Loading...
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