HomeMy WebLinkAboutC-2182 - Jasmine Creek Storm Drain Phase IIN
December 18, 1981
40
CITY OF NEWPORT BEACH
Channel Constructors, Inc.
P.O. Box 2108
Irwindale, CA 91706
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety: Fidelity and Deposit Company of Maryland
Bonds No.: 6023058
Project: Jasmine Creek Storm Drain, Phase II
Contract No,: C -2182
The City Council on November 23, 1981 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 the Notice of Completion has been recorded.
It was recorded with the Orange County Recorder on December 7, 1981 in
Book No, 14314, Page 191. Please notify your surety company that the bonds
may be released 35 days after the recording date.
Sincerely,
Wanda E. Andersen
City Clerk
WEA:lr
cc: Public Works Dept..
File
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
RECORDING
REQUESTED BY •".
Please return to:
City Clerk
C ry of Newport Beach
-
fN
3 New4port Blvd.
1768
CA 92663.3884
p. � u�"ION
8623 • BK 14314P6 191
�.aa,�rro�fae+
ft« c�m elas EXEMPT
RECORBED IN OFFICIAL RECORp
OF ORANGE CWWTY, CALIFORNIA
NOTICE. OF COMPLETION
PUBLIC WORKS
-122-5 PM DEC 7'81
I o All Laborers and Material Men and to Every Other Person Interested:
YO11 WILL PLEASE TAKE NOTICE that on November 23, 1981 _
the Public Works project consisting of Jasmine Creek Storm Drain /Phase II (C -2182
on which Gi
was the contr
was the surer
DEC 1 1981,
CITY OF
NPORi
BEACH,
C/.
I, the undersigned, say:
Inc.
VERIFICATION
CITY OF' NEWPORT BFACH
Puhlif Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 1, 1981 at Newport Beach, California.
Public 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 23, 1981 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 1, 1981 at Newport Beach, California.
City Clerk
i w
December 1, 1981
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Attached for recordation is Notice of Completion of Public Works project
consisting of Jasmine Creek Storm Drain, Phase II, Contract No. 2182 on
which Fidelity and Deposit Company of Maryland was the surety.
Please record and return to us.
Yours truly,
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Mall • 3300 Newport Boulevard, Newport Beach, California 92663
i C -a�gz
— Oovember 23, 1981
C -} CITY COUNCIL AGENDA
ITEM NO. F -10
TO: CITY COUNCIL NOV 23 1961
FROM: Public Works DepartmentBY th• CITY COUNCIL
CITY OF NEWPORT UACH
SUBJECT: ACCEPTANCE OF JASMINE CREEK STORM DRAIN, PHASE II (C -2182)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of Phase II of the Jasmine Creek
storm drain has been completed to the satisfaction of the Public Works
Department.
The bid price was $197,430.00
Amount of unit price items constructed $198,670.00
Amount of change orders 5,817.68
Total contract cost $204,487.68
Funds were budgeted in the General Fund.
Five change orders were issued. The first, in the amount of $649.63,
provided for the removal and replacement of deteriorated curb and sidewalk ad-
joining the work on Iris Avenue. The second, in the amount of $215.89, pro-
vided for the adjustment to grade of an existing sewer manhole. The third,
in the amount of $471.95, provided for construction of an additional concrete
collar at the point of connection of the new drain. The fourth, in the amount
of $222.52, provided for hand excavation to remove a tree whose roots sur-
rounded the T.V. cable and pull box. The fifth, in the amount of $4,257.69,
provided for the breaking, removal and disposal of approximately 85 lineal
feet of concrete encasement around the existing drain in the alley northerly
of Fourth Avenue.
The design engineering was performed by Alderman, Swift and Lewis,
Consulting Engineers of Santa Ana.
The contractor is Channel Constructors, Inc. of Irwindale.
The contract date of completion was
was completed by that date with the exception
completed on October 23, 1981.
Benjamin B. Nolan
Public Works Director
GPD:jd
September 27, 1981. The work
of the final paving which was
0 •
DATE July 30 t 1981
CITY OF NEWPORT BEACH
TO: FINANCE DIRECTOR
PUBLIC WORKS
FROM: City Clerk
SUBJECT: Contract No. 2182
OFFICE OF THE CITY CLERK
(714) 640 -2251
Description of Contract Jasmine Creek Storm Drain, Phase II
Effective date of Contract July 29th, 1981
Authorized by Resolution No.10094 , adopted onJuly 14, 1981
Contract with Channel Constructors Inc.
Adress P.O. Box 2108
Irwindale. CA 91706
Amount of Contract$ 197,430.00
Nanda E. Andersen
WANDA E. ANDERSEN
City Clerk
City Hall • :3300 Newport Boulevard, Newport Beach, California 92663
5 -81
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self - insurance before commencing any
of the work,"
AVii.
D Signature ��
NOTICE INVITING BIDS
CITY CLERK
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M.
on the 30th day of June " , 1981, at which time such bids
shall be opened and read for
JASMINE CREEK STORM DRAIN. t PHASE II
Title of Projec
2182
Contract No.
$330,000
Engineer's Estimate
• •
•
c Ike
P
Approved by the City Council
this 8th day of June , 1981.
Wanda E. Andersen
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Lloyd Dalton at 640 -2281.
Project Engineer
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JASMINE CREEK STORM DRAIN, PHASE II
CONTRACT NO. 2182
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
•
Page la
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 2182
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization and clearing including
removals as required
@ Thirteen Thousand Dollars
and
No Cents $ 13,000.00 $ 13,000.00
Per Lump Sum
2. 978 Install 54" R.C.P.
Lineal Feet
@ One Hundred Sixty Dollars
and
No Cents $ 160.00 $156,480.00
Per Lineal Foot
3. 107 Install 18" R.C.P.
Lineal Feet
@ Fifty Dollars
and
No Cents $ 50.00 $ 5,350.00
Per Lineal Foot
4. 4 Construct Manhole No. 2 per City
Each of Newport Beach Std. 307 -L
@ Two Thousand Dollars
and
No Cents $ 2,000.00 $ 8,000.00
Each
• , • Page lb
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 1 Construct curb inlet L = 13' per
Each City of Newport Beach Std. 305 -L
@ Three Thousand Five Hundred Dollars
and
No Cents $ 3,500.00 $ 3,500.00
Each
6. 1 Construct curb inlet L = 20' (type OL)
Each per City of Newport Beach Std. 305 -L
@ Three Thousand Two Hundred
9
Dollars
and
Cents
7. 1 Construct curb inlet L = 20' (type OL -A)
Each per City of Newport Beach Std. 305 -L
$ 3,200.00 $ 3,200.00
@ Three Thousand Three Hundred Dollars
and
No Cents $ 3,300.00 $ 3,300.00
Each
8. 2 Construct grate inlet
Each
@ Seven Hundred Fifty Dollars
and
No Cents $ 750.00 $ 1,500.00
Each
9. Lump Sum Construct brick and mortar bulkhead
One Hundred Dollars
and
No Cents $ 100.00 $ 100.00
Per Lump Sum
10. Lump Sum Guarding underground construction
@ Two Thousand Dollars
and
No Cents $ 2,000.00 $ 2,000.00
Per Lump Sum
• Page Ic
ITEM QUANTITY ITEM DESCRIPTION UNIT L
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11. Lump Sum Traffic control
@ One Thousand Dollars
and
No Cents $ 1,000.00 $ 1,000.00
Per Lump Sum
TOTAL PRICE WRITTEN IN WORDS
One Hundred Ninety -Seven Thousand Four Hundred Thirty Dollars
and
No Cents $ 197,430.00
Contractor's License No. 261828 A Channel Constructors Inc.
(Bidder's Name
�/1J -G��
Date June 30, 1981 rence E. Weeshoff /President
Authorized Signature/Title)
L�
Bidder's Address P.O. Box 2108 Irwindale. California 91706
Bidder's Telephone NO. (213) 962 -8791
• , • Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL.form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
261828 A
Contr's Lic. No. & Classification
June 30, 1981
Date
Channel Constructors, Inc.
Bidder
wrenc�eeesho f /Pres�jd t
horized Signature /Title
• , • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1.
2.
3. NONE
4.
5.
6.
7.
8.
9.
10.
12.
n
Channel Constructors Inc.
Bidder
F
gna
• 1 ,0 Page 4
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Channel Constructors. Inc as bidder,
and Fidelity and Deposit Company of Maryland , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent (10 %) of the amount bid in - - - Dollars ($_10% of hid ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Jasmine Creek Storm Drain Phase II C -2182
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 24th day
of June , 187 .
(Attach acknowledgement of
Attorney -in -Fact)
/s/ Beverly J. Sanders
Commission Expires
November 2 1984
Channel Constructors, Inc.
D;aa„-
Fidelity and Deposit Company of Maryland
Suret� L
By /s/ William A. Sadler
Title Attorney -In -Fact
• Power or Attorney
FIDELITY AN DEPOSIT COMPANY OF MARYLAND
HOME OFFICE, BALTIMORE, MD.
KNow ALI. f1'IEN 13Y THESE 1'RESENT5: That the FIDELITY AN I) DLSPoSIT COMPANY OF A A RYLAND, a corpora-
tion of the State of Nlaryland, by C. M. PECOT r JR. Vice- President, and C. W. ROBBINS ,
Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Com-
pany, which reads as follows
"The Pre =ideot, or any one of the Executive Vice-Presidents, or ally one of the additional Vice - Presidents specially authorized
so to do by the Board of Directors or by the Executive Committee, slmll have power, by and with the concurrence of the Sec-
retary or any one of the :assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize ally person or persons to execute on
behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, i greeu)ents, deeds, and rele.uea and
assignments of judgments, decrees, mortgages and instruments in bile natttre of mortgages, and also all other instruments and docu-
ments which the business of the Company may rcquire, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint William A. Sadler of Los Angeles,
s rue and lawful agent and Attorney -in -Fact, to make, execute, seal zinc] deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings .............. _
I —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 bec'n duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
The said Assistant Secretary does hereby certify that the afoicgoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN -WITNESS %VLrREOr, the said Vice - President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of thV. said FIDG.LITY ANN Dt :rosrf COMPANY OF MARYLAND, this
................... Qrd --------- . .................... clay of ... _ ....... ....... December ........... ... A.D. 19..76...
:........
FIDE'LIT'Y" AND DETOSIT C01II'ANY OF 'MA.KYL&ND
-
iS E A L,; �
r
Assislmrl Secrelnr y Vice - President
Srnrr os A1,,.'. <vt.nND
55:
GTV or 1)ra.nttoler 111 -
Oa this 23rd day of DeceIDbcr A.D. 19 76 bi fort, the subm- giber, a Notary Public of the State of
Mar, laud, in and for the City of Baftunore, duly corn ... i"ioned null qualified, e:uue the alcove - named Vice - President and Assistant
Secretary of the FteEl.rry AND DEPOSIT COMPANY OF NIARYLAND, to me per known to be the individuals and officers described
in and who executed the premlinq instrument, and t:cy each acknowledged the execution of the same, and bring by mo duly sworn,
severally and each for himself dcposcth and with, that they are the said oliicers of Lhe Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Scal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority anti direction of the said Corporation.
