.
The, fill. of the proud and the words
"SEALED HID shall be clearly marked
on the outside of the epwalope contain-
ing (he bid.
The contract documents that cone be ,
..plead, - second, and worried tn'.
Net aealad bid are:
A. Proposal
B. Deegvetion of Subcontrectore
C. Bidden. Bond
D. Non - collusion A/Bdeeit
E. Statamovt of Financial Reapoe-
sibi4ty
F. Technical Ability and Experience
References
These tlocumavts shah be em.ad with
the signals. 'and tithe of the num...
hiving on behaR of the bidder. For cor-
porad,on, the egnetuees of the Pzmb
dent or Vice President and sacratery or
Amennot Secrete are re,a ired and the
Corpzoate Seal hall be fixed to ell
documents .,airing sows .. in We
se of a Partnership, the "retain of at
least one ganemi paene. is required.
No bide will be ecce,,a, from a con.
tractor who he. not been boomed or ac-
cordance with the provbons of Chapter
9, Time.. m of the Burins. and Pro -
_lauiani Code. The cevt.dor, ahall
state hu license number and .1 ..ilice-
I tine in the prcya.l.
One net of plans 'and contract
documents, including special prc,i-
may be obtained at the Public
W.r1u.Depaemem, City Hall, Newport
Reach, caWornia, at no cos to licev.ail
aontradr u requested pAt reque that the plane -
nd contract document. be returned
within 2 weeks altar the bid .,mdr .
The city he. ad.pted' the Standard
Specifications for Public Work. Con -
ervctien (1976 Edition) u prepared by'
the Sou@.. caBlo.is Chapter of the
American Public Works Automation and
the Associated General Contractors of
PROOF OF PUBLICATION 8Buildhor No.. maybe 0 r'ma 7.`tC9E.0
Aye_. Lw Angeles, CaNt., 90034. (2131... f� /l
The City has adopted Standard
Special Prescience and Standard Draw-
ings. Copies d fl e. are asatiable at the
Public Work, Department of a, coin of $5
A t
pe
A standard "City of Newport Beach
Special by the a City of loan hue' Beach. bass
This to by the Ctfy of Newport Beech.
This farm o the City endorsement in-
science ro the . City fez Bahl &y in-
science illbe cee. IDs successful law
.bidder wW be mgairon to complete tie
Id
For any awarded contract.
Far any required tr, the compeer,
ludnq bid faithful labor and malarial
bonds, and errant perlormance bonds
moat anm inerrancy Company or re of
empathy _licensed. by the SWfe a(
CIn acca:
[v le 2, Chu with the pro? o t e
Article abapfer 1, Pert T of the
California j, t Labor Code eduseem 1TT0
et. eeq.h the ascertained (thdumriel Beb-
pcen has rate Wn general
prevailing rate at the diem is to b in the
locality in which the wdrk n to be or
formed .,each;rail dnnic needs or
type of workmav or &. Aeca ,. of to
acute the rovtrad. A copy. ci aaof
determination.. available to the he co of
tra City Clerk. All ed by a to the ecni
of d ,hap governed by all pt itur,to -
o] the California fo Labor Coda zelativq to
preve8inq wage rates contractor act a 1770
be
reo'inibl. far.Thebeirc. ,ball be
eepon of romp8avLa or Cod. far
1TTT.8re fie California Labor Cade for
all a e contractor bell t a co
The contza ,. ah to poet a copy d the
Curies wage tales at the job able.
Copies maybe obtained It.. the Public
WTh. Deperaters
The City ids ad, the right to reject
say or all bide bids.
to waive any baler
matibitc:J bid,.
Publish: lone 11, 1980 iv The Newport
'Evaigv. — NE161