IN Ti:sri.uoNy VVueltcor, I Lave hereunto set my baud and affixed my Official Seal, at the City of Baltimore, the day and year
first above written.L %] /
4.
•., °r ..?uu�,c ss Notary Public Commission Bxpues.J1i1Y..1 x..lr)..lg
1, the uudersipned, Assistant Secretary of the I'IDb:UTY AND DEIbSIT COMPANY 01; MAaYrAND, do hereby certify that the original
Power of Ao,akey of wi,idt d,c forcvoirg ix a full, tree and correct copy, is in full fsce ai',d effect on the date of Orul ccr tifica te; and I
do IW'ther certify that I I i o Vice - President who exrcuted the .c-aid Power of Attorney was one of the additional Vi Cc- I'residen is spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact ris provider] in Article VI, Section 2 of the By -Laws of
the FmeutY AND DECocr Co>umNY Or INIARILAND.
'I his Certificate may be signed b'v facsimile under and by mithority of the foilowinc resolution of the Board o6 Directors of the
FIDELITY AND DEPOSIT COMVkNY OF M&Ka i.AND at a nreetmg duty called and held oo the [6th clay of Iuly, 1969. i
Rrsol.VcD: "That the facsimile or mechanically reproduced signature of ally Assistant Secretary of the Company; whether
made hemtofore or hereafter, whrrever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company wit, tlw same force and c11Cct as though manually nffi :u•d.°
IN TESTIMONY \':mfrsEOr', I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
24th June 81
. ..._......_...._............ day oL--...._- --------- 19 --- .--- ... �
LI{39�U. 3019'/6 --- _ --------- _— ..- . ------ .._ . - - - - ....... �. ........._�
- - - -�A ssisfc r.lecrelery
• . Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Channel Constructors, Inc.
Bidder
/s /- ,aWeE. Weesho
ed signa
Subscribed and sworn to before me
this 30th day of June
1981.
My commission expires:
May 10, 1985 /s/ Alva B. Warren
Notary Public
11
• Page 6
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Channel Constructors, Inc.
Bidder ✓/
w�ce E. Wee shoff/ Presid`
uthorized Signature /Title
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attn: Lloyd Dalton Re: Jasni.ae Creek Storm Drain
Phase 2 Contract No. 2182
In accordance with the Stat mant of Financial Responsibility we
hereby certify that on June 30, 1981 Channel Constructors, Inc,
had net quick assets in excess of $200,000.00 and net worth in
excess of $200,000.00.
SCHLUTER & RAVIN
Donald W. Schluter, Partner
Certified Public Accountant
%i v ov ��
N
N
SCHLUTER & RAVIN
DONALD W. SCHLUTER, C.P.A.
CERTIFIED PUBLIC ACCOUNTANTS
MICHAEL J. RAVIN, C.P.A.
3250 WILSHIRE SLVO.. SUITE 2214
MEM.ERS
SHO YOKOTA, C.P.A.
LOS ANGELES. CALIFORNIA 90010
AMERICAN INSTITUTE OF
(213) 384 -4577
CERTIFIED PUBLIC ACCOUNTANTS
July 3, 1981
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attn: Lloyd Dalton Re: Jasni.ae Creek Storm Drain
Phase 2 Contract No. 2182
In accordance with the Stat mant of Financial Responsibility we
hereby certify that on June 30, 1981 Channel Constructors, Inc,
had net quick assets in excess of $200,000.00 and net worth in
excess of $200,000.00.
SCHLUTER & RAVIN
Donald W. Schluter, Partner
Certified Public Accountant
%i v ov ��
• • 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
July 1979 Irvine Co. Storm
July 1979 City of Escondido - Storm Drain Larry Hobson 714- 741 -4644
May 1979 City of Garden Grove - Storm Drain Joe Schenk 714 - 638 -6886
Dec. 1978 City of Glendale - Storm Drain
July 1981 *Municipal Water District of Orange County Stan Sprig 714 - 973 -1023
July 1981 *Municipal Water District of Orange County Stan Sprig 714 - 973 -1023
* Santiago Aqueduct Parallel Contracts #4 and #5 - Water lines
Channel Contractors. Inc.
R iaann
0
N O T I C E
• Page 8
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
All.costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
.• Page 9
Bond No. 6023058
PAYMENT BOND Premium: $1,459.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted July 14, 1981
has awarded to Channel Constructors, Inc.
hereinafter designated as the "Principal ", a contract for Jasmine Creek Storm
Drain Phase II
C -2182
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We ChANNEL CONSTRUCTORS, INC..
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Ninety Eight Thousand Seven Hundred 'Fifteen and No /100 Dollars. ($: 98,715.00 --------- )
,
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
F
Payment Bond (Continued)
0
Page 10
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 22nd day of July 19 81
Apprpved as to forpt:
C ty Attorney
CHANNEL CONSTRUG7p�5, 11Ga (Seal)
Name of Contractor Principal
Authorized Signature and Title
FIDELITY AND DEPOSIT COMPANY OF MARYL" pal)
Name of Surety
One Wilshire Blvd., Suite 1020
Los Angeles, CA 90017
EMETT & CHANDLER
1800 Avenue of the Stars, L.A., CA 90067
Address of Agent .
(2131 553 -2. 11
Telephone No. of Agent
C;w)
3
:� `»
\\)�\
1>°\
> |/
7
¥
\
\
\
\
\
2
/
\
\
a
\
\ \in,
(\
\
\ \� \\
\
\ \\ \�
\ \(
\
\
2
/
\
\
a
Power O� Attorney
FIDELITY ANLIODEPOSIT (:OMPANY OF MARYLAND
HOME OFFICE, 3ALTIMORE, MD.
KNOW ALL fVII :N 131' T1ILSC PRESILNTS: That the FIDELITY AND DGPOSIT COMPANY OF iA'I A RYLA;ND, a corpora-
tion of the State of Maryland, by C. M. PECOT , JR. , Vice - President, and C. W. ROBBI71S ,
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com-
pany, which reads as follows:
"The President, or all)/ one of the Lsecutiv,l Vice- Presidents, or auv one of the additional Vice - Presidents specially :wthorize,d
so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrerre of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice - presidents, Assistant Vice - Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the husiness of the. Company nmy require, or to authorize any person or persons to execute on
behalf of the Company any bonds, undertakings, recq¢nizances, stipulations, policies, contracts, agreements, deeds, and release, ar,d
assignments of judgments, decrees, mortgages and instruments in the respire of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Cornpany thereto."
does hereby nominate, constitute and appoint William A. Sadler of Los Angeles,
s rue 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: any and all bonds and undertakings ............. _
t� execution of such ponds or urldcvtakings in pursuance of these presents, shall loo 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 Baltimore, Md., in their own proper persons.
'File said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Lairs of
said Company, and is now in force. -
IN WITNtss WVLI LIZ LOF, the said Vice - President and Assistant Secretary have hereunto subsceihed
their names and affixed the Corporate Seal of the said FIDEJAIV AND DEPOSI "P COMPANY OF MARYLAND, this
........ .... ..2�rq- -----_- ----- -- -------- -- -clay of ----- - ---- -December A.D. 19...76.
VIllELITY A7ND DFVOSIT COMPANY OF MARYLAND
t. ATTI -ST:
,- SEAL
ar
.r•
Assistant Secretary Vice- President
STAI c OF ''d ARYtAND
CITY OF BAL't l>tORr ss:
on this 23rd day of December A.D. 19 76 before th,i si bzcribcr, n Notnrn Public of the State of
Maryland, in and for the City of Bedtinvore, duly rmnmi,sionsd and q»1dif,ed, rune the above -named Vice - President and Assistant
Secretary of d,e FIDELITY AND 17[POStr COMPANY or NIARytANO, to me persmallyLnomn to be the individuals and ohlcers described
in and who executed the prececdiu,g instrument, and they each ncknrnvdedgcd the execution of the same, and bciug by nic dudy sworn,
severally and each for himself depo =eth and with, that they arc. the said 46vers of the Company aforesaid, and that the seal affixed
to the preceding instru ,cut is the Corporate Seal of said Company, and that the said Corporate Seal air(] their sigoauucs as such
officers were duly aIll.ced and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TcsnmovY P6nrRcor, I ha,c hereunto set my hand and affixed my Official Seal, it the City of Bnitimore, the day and year
first above written. ...• " .. /
.--..._.-.._._.---------- ------------ ......_................._.. ------------------------------------
ew' `'- Notary Public Commission E. pires44y_Zz-.19_7a
PU9U G :' 2i
I, the undresigued, Assie[ant Srcrctary of Lhc l�ne[.iTY nND DcPOSrc CUi���ABY or AfNrYU.n so, do hereby crrti(y thaC the orig innl
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect oil the (.date of t w, ecrtfic.,te; and I
do further certify that the Vice - President who executed the said Power of Attorney was one of the adcdi tionad A'ice- 1'rebaOnis spe-
ciaddv authorized by the Bond of Directors to appoint any Attorney -in -Pact as provided in Article Vi, Scction 2 of the By -Laws of
the FIDGL1TV AND DrPOSIT COMPANY or MARYLAND.
This Certificate maV be signed by facsimile wader and by aothorit -v of the folloiving resudntion of the Board of Directors of the
FIDGLLTY AND DGPOSIT COMPANY or h1AavLAND at a nueetuug duly called and held on the 1601 day of July, 1969.
1
Rrsoc. cD: "That the facsimile or mechanically reproduced signature of any Assistant Srcrctary of the Compnny', ivhether
made heretofore or hereafter, wherever appearinG upon a eertilierl copy of any power of attornev issued by file Company, shall be
valid and binding upon the Cornpany with the same form and Olect as though manually aflixcd."
IN TESTIMONY W11CREOP, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
22nd....------ ............day of .............. July ................... ................. 19.81....
L1419 —Ctf. 201996 - _...__ .......... ....... .. ....._......._
,�Sis(C r.I crrdG /Y -
0
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 11
Bond No. 6023058
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted July 14, 1981
has awarded to Channel Constructors, Inc.
hereinafter designated as the "Principal ", a contract for Jasmine Creek Storm
n Phase II C -2182
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, CHANNEL. CONSTRUCTORS, INE
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
One Hundred Ninety Seven Thousand Four Hundred Thirty Dollars ($197,430.00 -----
and No /100
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
I
• • Page 12
Faithful Performance Bond (Continued)
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 22nd day of July , 19 81
CHANNEL CONSTRUCTORS4 INC..
(Seal)
Name of Contractor (Principal) ,
Authorized Signature and Title
Fidelity and Deposit Company of Marylan Seal)
Name of Surety
One Wilshire Blvd, Suite 1020
Los Angeles, CA 90017
Address of Surety
Sj jggtur ar&d Tlitle qt Auth izfgAgent
Wi iam . ad er, A orn y-in -
EMETT & CHANDLER
1800 Avenue of the Stars, L.A., CA 90067
Address of Agent
(213) 553 -2711
Telephone No. of Agent
[ §m
{ 5d,
|
|
\\
{)
{\
[\
\(
\
\� \
\ \ \�
� \\\
\�{~
f;}
/Ry
72/
e/c
\/\
{
,
_
Power of Attorney
FIDELITY ANP DEPOSIT (;OMPANY O MARYLAND
HOME OFFICE. BALTIMORE, MD.
Ksoiv ALL AIEN 13Y Tn>:.sis PRI :SLNTS: That the Firj-mrY AND DEPOSIT' COMPANY OF IA IARYLAND, a corpora-
tion of the State of V'Itin land, by C. M. PECOT, JR. Vice- President, and C. W. ROBBIUS
Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By -Lams of said Com-
pany, which reads as follows:
"The President, or any one of the Gsecntive Vice- Presidents, or any one of the additional Vice- Piesidcuts specially authorized
so to do by the Board of Directors or by the );xecutive Committee, shall have power, by and with the cbecurrenee of the Sec-
retary or anv one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant V ice - Presidents, Resident Assistant
Secretaries and Attorneys -iu -Fact as lire business of the. Company may require, or to authorize any porson or persons to execute on
behalf of the Company any bonds, undertalciugs, rec ,, ni za nces, stipulations, policies, contracts, ag reernen ts, deeds, and release, and
assignments of judgments, decrees, mortgages and instruments ill the nature of omrt,,a¢es, and also all other instruments and docu-
ments which the business of the Company play require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint William A. Sadler of Los Angeles, Californiay,
1 sId iaw-ful agent and Attorney -in -Fact, to make, execute, scd and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ..............
nc the execution of such bonds or undertalcings in pursuance of these presents, shall be as hinding 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 Baltimore, ;Yid., in their own proper persons.
The si hl Assiztant Secretary does hereby certify that the aforegoing is a true copy of Article V1, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNFSS MILREOP, the said Vice - President and Assistant Secretary hate hereunto subscriber.)
their names and alfixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY of MAIlYLANI), this
.......-- -- - --- 3ra ...._ ........... ayof.................... .Decemb✓ r .....- A.D. I9---7b...
FIllHLPPY ,1N1) mlA,OSLr COMPANY OF AL1R11.,1\ll
ATTISST:
1 SEAL o
,LL
,..
..a
13 v.
Assistant Srordar Vice- President
STATE OF �I AItYLAXD 1l`
CITY OF BAL'rl>toirr J Ss:
on this 23rd day of Deoember A.D, 19 76 , before the subs xihcr, a Notare Public of the Slate of
Nlni, land, in and for the City of Baltimore, duly commissioned and qualified, canm the above- nanird Vice - president and Assistant
Secretary of the FIDEI.rrY AND DEPOSIT COMPANY or hl Alat'I.AUD, to me pervinallyhnoan to be the individuals anti officers described
in and who executed the preceding instrument, and they each acknowiedgod the execution of thesame, and being by me duly sa'_ern,
severally and each for IGmself deposeth and sent), that they arc the said o)lcers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their sigcatnres as such
officers were duly of xed and subscribed to the said iustrmnout by the authority and direction of the said Coipor.ition.
IN TE lisloVY WIlExsor, i bate hereunto set my hand and affixed my Official Seal, at the City of Baltimore, tire day and year
first above written.
'Wr NO TA RY':
--- .------------- ---------- ... ---------------- ......................... I...................
;FOWL Notary Public Commission LxpiresJttly- _
l,-19"j8
CliH11111'ICA'1'I:
I, the umlersigned, Assistan t Sceroary of the FIDP:LITY AND DeroEt O MPANY nF'MARYLAND, do hereby cn'tify that the original
Power of Attorney of which the for is a full, true and correct copy, is in full force and elfect on the date of I hi: ccrt i6cate; and I
do further certify that the Vice- 1'residen[ who executed the said POWCr Of Attorney was one of the additional Vice- Presidents spe-
cially authorized ba' the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Scetion 2 of the By -Lasts of
the FIDELITY AND Dcrosrt COMPANY of MARYLAND,
This Certificate may be Sig in I by facsimile under and by authority of the followblg resolution of die Beard of Directors of the
FIDELITY AND DEPOSIT COMPANY or MARYLAND at a meeting duly called and held on the 16th day of July, 1969. 1
RESOLVED: "That the facsimile or mechanically reprorhmed signature of any Assistant Secretary of the Gnnpnny, whether
made lleretocore or hereafter, wh,rte.Ver appearing. upon a certifier( copy oL any power of attonroY isaued by the Compmiy, shat{ be
valid and binding upon the Company with the same force and effect as though manually affixed."
r
IN TESTtaoNY WHEREOF, I have hereunto subscribed my name and afhsed the corporate seal of the said Company, this
22nd y
_-- ...._._..._----...._.. -._day oL._.......-_ S.'` il ....... .........._.................... 19..81._. �
L1419 --CIE. 701996 ..-_ .._....._........_..........._. .. ._._ ...; ...... _._ _..._....__
Assulc rt ecrdary
CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Channel Constructors, Inc.
P.O. Box 2108
Irwindale, CA 91706
• CERTIFICATE OF INSURANCE
INSURAN
Company
r�L
Page 13
A Mission Insurance Cpmpany
Company B i.entral Nazional insurance company
Letter of Omaha
Company
Letter C Argonaut Insurance Company
Company D
Letter
Company E
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
COMPANY
Policy
Policy
LIMITS OF LIABILITY IN THOUSANDS O00
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence Aggregate
GENERAL LIABILITY
A I
® Comprehensive Form
0 Premises - Operations
MLA
D403651
4 -16 -82
Bodily Injury
$
$
® Explosion & Collapse Hazard
Property Damge
$
$
® Underground Hazard
® Products /Completed - Operations
Hazard
Bodily Injury
® Contractual Insurance
and Property
$500
$500
® Broad Form Property Damage
Dama a Combined
® Independent Contractors
ED Personal Injury
Personal Injury
Incl.
$
E0 Marine
® Aviation
AUTOMOTIVE LIABILITY
A
® Comprehensive Form
MLA
403651
4 -16,82
Bodily Injury
Each Person
$
Bodily Injury
Each Occurrence
' ® Owned
$
®Hired.
E Non -owned
�����
;
Pro ert Dama e
$
Bo i y Injury and
Property Damage
Combined
$ 500
EXCESS LIABILITY
B
I R Unbrella Form
Other than Umbrella Form
CNU
00 -67-
27
4 -16 -82
Bodily Injury
and Property
Damage Combined
$ 10,000
$ 10,000
C
WORKERS' COMPENSATION
and
EMPLOYER'S LIABILITY
20 -387
69952
10 -1 -81
Statutory
100,000
ac
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the certificate holder by mail,
By: ! / �{.LaVl - Z F�gency:
Au orized Represen at ve
William A. Sadler
Description of operations /locations /vehicles: All operations
Beach by or on behalf of the named insured in connection with
Jasmine Creek storm Drain, Phase 11, Contract #2182
Project title and contract number
7 -22 -81
Date Issued
performed for the City of Newport
the following designated contract:
City of Newport Beach
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
IN
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
( ) Single Limit
Bodily Injury Liability $500,000 .00 each occurrence
and
Property Damage Liability
Combined
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: Jasmine Creek Storm Drain, Phase II, Contract #2182 - City of Newport
Project Title and Contract o. ). seach
This endorsement is effective July 22, 1981 at 12:01 A.M. and forms a part of
Policy No. MLA 0403551
Named Insured Channel constructors, Inc. Endorsement No. 3
EMETT & CHANDLER
Name of Insurance Company Mission Insurance Company By
Authorized ReTresen a t i v e
William A. Sa ler
• • Page 15
CITY Of NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each occurrence
$ each occurrence
$ 500,000 .00
each occurrence
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: Jasmine Creek Storm Drain, Phase II, Contract 42182, City of Newport
Project Title and Contract No.
This endorsement is effective July 22, 1981 at 12:01 A.M. and forms a part of
Policy N0. MLA 0403651
Named Insured Channel constructors, Inc. Endorsement No., 7_
EMEZ'T & CHANDLER
Name of Insurance Company Mission Insurance company By��� .(
Authorized Represerltative
William A. Sadler
• . • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily injury Liability $
Property Damage Liability $
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each occurrence
each occurrence
$ 10,000,000.00 each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicabl.e,to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: Jasmine Creek Storm Drain, Phase II, Contract n2182 - City of Newpo,
Project Title and Contract No.). act,
This endorsement is effective July 22, 1981 at 12 :01 A.M. and forms a part of
Policy No. CNU o0- 67 -27,
Named Insured Channel constructors, Inc. Endorsement No. d
EME,TT & CHANDLER
Central National Insurance �� /
Name of Insurance Company Company of Omaha By
Authorized Representative
William A. Sadler
0 .•
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 15
With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $
Property Damage Liability $
( ) Single Limit
each occurrence
each occurrence
Bodily Injury Liability $ 10,000,000.00 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: Jasmine Creek Storm Drain, Please II, Contract 42182, City of Newport
Project Title and Contract No. h
This endorsement is effective July 22, 1981
Policy No. CNU 00 -67 -27
Named Insured Channel constructors, Inc.
at 12:01 A.M. and forms a part of
Endorsement No._
R DL
Central National Insurance EYWITT CTIM ER
Name of Insurance Company !/
Company of Omaha By '
Authorized ReT5restntative
wil.liam A. Sadler
• 0 Page 16
CONTRACT
THIS AGREEMENT, entered into this day of �/ 19,
by and between the CITY OF NEWPORT BEACH, hereinafter "Ci and
Channel Constructors. Inc. hereinafter "Copt actor,' is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Jasmine Creek Storm Drain Phase II C -2182
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Jasmine Creek Storm Drain Phase II
Title of Project
C -2182
Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of One Hundred
Ninety -Seven Thousand Four Hundred ThirtyDolla(-$ 197,430.00 ).
This compensation includes 1 any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
• Page 17
(f) Plans and Special Provisions for Jasmine Creek
Storm Drain Phase II C -2182
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
City
APPROVED AS TO FORM:
CITY OF NEWPORT BEACH
—7 Mayor
CITY
-.7
Its
CONTRACTOR
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
JASMINE CREEK STORM DRAIN, PHASE II
CONTRACT NO. 2182
INDEX TO
SPECIAL PROVISIONS
Section
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. . . . .
. . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
IV.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . .
. . . 1
V.
PERMITS . . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . .
. . . 3
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . .
. . . 3
VIII.
PROTECTION OF EXISTING UTILITIES AND STRUCTURES. . . .
. . . 3
IX.
COOPERATION AND COLLATERAL WORK . . . . . . . . . . . .
. . . 4
X.
WATER . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 4
XI.
SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . .
. . . 4
A. Surface Water . . . . . . . . . . . . . . . . . . .
. . . 4
B. Groundwater . . . . . . . . . . . . . . . . . . . .
. . . 4
XII.
GUARDING UNDERGROUND CONSTRUCTION: SOILS REPORT. . . .
. . . 4
XIII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . .
. . . 5
A. Mobilization, Clearing and Other Removals. . . . .
. . . 5
B. Storm Drain Improvements . . . . . . . . . . . . .
. . . 5
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
• SP 1 of 6
JASMINE CREEK STORM DRAIN, PHASE II
CONTRACT NO. 2182
SCOPE OF WORK
The work to be done under this contract consists of constructing storm drain
pipe, manholes, catch basins, connector pipes and appurtenant structures as
shown on the plans. Also _included is the construction of 6 -inch P.C.C. on
A.B. alley.
The contract requires completion of all work in accordance with these Special
Provisions, the Plans (Drawing No. D- 5123 -S); the Standard Special Provisions
and Standard Drawings for Public Works Construction, 1980 Edition; and the
Standard Specifications (Standard Specifications for Public Works Construction,
1979 Edition), copies of which are available at Building News, 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.
II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The Contractor shall complete all work on the contract within 75 consecutive
calendar days after award of the contract by the City Council and as specified
in Section 6 of the Standard Specifications.
III. PAYMENT
The unit or lump sum price for each item of work shown on the proposal shall
be considered as full compensation for all labor, equipment, materials, survey,
etc., necessary to complete the work in place, and no additional allowance
will be made therefor.
Payment for incidental items of work, not separately provided for in the pro-
posal, shall be included in the price bid for other related items of work.
IV. TRAFFIC CONTROL AND ACCESS
General. Traffic and access shall comply with Section 7 -10 of the "Standard
Specifications for Public Works Construction" and the requirements set forth
herein.
Traffic Plan. After notification of award and at least 5 calendar days prior
to start of construction, the Contractor shall submit to the Engineer, for
approval, his proposed traffic plan. A minimum traffic plan is included here-
in and on the drawings; however, this plan is not mandatory and is included
to indicate the required level of detail on a traffic plan submitted. The
Contractor shall be fully responsible for the adequacy of any traffic plan
utilized, including the suggested plan, for conformance with his intended con-
struction schedule and staging and to provide for its proper implementation.
• • SP 2of6
Detours and Transitions. All detours and transitions shall be installed prior
to and be approved by the Engineer before any construction begins within the
roadway. The length of detour transition approach shall be a minimum of 200
feet. The Contractor shall be responsible for installing and main-
taining traffic cones and barricades in their proper locations as well as
traffic control signs on the approaches and throughout the work area.
Traffic cones and delineators shall be used to delineate centerlines and lane
lines and shall be spaced 15 feet apart throughout the transitions into and
out of the detour and through the construction area.
Barricades shall be used to protect the work area, to close left -turn lanes
and at other locations required by the Engineer, and shall be spaced a maximum
of 30 feet apart.
Provide "KEEP RIGHT" (R7R) signs at each end of the transitions and at 100 -foot
centers.
Provide the following signs at each approach in advance of the work areas:
1 - C18R "ROAD CONSTRUCTION AHEAD"
2 - C1R "DETOUR AHEAD"
Alley Closure. Storm drain construction in the alley located north of Fourth
Avenue and between Jasmine and Iris Avenues will necessitate alley closure and
denial of access to approximately 35 garage and parking spaces along the alley.
The total duration of such alley closure shall be limited to 30 calendar days,
including the pavement cure period specified in Section 302 of the Standard
Specifications.
Temporary No Parking. Temporary no parking is authorized along Iris Avenue
and Fourth Avenue. The Contractor may post "Temporary No Parking" signs after
notifying and receiving approval from the Engineer. Type of sign and method
and location of posting shall be subject to the Engineer's approval. The
Contractor shall notify all affected residences and business establishments
at least two days prior to the posting of signs.
Traffic Requirements. The traffic requirements specified herein shall apply
to all phases in the construction of this project, including the placing of
temporary resurfacing and restoration of permanent resurfacing. All lanes for
moving traffic shall be at least 10 feet in width with clearances of 2 feet
from any vertical obstruction and 5 feet from any open excavation. Traffic
requirements shall apply only during the time construction is in progress.
Backfilling and Plate Bridging. The Contractor shall either bridge the trench
excavation using steel plates (minimum one inch thick with one foot of bearing
area on each side of the trench) or backfill the trench with suitable material
to support temporary traffic loading, to maintain access to business driveways
and local street intersections affected by the trenching operation. Adequate
signing, barricading and delineation will be utilized in either case, unless
the roadway is completely opened to traffic by backfilling the trench and
restoring pavement. Length of open trench shall not exceed 200 feet.
0 • SP 3 of 6
Fencing Around Excavation. The Contractor shall provide temporary six -foot-
high chain link fence around all areas of open trench during off -work hours.
Restoration of Striping and Pavement Markings. Restoration of striping and
pavement markings shall be done by the City.
Flagmen. If it becomes necessary, in the opinion of the Engineer, to properly
move traffic through the construction area, uniformed flagmen shall be on duty
during the entire period the roadway is constricted.
Payment. The cost for traffic control
required for this construction project
listed in the Proposal.
V. PERMITS
as detailed in this section and as
is included as Bid Item No. 11 of work
The City has obtained project clearance from the California Regional Water
Quality Control Board - -Santa Ana Region (see Section XI, Surface and Ground-
water Control).
The Contractor shall obtain the following permit prior to any construction;
Permit to perform excavation or trench work from the Division of
Industrial Safety, State of California (see Section XII, Guarding
Underground Construction).
The Contractor shall be responsible for conducting his operations in accordance
with the requirements of these permits and clearances. All costs involved in
complying with the provisions of such permits and clearances shall be included
in the price bid for the various items of work, and no additional compensation
will be made therefor.
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be provided by the Contractor.
VII. NOTICES TO RESIDENTS
Between 48 and 55 hours before closing a section of street or alley or re-
stricting vehicular access to garages or parking spaces, the Contractor shall
distribute to each affected residence a written notice stating when construc-
tion operations will start and approximately when vehicular accessibility will
be restored. Twenty -four (24) hours before shutting off water service to any
residence, the Contractor shall distribute a separate written notice stating
the date and time the water will be shut off and approximate time the water
will be turned back on. The written notices will be prepared by the City. The
Contractor shall insert the applicable dates at the time he distributes the
notice. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor renotification using an
explanatory letter furnished by the Engineer.
VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES
Known utilities are indicated on the plans. At least 48 hours prior to perform-
ing construction work, the Contractor shall request each utility company to
locate its facilities. Construction of the storm drain will cause work to be
performed over, under and very near existing sewer, gas, electric, and water
lines. The Contractor shall protect in place and be responsible for, at no
additional cost, any damage to utilities encountered during construction of
the items shown on the plans.
•
• SP4of6
Existing structures abutting proposed improvements are indicated on the plans.
Prior to construction, the Contractor shall verify the location of existing
buildings and structures and shall protect them in place and be responsible
for, at his own expense, any damage to them resulting from construction of
the improvements.
IX. COOPERATION AND COLLATERAL WORK
The construction of Jasmine Creek Storm Drain, Phase I, coterminus with Phase II
at Station 16 + 31.95, should be completed during August of 1981. In addition,
certain utility contractors may perform work related to and within the limits
of this project. The Contractor shall therefore cooperate and conduct his work
in accordance with the provisions of Section 7 -7 of the Standard Specifications.
X. WATER
The Contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the Contractor desires to use available
City water, it shall be his responsibility to make arrangements for delivery
by contacting Mr. Gil Gomez at (714) 640 -2221. Water for such use is provided
by the City free of charge.
XI. SURFACE AND GROUNDWATER CONTROL
A. Surface Water
Surface runoff water containing mud, silt, or other deleterious material
from the project shall be treated by filtration or retention in a settling
basin or basins, sufficient to prevent such waters from directly entering
storm drains or the bay.
Prior to commencing construction, the Contractor shall submit a plan for
implementing siltation control concurrently to the City and to the
California Regional Water Quality Control Board, Santa Ana Region
(6809 Indiana Avenue, Suite 200, Riverside, California 92506, telephone
(714) 684 - 9330). Upon approval of the plan by the City and the Board,
the Contractor shall be responsible for the implementation and mainte-
nance of the control facilities.
B. Groundwater
Groundwater may be encountered at various times and locations during the
work herein contemplated. The Contractor, by submitting a bid, acknowl-
edges that he has investigated the risks arising from groundwater and has
prepared his bid accordingly. Should significant quantities of ground-
water be encountered during construction, the Contractor shall submit his
plan for groundwater control to the City and the Board for approval as in
Subsection A above.
XII. GUARDING UNDERGROUND CONSTRUCTION: SOILS REPORT
The Contractor shall obtain a permit to perform excavation or trench.work from
the Division of Industrial Safety (DIS), State of California, prior to any con-
struction. The Contractor shall also provide submittals to the Engineer in
accordance with Sections 7 -10.4 and 2 -5.3 of the Standard Specifications. All
costs incurred to obtain the DIS permit, to comply with the provisions of such
permit, and to obtain the Engineer's approval shall be included in the lump sum
prices bid for guarding underground construction, Bid Item No. 10.
XIII
0
A geotechnical investigation was conducted and a
Ward Davis Dixon for this project. A copy of the
view in the City Public Works Department.
0
SP 5 of 6
report prepared by Converse
report is available for re-
Excavations and trenches that extend below an imaginary plane inclined at
45 degrees below the edge of nearby adjacent existing structures, such as the
structures, trees to be preserved, etc., shall be properly shored to maintain
positive ground support. Excavations and trenches in improved streets shall
be properly shored to maintain positive ground support.
CONSTRUCTION DETAILS
A. Mobilization, Clearing and Other Removals
This work shall be performed in accordance with the applicable requirements
of Subsection 300 -1 and Section 308 of the Standard Specifications, except
as modified herein:
1. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of
2 inches prior to removal.
2. All material removed during clearing and grubbing; utilities recon-
struction; or excavation from trench or street areas down to the
subgrade plane, that is not suitable for use on this project as di-
rected by the Engineer, or as otherwise specified herein, shall be-
come the property of the Contractor and shall be disposed of away from
the job site in a manner and at a location acceptable to cognizant
agencies.
Existing water mains, valves, fittings, fire hydrants, etc., that are
removed by the Contractor shall, as determined by the Engineer, remain
the property of the City. The Contractor shall deliver these mater-
ials to the City Utilities Yard at 949 West 16th Street.
Items shown to be removed and replaced in kind shall be done in accor-
dance with Subsection 7 -9 of the Standard Specifications.
Payment for all removals shall be included in the lump sum price for
Mobilization and Clearing.
3. Since the Jasmine Creek drainage area produces a continuous stream of
runoff water, the Contractor shall maintain a drainage course capable
of conveying such runoff water through the alley between Iris and
Jasmine Avenuesand into the existing 36 -inch R.C.P. at Fourth Avenue.
All costs associated with providing and maintaining this drainage
course shall be included in the lump sum price for Mobilization and
Clearing.
B. Storm Drain Improvements
1. Storm drain pipe and fittings shall be in accordance with Section 207-
6.2 of the Standard Specifications. The size and class shall be as
shown on the Plans.
• • SP6of6
2. Storm drain bedding and backfill shall conform to the City of Newport
Beach STD -316 -L and Section 306 of the Standard Specifications.
Imported, select, granular bedding material may be needed southwest of
Pacific Coast Highway where borings indicated the subsoils generally
consist of clayey material or bedrock.
All costs incurred for backfill and earth work as shown on plans shall
be included in the price per L.F. of pipe and additional compensation
will not be made.
Payment for plugging existing catch basin outlets and for modifying
existing catch basins shall be part of the cost for catch basin connec-
tions and included in the price per lineal foot for pipe.
All costs incurred in the abandonment or removal of existing storm
drain pipe shall be included in the lump sum bid for Mobilization and
Clearing and additional compensation will not be made.
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M.
on the 30th day of June 1981, at which time such bids
shall be opened and read for
JASMI E CREEK S I P II
Tit e of Project
2182
Contract No.
$330,000
Engineer's Estimate 1,!%
• \�§411 M
v
Approved
this 8th ,. 1981.
i
Wanda Andersen
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Lloyd Dalton at 640 -2281.
Project Engineer
l
L
0 . Page la
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JASMINE CREEK STORM DRAIN, PHASE II
CONTRACT NO. 2182
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 2182
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit prices for the work, complete in place, to wit:
TEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization and clearing including
removals as required
@@ ollars
and
`ro
Per Lump Sum
2. 978 Install 54" R.C.P.
Lineal Feet 'i 4y
Dollars
�— and ev �D
-----Cents $ MV,
1s��ea l Foot $ 6, x/80.
3. 107 Install 18" R.C.P.
Lineal Feet @
Dollars y
and
— — — Cents $ ,S,5'L- o
Per Linea oot
4. 4 Construct Manhole No. 2 per City
Each of Newport Beach Std. 307 -L
@ %'VV - ---dol l ars
and
� Cents $ 2�
Each
I
lA
E
E
lit
�J
IT UNIT PRICE WRITTEN IN WORDS
11
1 Construct curb inlet L = 13' per
Each City of Newport Beach Std. 305 -L
@�ii.+„tt %f7lxJ�,9'��v�ii/.�t�t� Dollars
and
-- Cents
Each
1 Construct curb inlet L = 20' (type OL)
Each per City of Newport Beach Std. 305 -L
@ 4� A/Dol Iars
and
-Cents
Each
1 Construct curb inlet L = 20' (type OL -A)
Each per City of Newport Beach Std. 305 -L
@ 71C rtt 1Z?4 so,,;/7/c 4,AxAao1l ars
_ and
z Cents
Each
2 Construct grate inlet
Each
Dollars
�T— and
Cents
Each
Lump Sum Construct brick/ and mortar bulkhead
and
�— ents
Per Lump Sum
Lump Sum Guarding underground construction
@ Tt.,-y Dollars
and
- .Cents
Per Lump Sum
Page lb
PRICE
$3,2-vU.� $3,2-Un. °�
,nO
tro
$ 3, 3eD- $ h 3 pv.
$ 7�� `-0 $ /, sar. ,r4D
$% $/�
air ca
$ Z, "a" $ 2, dZD-
0
9 Page lc
ITEM QUANTITY
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11. Lump Sum Traffic control
@
and
Cents
Per Lump Sum
TOTAL PRICE WRITTEN IN WORDS
Dollars
and
Cents
$ Z C2L�• $ j GlZ o�
Y.
Contractor's License No. 2- 6/ gZ Y /`l Z�Ua."0p / C --71r cv✓ --2�e
Bidder's Name
Date S" .30,
/ Authorized Signature /Title
Bidder's Address R-) /JO}! 2-10a rNlJirL.6 /� %/70,�
Bidder's Telephone NO. 2-/3 '/Z,Z -- $791
• • Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL -form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.
of the California Labor Code for all apprenticeable occupations.
;z-6/ D%-E
Contr's Lic. No. & Classification
Date
Bidder i
orized Signatu
• • Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Bidder
gnature /iitie
go, .0
BIDDER'S BOND
LJ
Page 4
KNOW ALL MEN BY THESES PRESENTS,
That we,( Gf""V/V L C ,v� 7,PLG-rD,Q_i bvC - as bidder,
and r'V Ao !2 /✓EoOT /T G�Ay�yrr �/ d�yC,a �/J, as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
T,-17 /E,,, A/GC4-,v77iG %)C) T11 �?/O 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 bidder for the construction of
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 7iy day
of 19p/.
(Attach acknowledgement of
Attorney -in -Fact)
�- �a,/-rr/���ro�s, 11/V .
Bidder
iihl —ed Signature /Title _
Lip L✓ 2b ✓Gl` E . WE Lf,(/O
/"C Sr-
J
By v I✓ A41 17
C LC I. .,
Title -by - `W Cf .
r ,
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA ss.
County of Los Angeles
On this 24th ._dot- of June 7 eflt , before me, Beverly J. Sanders ,
a notary public in and for the State of California with principal office in the County of Los Angeles ,
residing therein, duly commissioned and sworn, personally appeared William A Sadler ,
known to me to be the parson whose name is subscribed to the within instrument as the attorney -in -fact of the
Fidelitv and Deposit Companv of Marvland
the corporation named as Surety in said instrument, and acknowledged to me that he subscribed the name of said corporation
therein as Surety, and his own name as attorney -in- tact.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County,
the day an n this certificate first above written.
la OFFICIAL SEAL
BEVERLY J. SANDERS
NO PRy t6L OFFICE NNIA
LOS ANGELES COUNTY
Sacs] sn MY Commission Expires Nov. 2, 1984
i
i
Notary Public
• • SP2of6
Detours and Transitions. All detours and transitions shall be installed prior
to and be approved by the Engineer before any construction begins within the
roadway. The length of detour transition approach shall be a minimum of 200
feet. The Contractor shall be responsible for installing and main-
taining traffic cones and barricades in their proper locations as well as
traffic control signs on the approaches and throughout the work area.
Traffic cones and delineators shall be used to delineate centerlines and lane
lines and shall be spaced 15 feet apart throughout the transitions into and
out of the detour and through the construction area.
Barricades shall be used to protect the work area, to close left -turn lanes
and at other locations required by the Engineer, and shall be spaced a maximum
of 30 feet apart.
Provide "KEEP RIGHT" (R7R) signs at each end of the transitions and at 100 -foot
centers.
Provide the following signs at each approach in advance of the work areas:
1 - C18R "ROAD CONSTRUCTION AHEAD"
2 - C1R "DETOUR AHEAD"
Alley Closure. Storm drain construction in the alley located north of Fourth
Avenue and between Jasmine and Iris Avenues will necessitate alley closure and
denial of access to approximately 35 garage and parking spaces along the alley.
The total duration of such alley closure shall be limited to 30 calendar days,
including the pavement cure period specified in Section 302 of the Standard
Specifications.
Temporary No Parking. Temporary no parking is authorized along Iris Avenue
and Fourth Avenue. The Contractor may post "Temporary No Parking" signs after
notifying and receiving approval from the Engineer. Type of sign and method
and location of posting shall be subject to the Engineer's approval. The
Contractor shall notify all affected residences and business establishments
at least two days prior to the posting of signs.
Traffic Requirements. The traffic requirements specified herein shall apply
to all phases in the construction of this project, including the placing of
temporary resurfacing and restoration of permanent resurfacing. All lanes for
moving traffic shall be at least 10 feet in width with clearances of 2 feet
from any vertical obstruction and 5 feet from any open excavation. Traffic
requirements shall apply only during the time construction is in progress.
Backfilling and Plate Bridging. The Contractor shall either bridge the trench
excavation using steel plates (minimum one inch thick with one foot of bearing
area on each side of the trench) or backfill the trench with suitable material
to support temporary traffic loading, to maintain access to business driveways
and local street intersections affected by the trenching operation. Adequate
signing, barricading and delineation will be utilized in either case, unless
the roadway is completely opened to traffic by backfilling the trench and
restoring pavement. Length of open trench shall not exceed 200 feet.
V
VI
• •
SP3of6
Fencing Around Excavation. The Contractor shall provide temporary six -foot-
high chain link fence around all areas of open trench during off -work hours.
Restoration of Striping and Pavement Markings. Restoration of striping and
pavement markings shall bb done by the City.
Flagmen. If it becomes necessary, in the opinion of the Engineer, to properly
move traffic through the construction area, uniformed flagmen shall be on duty
during the entire period the roadway is constricted.
Payment. The cost for traffic control
required for this construction project
listed in the Proposal.
as detailed in this section and as
is included as Bid Item No. 11 of work
The City has obtained project clearance from the California Regional Water
Quality Control Board - -Santa Ana Region (see Section XI, Surface and Ground-
water Control).
The Contractor shall obtain the following permit prior to any construction;
1. Permit to perform excavation or trench work from the Division of
Industrial Safety, State of California (see Section XII, Guarding
Underground Construction).
The Contractor shall be responsible for conducting his operations in accordance
with the requirements of these permits and clearances. All costs involved in
complying with the provisions of such permits and clearances shall be included
in the price bid for the various items of work, and no additional compensation
will be made therefor.
TRUCTION SURVEY STAKING
Field surveys for control of construction shall be provided by the Contractor.
VII. NOTICES TO RESIDENTS
Between 48 and 55 hours before closing a section of street or alley or re-
stricting vehicular access to garages or parking spaces, the Contractor shall
distribute to each affected residence a written notice stating when construc-
tion operations will start and approximately when vehicular accessibility will
be restored. Twenty -four (24) hours before shutting off water service to any
residence, the Contractor shall distribute a separate written notice stating
the date and time the water will be shut off and approximate time the water
will be turned back on. The written notices will be prepared by the City. The
Contractor shall insert the applicable dates at the time he distributes the
notice. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor renotification using an
explanatory letter furnished by the Engineer.
VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES
Known utilities are indicated on the plans. At least 48 hours prior to perform-
ing construction work, the Contractor shall request each utility company to
locate its facilities. Construction of the storm drain will cause work to be
performed over, under and very near existing sewer, gas, electric, and water
lines. The Contractor shall protect in place and be responsible for, at no
additional cost, any damage to utilities encountered during construction of
the items shown on the plans.
. SP4of6
Existing structures abutting proposed improvements are indicated on the plans.
Prior to construction, the Contractor shall verify the location of existing
buildings and structures and shall protect them in place and be responsible
for, at his own expense, any damage to them resulting from construction of
the improvements.
IX. COOPERATION AND COLLATERAL WORK
The construction of Jasmine Creek Storm Drain, Phase I, coterminus with Phase II
at Station 16 + 31.95, should be completed during August of 1981. In addition,
certain utility contractors may perform work related to and within the limits
of this project. The Contractor shall therefore cooperate and conduct his work
in accordance with the provisions of Section 7 -7 of the Standard Specifications.
X. WATER
The Contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the Contractor desires to use available
City water, it shall be his responsibility to make arrangements for delivery
by contacting Mr. Gil Gomez at (714) 640 -2221. Water for such use is provided
by the City free of charge.
XI. SURFACE AND GROUNDWATER CONTROL
A. Surface Water
Surface runoff water containing mud, silt, or other deleterious material
from the project shall be treated by filtration or retention in a settling
basin or basins, sufficient to prevent such waters from directly entering
storm drains or the bay.
Prior to commencing construction, the Contractor shall submit a plan for
implementing siltation control concurrently to the City and to the
California Regional Water Quality Control Board, Santa Ana Region
(6809 Indiana Avenue, Suite 200, Riverside, California 92506, telephone
(714) 684 - 9330). Upon approval of the plan by the City and the Board,
the Contractor shall be responsible for the implementation and mainte-
nance of the control facilities.
B. Groundwater
Groundwater may be encountered at various times and locations during the
work herein contemplated. The Contractor, by submitting a bid, acknowl-
edges that he has investigated the risks arising from groundwater and has
prepared his bid accordingly. Should significant quantities of ground-
water be encountered during construction, the Contractor shall submit his
plan for groundwater control to the City and the Board for approval as in
Subsection A above.
XII. GUARDING UNDERGROUND CONSTRUCTION: SOILS REPORT
The Contractor shall obtain a permit to perform excavation or trench work from
the Division of Industrial Safety (DIS), State of California, prior to any con-
struction. The Contractor shall also provide submittals to the Engineer in
accordance with Sections 7 -10.4 and 2 -5.3 of the Standard Specifications. All
costs incurred to obtain the DIS permit, to comply with the provisions of such
permit, and to obtain the Engineer's approval shall be included in the lump sum
prices bid for guarding underground construction, Bid Item No. 10.
0 • SP5of6
A geotechnical investigation was conducted and a report prepared by Converse
Ward Davis Dixon for this project. A copy of the report is available for re-
view in the City Public Works Department.
Excavations and trenches that extend below an imaginary plane inclined at
45 degrees below the edge of nearby adjacent existing structures, such as the
structures, trees to be preserved, etc., shall be properly shored to maintain
positive ground support. Excavations and trenches in improved streets shall
be properly shored to maintain positive ground support.
XIII. CONSTRUCTION DETAILS
A. Mobilization, Clearing and Other Removals
This work shall be performed in accordance with the applicable requirements
of Subsection 300 -1 and Section 308 of the Standard Specifications, except
as modified herein:
1. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of
2 inches prior to removal.
2. All material removed during clearing and grubbing; utilities recon-
struction; or excavation from trench or street areas down to the
subgrade plane, that is not suitable for use on this project as di-
rected by the Engineer, or as otherwise specified herein, shall be-
come the property of the Contractor and shall be disposed of away from
the job site in a manner and at a location acceptable to cognizant
agencies.
Existing water mains, valves, fittings, fire hydrants, etc., that are
removed by the Contractor shall, as determined by the Engineer, remain
the property of the City. The Contractor shall deliver these mater-
ials to the City Utilities Yard at 949 West 16th Street.
Items shown to be removed and replaced in kind shall be done in accor-
dance with Subsection 7 -9 of the Standard Specifications.
Payment for all removals shall be included in the lump sum price for
Mobilization and Clearing.
3. Since the Jasmine Creek drainage area produces a continuous stream of
runoff water, the Contractor shall maintain a drainage course capable
of conveying such runoff water through the alley between Iris and
Jasmine Avenuesand into the existing 36 -inch R.C.P. at Fourth Avenue.
All costs associated with providing and maintaining this drainage
course shall be included in the lump sum price for Mobilization and
Clearing.
B. Storm Drain Improvements
1. Storm drain pipe and fittings shall be in accordance with Section 207-
6.2 of the Standard Specifications. The size and class shall be as
shown on the Plans.
• • SP6of6
2. Storm drain bedding and backfill shall conform to the City of Newport
Beach STD -316 -L and Section 306 of the Standard Specifications.
Imported, select, granular bedding material may be needed southwest of
Pacific Coast Highway where borings indicated the subsoils generally
consist of clayey material or bedrock.
All costs incurred for backfill and earth work as shown on plans shall
be included in the price per L.F. of pipe and additional compensation
will not be made.
Payment for plugging existing catch basin outlets and for modifying
existing catch basins shall be part of the cost for catch basin connec-
tions and included in the price per lineal foot for pipe.
All costs incurred in the abandonment or removal of existing storm
drain pipe shall be included in the lump sum bid for Mobilization and
Clearing and additional compensation will not be made.
• • Page 10
Payment Bond (Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the day of , 19
Approved as to form:
City
(Seal)
Name of Contractor principal
Authorized Signature and Title
Authorized Signature and Title
(Seal)
Name of Surety
Address of Surety
Signature and Title of ut orized Agent
Address of Agent
Telephone No. of Agent
0 0
E
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
C,
Page 11
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
hereinafter designated as the "Principal ", a contract for
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,
as Principal,
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Dollars ($
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
,
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
• . • Page 12
Faithful Performance Bond (Continued)
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 day of , 19
Approved as to form:
City Attorney
(Seal)
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
(Seal)
Name of Surety
Address of Surety
Signature and Title of Authorized Agent
Address of Agent
Telephone No. of Agent
• CERTIFICATE OF INSURANCE • Page 13
City of Newport Beach Company
3300 Newport Boulevard Letter A
Newport Beach, CA 92663 Letter B
NAME AND ADDRESS OF INSURED Letter
Company C
Letter
Company D
Letter
Compargy E
Letter
This is to certify that policies of insurance listed below ha,
above and are in force at this time, including attached endor:
COMPANY
Policy
Policy
LIMITS OF LIABILITY IN THOUSANDS
000
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence
Aggregate
GENERAL LIABILITY
❑ Comprehensive Form
0 Premises- Operations
Bodily Injury
$
$
❑ Explosion & Collapse Hazard
Property Damge
$
$
❑ Underground Hazard
❑ Products /Completed - Operations
Hazard
Bodily Injury
❑ Contractual Insurance
and Property
$
S
❑ Broad Form Property Damage
ama a Combined
❑ Independent Contractors
0 Personal Injury
Personal Injury
S
0 Marine
❑ Aviation
AUTOMOTIVE LIABILITY
❑ Comprehensive Form
Bodily Injury
Each Person
$
INNEEM
-
E] Owned
s
Bodily Injury
Each Occurrence
❑ Hired
Pro ert Dame a
=�\
o y njury and
Property Damage
f
p Non -owned
-.
Combined
EXCESS LIABILITY
E] Unbrella Form
El Other than Umbrella Form
Bodily Injury
and Property
Damage Combined
$
$
WORKERS ' COMPENSATIUN
Statutory
and
ttach
EMPLOYER'S LIABILITY
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the certificate holder by ma 11,
By Agency:
Authorized Representative to ssu
Description of operations /locations /vehicles: All operations performed or the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
Project title and contract number
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
• Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter % in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
$ each occurrence
$ each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
(Project Title and Contract No.).
This endorsement is effective at 12:01 A.M. and forms a part of
Policy No.
Named Insured Endorsement No.
Name of Insurance Company By
Authorized epresentat ve
CITY OF NEWPORT BEACH • Page 15
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining . to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
occurrence
occurrence
$ each occurrence
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract:
Project Title and Contract No.
This endorsement is effective at 12:01 A.M. and forms a part of
Policy No.
Named Insured Endorsement No.
Name of Insurance Company By
Authorized Representative
. • Page 16
CONTRACT
THIS AGREEMENT, entered into this day of , 19
by and between the CITY OF NEWPORT BEACH, hereinafter "City,— an—"�d
, hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of
This compensation includes (I )—any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:.
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
• • Page 17
(f) Plans and Special Provisions for
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
m
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney Contractor
By
Its
By
Its
CITY
CONTRACTOR
• 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
JASMINE CREEK STORM DRAIN, PHASE II
CONTRACT NO. 2182
INDEX TO
SPECIAL PROVISIONS
Section
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. . . . .
. . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
IV.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . .
. . . 1
V.
PERMITS . . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . .
. . . 3
VII.
NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . .
. . . 3
VIII.
PROTECTION OF EXISTING UTILITIES AND STRUCTURES. . . .
. . . 3
IX.
COOPERATION AND COLLATERAL WORK . . . . . . . . . . . .
. . . 4
X.
WATER . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 4
XI.
SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . .
. . . 4
A. Surface Water . . . . . . . . . . . . . . . . . . .
. . . 4
B. Groundwater . . . . . . . . . . . . . . . . . . . .
. . . 4
XII.
GUARDING UNDERGROUND CONSTRUCTION: SOILS REPORT. . . .
. . . 4
XIII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . .
. . . 5
A. Mobilization, Clearing and Other Removals. . . . .
. . . 5
B. Storm Drain Improvements . . . . . . . . . . . . .
. . . 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
JASMINE CREEK STORM DRAIN, PHASE II
CONTRACT NO. 2182
SCOPE OF WORK
SP 1 of 6
The work to be done under this contract consists of constructing storm drain
pipe, manholes, catch basins, connector pipes and appurtenant structures as
shown on the plans. Also _included is the construction of 6 -inch P.C.C. on
A.B. alley.
The contract requires completion of all work in accordance with these Special
Provisions, the Plans (Drawing No. D- 5123 -S); the Standard Special Provisions
and Standard Drawings for Public Works Construction, 1980 Edition; and the
Standard Specifications (Standard Specifications for Public Works Construction,
1979 Edition), copies of which are available at Building News, 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.
II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The Contractor shall complete all work on the contract within 75 consecutive
calendar days after award of the contract by the City Council and as specified
in Section 6 of the Standard Specifications.
III. PAYMENT
The unit or lump sum price for each item of work shown on the proposal shall
be considered as full compensation for all labor, equipment, materials, survey,
etc., necessary to complete the work in place, and no additional allowance
will be made therefor.
Payment for incidental items of work, not separately provided for in the pro-
posal, shall be included in the price bid for other related items of work.
IV. TRAFFIC CONTROL AND ACCESS
General. Traffic and access shall comply with Section 7 -10 of the "Standard
Specifications for Public Works Construction" and the requirements set forth
herein.
Traffic Plan. After notification of award and at least 5 calendar days prior
to start of construction, the Contractor shall submit to the Engineer, for
approval, his proposed traffic plan. A minimum traffic plan is included here-
in and on the drawings; however, this plan is not mandatory and is included
to indicate the required level of detail on a traffic plan submitted. The
Contractor shall be fully responsible for the adequacy of any traffic plan
utilized, including the suggested plan, for conformance with his intended con-
struction schedule and staging and to provide for its proper implementation.
AA Power or Attorney
FIDELITY ANTI DEPOSIT (:OMPANY Of MARYLAND
HOME OFFICE, BALTIMORE, MD.
KNOw ALI, MEN By Timsr PRESENTS: That the FIDELITY AND Dh POStr COMPANY OF MARYLAND, it Corpora-
tion of the State of Maryland, by C. M. PECOT, JR. , Vice - President, and C. W. ROBBINS ,
Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Com-
pany, which reads as follows:
"The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized
so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant
Secretarie3 and Attornevs -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on
behalf of the Company an), bonds, undertalci Figs, recognizances, stipulations, policies, contracts, agreements, deeds,'and releases and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint William A. Sadler of Los Angeles,
s rue 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: any and all bonds and undertakings ............... -
n Ie execution of such bonds or undertalciugs in pursuance of dlese presents, shah 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 oil-ice in Baltimore, Md., in their own proper persons.
The said assistant Secretary does hereby certify that the aGxegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOs1T COMPANY OF MARYLAND, this
2 -rd - December
-° -.. -.- .__day of- ------- --- ------- --- ---- ._.
-------------------- A. D. 19...76...
TIAliLITY AND DEPOSIT COMPANY OF MARYLAND
ATTEST
ISEAL.i;
Assistant Secretary Vice - President
STATE 05 Mt.xYLAND ss:
City of 13 „LTtaloltE
on this 23rd clay of December A. 1). 19 76 before tile subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, July commissioner) and qualified, came the above -named Vice - President and Assistant
SecretarV of the FIDELCCY AND DF.rosiT COMPANY OF MARYLAND, to ale {icrsc +naliyknnwn to he the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duty sworn,
severally and each for himself depo=.eth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by tile. authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore., the day and year
first above written, ,,.•o ...'T
T Fly
Notary Public Commission Expires-July 1,.- _19.7.8
°Ct :PUDl1 C,' 2:
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF NIARVLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OP MARYLAND.
'[his Certificate may he signed by (Acsimile under and by authority of the fo((owing resolution of the Board of, Directofs of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND of a meeting duty called and held oil the lGth day of July, 1969. 1
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Cniupany; whether
made heretofore or hereafter, w1a,mver appearing upon a certified copy of airy power of attorucy issued by the Co nparly, shall be
valid and binding upon the Company with the same force and effect as though manually affixed.”
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Co4iflany, this
24th day of....... _.................... SUne 81
------------------ 1
L1419 —Ctf. 201996 \- Assistant
• • Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to
this 36 day of
19 �! .
My commission expires:
op-4- 10. 4 ¢ Yr
CHANNEL CONSTRUCTORS, M
Bidder
OFFICIAL sP-r,t
ALVA C. VIARREN
NGY2:tY VLILIC -- C'i:G 9R F:4
PR:.`i'C'PAL GFFIC;l -N
ry
0 • Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Bidder
gna
Page
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.
Rirl rlen
WA
8 -6 Fgz
i73-joz3
77 = -I�zs
� L; A.as
NOTICE
The following are samples
completed and executed by the
letter of award from the City
0
of contract documents which shall be
successful bidder after he receives a
of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
All.costs associated with
documents shall be absorbed in
include those contained in (1)
Standard Specifications for Pu
the specifications of these co
the bid. Such specifications
each contract document and (2)
lic Works Construction (latest
aaopzea Tor use in zne 1,11y or Newport Beach), except as supp
or modified by the Special Provisions for th
project.
ntract
shall
the
edition
lemented
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 9
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
hereinafter designated as the "Principal ", a contract for
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,
as Principal,
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Doll ars.($ ),
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
•
•
Jul 1 ' IQRI
8.,yyam� the �_, i r COUiv:._
FROM: Public Works Department
SUBJECT: JASMINE CREEK STORM DRAIN, PHASE II (C -2182)
RECOMMENDATION:
M
July 14, 1981
CITY COUNC)J. GENDAI
ITEM N0. �/
Adopt a resolution awarding Contract No. 2182 to Channel Constructors,
Inc., for $197,430 and authorizing the Mayor and the City Clerk to
execute the Contract.
DISCUSSION:
At 11:00 A.M. on June 30, 1981, the City Clerk opened and read the
following bids for this project:
BID BID
POSITION BIDDER AMOUNT
1. Channel Constructors, Inc. $197,430
2. G. R. Frost, Inc. 230,676
3. Mike Prlich and Sons 233,300
4. Globe Const. Co. & Martin Plotkin, J.V. 243,840
5. Peter C. David Co. 247,984
6. Mark Dakovich Inc. 249,381
7. John T. Malloy & John T. Malloy, Inc., J.V. 260,729
8. Chino Pipeline 266,666
9. Sully- Miller Contracting Company 283,885
10. Christeve Corp. 292,372
It appears that the unusually low bid (15% below bid position 2 and
40% below the Engineer's estimate) is due to (1) a slackening of inflation of
construction costs since the estimate was prepared last December, (2) con-
tractor's willingness to perform work at little or no profit during the current
public works construction downturn, and (3) an approximate $10,000 clerical
error in the low bid computation.
• Channel Constructors, Inc., the low bidder, has affirmed its desire
to complete this project in accordance with the contract. Although Channel
has not performed previous contract work for the City, a check of their refer-
ences has indicated that they are a well qualified contractor who has success-
fully completed similar projects for other southern California agencies.
0
July 14, 1981
Subject: Jasmine Creek Storm Drain Phase II
Page 2
Jasmine Creek Storm Drain, Phase II, joins the current construction
of Phase I at approximately 50 feet north of Pacific Coast Highway in Iris
Avenue. Phase II then extends northbound to Fourth Avenue, eastward to the
first alley, then northward in the alley to join an existing 48- inch - diameter
reinforced concrete pipe approximately 80 feet south of Fifth Avenue (See
attached sketch).
With the completion of Phase II construction, storm runoff from the
entire drainage area, approximately 490 acres, will flow through the new pipe
system to the existing drain in Bayside Drive. The existing inadequate- sized,
deteriorated, and inaccessible pipe system will be sealed and abandoned in place
at Fourth Avenue between Iris and Jasmine Avenues.
Plans, special provisions and estimate for this project and for Phase
and the upstream inlet were prepared by Alderman, Swift and Lewis, Consulting
Engineers. Construction should begin in September and be completed in October.
Benjamin B. Nolan
Public Works Director
LRD:jo
Att
•
•
3
0
C
•
b
9
a
� 4
io
\4
i
%N ] ' ,
i 1.�
view
N z PEfY'�C frnNG PU J,P1 t... DAM
r
F--j L 1L I
t �
J
IWPBOR YIRW J
ALEVZV.749Y {1
SCAVOL
ROPOSED II
G
T
S S�U3 l •JLL> j51L
,` /& / 5 r
y�
�s`„icT ``�•F
INLET °v
CN CN CA Ca D, CL C °�
L� ff��
EXISt n T. JAn SMINE
�R€Eu Ly ATERA�L L4 V
C�C�C�
L J
E L L I L
-1MV L14 L m E J L �rl
V
•
PREPARED 8Y� CITY OF
� ���.� p4129
r6
BEACH. ' LOCATION OF,
ERMAN,SWIFT & LEWIS I JASMINE CREEK STORM DRAIN
CONSULTING ENGINEERS PH A9 E 14 IZ
a PROPOSED
STORM DRAINS
PLATE
2
zl 9L, D�
•�, �1, ,H�F��, I
��
\4
i
%N ] ' ,
i 1.�
view
N z PEfY'�C frnNG PU J,P1 t... DAM
r
F--j L 1L I
t �
J
IWPBOR YIRW J
ALEVZV.749Y {1
SCAVOL
ROPOSED II
G
T
S S�U3 l •JLL> j51L
,` /& / 5 r
y�
�s`„icT ``�•F
INLET °v
CN CN CA Ca D, CL C °�
L� ff��
EXISt n T. JAn SMINE
�R€Eu Ly ATERA�L L4 V
C�C�C�
L J
E L L I L
-1MV L14 L m E J L �rl
V
•
PREPARED 8Y� CITY OF
� ���.� p4129
r6
BEACH. ' LOCATION OF,
ERMAN,SWIFT & LEWIS I JASMINE CREEK STORM DRAIN
CONSULTING ENGINEERS PH A9 E 14 IZ
a PROPOSED
STORM DRAINS
PLATE
2
0
RESOLUTION NO.1.:�
f
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
(NO. C -2182) TO CHANNEL CONSTRUCTORS, INC.,
IN CONNECTION WITH JASMINE CREEK STORM DRAIN,
PHASE II
WHEREAS, pursuant to the notice inviting bids for work
in connection with Jasmine Creek Storm Drain, Phase II (C -2182)
and the plans and specifications heretofore adopted, bids were
received on the 30th day of June, 1981 at 11:00 a.m., and
publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is CHANNEL CONSTRUCTORS, INC.
NOW, THERFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of CHANNEL CONSTRUCTORS,
INC., in the amount of $197,430 be accepted, and that the
contract for the described work (Contract No. C -2182) be awarded
to said bidder; and
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this day of ?0L 14 , 1981.
ATTEST:
City Clerk
Mayor
HRC /pr
7/14/81
0
THE NEW PORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA.
ss.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the aae 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:
June 10, 1981
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
$each, California, thisl0 day of Junel9 81
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwv., Corona del Mar, California 92625.
•
This space is for the County Clerk's Filing Stamp
A
Notice
Proof of Publication of
Contract # 2182
PUBLIC NOTICE
NOTICE INVITING BIDS
Seated bids may b .ec.tved el the
o1Bce of the City Clerk, 33W N.wpon
Howwud, Newpon Beach, CA 92663
and 11 a.m. on the 30th day of Ina.,
1981, at which Bmb such bid. shat be
openedandreadte.'
JASMINE CBEER STORM DRAIN,
PHASE U
Conl.aal No. 2182
BnV1aM.'s &tim.le: $330,000
Approved by the City C...d 1hL
8th day o1 love, 1883. Weada 8:
And..., City Clink.
P.o.P.cOn bidden may obtain one
.W of bid docum.at. at .a ood at tha
.Mo. of the PubOC Work. Depanmenl,
3300 Newport 8ouleve.d, Newport
Beach, CA 82663.
Po, further intonation., call Lloyd
Delta , projeal..Vinee., at 60.2281.
PubWb: 1.. 10. 1881 da The
N.wpon 6vuVa. NE895
PROOF OF PUBLICATION 7- 409SNG -0
a- _a
TO: CITY COUNCIL
•• •41
VD
MU 3d
JUN 81'+?1 /%y/
FROM: Public Works Department
By U» CITY COUNCIL
CITY OF NSEWPORT AFACH
SUBJECT: JASMINE CREEK STORM DRAIN, PHASE II (C -2182)
RECOMMENDATIONS:
ORIGINAL
June 8, 1981
CITY COUNCIL AGENDA
ITEM N0. -/1
1. Accept the Negative Declaration of Environmental Impact
2. Approve the plans and specifications.
3. Authorize the City Clerk to advertise for bids to be opened at
11:00 A.M. on June 30, 1981.
DISCUSSION:
On May 27, 1981, the City Council instructed staff to proceed with
the preparation of contract documents for the construction of Jasmine Creek
Storm Drain, Phase II, and to construct Phase II during the 1981 -82 fiscal year.
Phase II joins the current construction of Phase I at approximately
50 feet north of Pacific Coast Highway in Iris Avenue. Phase II then extends
northbound to Fourth Avenue, eastward to the first alley, then northward in the
alley to join an existing 48- inch - diameter reinforced concrete pipe approximately
80 feet south of Fifth Avenue (see attached sketch).
With the completion of Phase II construction, storm runoff from the
entire drainage area, approximately 490 acres, will flow through the new pipe
system to the existing drain in Bayside Drive. The existing inadequate- sized,
deteriorated, and inaccessible pipe system will be sealed and abandoned in place
at Fourth Avenue between Iris and Jasmine Avenues.
The Engineer's estimate for construction of Phase II is $330,000. The
proposed 1981 -82 fiscal year budget includes a $330,000 appropriation for Phase II.
It is staff opinion that a prompt July award of Phase II will (1) take advantage
of the present competitive bidding situation in this area, thereby resulting in
lower bid totals; (2) minimize the inflationary erosion effect upon this sizable
appropriation; and (3) enable completion of the new pipe system prior to next
winter's storm season, thereby alleviating possible storm damage in Corona del Mar.
A Negative Declaration has been prepared by the Public Works Department,
approved by the Environmental Affairs Committee, and published by the City Clerk.
A copy is attached for reference. The initial study, including the environmental
checklist form, is also attached for reference.
Project clearance has been obtained from the California Regional Water
Control Board.
June 8, 1981 • • 041
SUBJECT: JASMINE CREEK STORM DRAIN, PHASE II (C -2182)
Page 2
Plans, special provisions and estimate for this project and for Phase I
and the upstream inlet were prepared by Alderman, Swift and Lewis, Consulting
Engineers. Construction should begin in August and be completed in October.
JZ41/ J. x�
Benjamin B. Nolan
Public Works Director
LRD:jo
Att.
J
y
0
i
1,
' c„ ����• -mil -.• �- . •_. � -M1� �\
k'•'YEC.FC� K� �'1'.
1� 11 ///
�J / _ t•c �r i Cif
� //r �rr
1 .'I+4e 17r ¢M� // <t1 l^4'. •,. -. -.j a 7� YW\ % 7 2 y?
IL
r , C
YS Jl 1 �"'n'. l v e a
N
C 44ReOR
� � _ D � 1•� �. � VIEW /( C -��' 1 :: "'t�s,, ; a.0
DP oaw
i PBS J+ s�
ol
�j-
;.
A,ELmiE
0
I
!J
__
r
!./Q,P,WR Y/EW
bL6hlFNTQRY
SCAJ00L
INLET
Dlc.
4y,
r
I LII C° CQ C� C OiJ
EX S JASMINE r�
j RuELKjLIIALTERA,IJ.
• �uii�uuuC�CUC�
,•�• L CI
�AYSJ D�
11 L
6� c i/
® *Fti D
r-E
PREPARED BY: CITY OF NEWPORT BEACH. LOCATION OF`
>LDERMAN,SWIFT RI LEWIS JASMINE CREEK STORM DRAIN +EXISTING & PROPOSED
CONSUL7ING ENGINEERS PHASE j
STORM 'DRAINS'.
4WO INLET
PLATE
N
00 00
JASMINE CREEK STORM DRAIN PHASE II
C -2181
NEGATIVE DECLARATION
BY
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROJECT LOCATION: The project origin is at a join to Jasmine Creek Storm
Drain, Phase I, located in Iris Avenue 50 feet north of Pacific Coast
Highway. The project extends northward in Iris Avenue to Fourth Avenue,
thence eastward to the first alley, thence northward in the alley to
join an existing conduit 80 feet south of Fifth Avenue.
PROJECT DESCRIPTION: Approximately 991 linear feet of 54 -inch diameter
reinforced concrete pipe RCP and appurtenant structures are to be placed
in trenches along the project location described above. Three new catch
basins with 18 -inch diameter RCP will be installed along Iris Avenue to
convey surface runoff into the 54 -inch RCP. The existing 36 -inch drain-
age conduit in the alley north of Fourth Avenue will be removed to 80
feet south of Fifth Avenue, and 272 linear feet of alley will be repaved.
Two grate inlets within the alley will be rebuilt to convey alley runoff
into the 54 -inch RCP.
Upon completion of work on the 54 -inch RCP, the existing 36 -inch diameter
conduit will be sealed and abandoned in place at Fourth Avenue.
PROJECT GOALS: The project will provide (1) increased capacity for storm
water runoff, thereby eliminating recurrent flooding of certain commercial
and residential property in old Corona del Mar, (2) access from city streets
to inspect, maintain and repair the storm drain, in contrast with the existing
storm drain, much of which was repaired by City forces, and (3) new storm
drain conduit to bypass and replace deteriorated sections of the existing
storm drain conduit.
4. EFFECT ON THE ENVIRONMENT: There will be no significant long -term irrevers-
ible or irretrievable effects on the environment. There will be minimal,
acceptable short -term disturbances of the environment due to construction
activity.
5. BASIS FOR NEGATIVE: This project is consistent with the General Plan of
the City of Newport Beach and could not have a significant effect on the
environment.
6. INITIAL STUDY: The City of Newport Beach Public Works Department has
prepared this Negative Declaration and its Initial Study in accordance with
Article 7, Chapter 3, Guidelines for Implementation of the California Envir
T
ental Quality Act of 1970. Copies of the Initial Study may be obtained fr
said department during normal business hours.
Benjamin B. Nolan
Public Works Director
LRD:jo 5/27/81
JASMINE CREEK STORM DRAIN, PHASE II
(C -2182)
INITIAL STUDY
BY
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONFORMANCE WITH THE GENERAL PLAN
This project is in accord with the General Plan of the City of Newport Beach
in particular, the "Conservation of Natural Resources Element" and the "Public
Safety Element."
B. ENVIRONMENTAL CHECKLIST FORM
An Environmental Checklist Form (Appendix I-- attached) has been completed as
a portion of this study. The following statements, referenced to questions
presented on the checklist, explain all "yes" and "maybe" answers:
II.I.b Disruption of native soils under pavement is required for the
placement of approximately 991 linear,feet of 54 -inch diameter
pipe. However, native soil will be replaced and recompacted
to approximately match the existing earth compaction, and the
surface will be repaved to match existing.
II.3.b Depending on intensity and duration of rainfall, the rate of
surface runoff within the alley between Jasmine and Iris
Avenues and north of Fourth Avenue could increase. Such
increases could occur since the new drainage pipe will pro-
vide increased capacity for runoff, thereby eliminating the
runoff "bottleneck" heretofore experienced at this location.
However, absorption rates, drainage patterns and amount of
surface water runoff within the drainage area will be unaltered.
II.3.c Flood waters previously contained in approximately 500 linear
feet of storm drain pipe located primarily under residential
property between Jasmine and Iris Avenues will be rerouted to
flow through pipe placed under Iris Avenue and Fourth Avenue.
The origin and terminus of flood water flow is to remain unaltered.
May 27, 1981
•• 0•
I
I
II.
11
APPENDIX I
ENVIRONMENTAL CHECKLIST FORM
(To be completed by Lead Agency)
BACKGROUND
1. Name of Proponent
2. Address and Phone
r
3. Date of Checklist Submitted May t7. 19i1
4. Agency Requiring Checklist d�7a' Noach
5. Name of Proposal, if applica __g" n_ co-g" P , ,-Ay
ENVIRONMENTAL IMPACTS
(Explanations of all "yes" and "maybe" answers are required
on attached sheets.)
1. Earth. Will the proposal result in:
a. Unstable earth conditions or in
changes in geologic substructures?
b. Disruptions, displacements, com-
paction or overcovering of the soil?
c. Change in topography or ground
surface relief features?
d. The destruction, covering or
modification of any unique geologic
or physical features?
e. Any increase in wind or water
erosion of soils, either on or off
the site?
f. Changes In deposition or erosion
of beach sands, or changes in
siltation, deposition or erosion
which may modify the channel of
a river or stream or the bed of
the ocean or any bay, inlet or lake?
YES MAYBE NO
K
— x
X
X
X
X
K
— x
0 �xr? - 0
I2
YES MAYBE NO
g. Exposure of people or property to
geologic hazards such as earthquakes,
landslides, rnudslides, ground failure,
or similar hazards'?
2. Air. Will the proposal result in:
a. Substantial air emissions or
deterioration of ambient air quality'?
b. The creation of objectionable
odors?
c. Alteration of air movement,
moisture or temperature, or any
change in climate, either locally
or regionally?
3. Water. rlill the proposal result ir.:
a. Glances in currents, or the course
or direction of water movements, in
eiLner marine or fresh waters'?
,,. Changes in absorption rates,
drainaCe patterzn, or the rate
ana amount of surface water runoff.
C. Alterations Lo the course or
flora of flood 'viat,:ro?
d. Change in the amount of surface
wat,,: in any :eater bode'?
c. i:ise'harge into zur£ace ::atcr::, or,
iii an;; alteration of urfure ,aatcr
quality, including but not iimiteu
to termperature, dissolved oxygen or
t..0 6idita"':'
1', i, itur•ati :r: of thc. u.ir ct.ior: or
rate of flow of ground waters-?
Cl;ante in the .juantit;i of ground
oater•c, either thr•oui;n direct addition;:
or aithJra:vals, or- through interception
o£ an aquifer b,. cut, or e:: ,:avation:: ,
F-A
x
.L
9
X
X
K
K
/!
X
U
13
YES MAYBE NO
h. Substantial reduction in the
amount of water otherwise available
for public water supplies? X
I. Exposure of people or property
to water related hazards such as
flooding or tidal waves? x
4, Plant Life. Will the proposal result
TH:—
a. Change in the diversity of species,
or number of any species of plants
(including trees, shrubs, grass,
crops, microflora and aquatic plants)? X
b. Reduction of the numbers of any
unique, rare or endangered species
of plants? x
C. Introduction of new species of
plants into an area, or in a barrier
to the normal replenishment of
existing species?
d. Reduction in acreage of any
agricultural crop? J_
5. Animal Life. Will the proposal
resu n:
a. Change in the diversity of
species, or numbers of any species
of animals (birds, land animals
Including reptiles, fish and
shellfish, benthic or anisms,
insects or microfaunag?
—
_y
b. Reduction of the numbers of any
unique, rare or endangered species
of animals?
—
K
C. Introduction of new species of
animals into an area, or result in
a barrier to the migration or
movement of animals?
d. Deterioration to existing fish
or wildlife habitat?
— X
11
• -;Sy. •
14
YES MAYBE
NO
6.
Noise. Will the proposal result in:
a. Increases in existing noise
X
levels?
b. Exposure of people to severe
noise levels?
W
7.
Light and Glare. Will the proposal
produce new light or glare?
X
8.
Land Use. Will the proposal result in
as substantial alteration of the
present or planned land use of an
area?
K
9.
Natural Resources. Will the
proposal result in:
a. Increase in the rate of use of
any natural resources?
X
b. Substantial depletion of any
nonrenewable natural resource?
K
lU.
Risk of Upset. Does the proposal
involve a risk of an explosion or
the release of hazardous substances
(including„ but not limited to, oil,
pesticides, chemicals or radiation)
in the event of an accident or
upset conditions?
1 ?..
Population. Will the proposal alter
the location, distribution, density,
or grov,th rate of the human popu-
lation of an area?
1 ?..
Housing. Will the proposal affect
exist -ing housin[;, or create a
demand for- additional housing'?
�
Transportation /Circ:ula"ion. !dill
tnc fmoposa] result in:
a. Generation of substantial addi-
tional vehicular movement? Y
_X
•, tf
w
r,
n
f
C
b, Effects on existing parking
facilit:ics, or deman-0.. for new
parking?
C. Substantial impact upon existing
transportation systems?
d. Alterations to present patterns
of circulation or movez:nent of
people and /or goods?
e. Alterations to waterborne, rail
or air traffic?
f. Increase In traffic hazards to
motor vehicles, b.'i.cyclists . or
pedestrians? `
114. Public Services. Will the proposal
have an c� e`- ct upon, or result in
a need for new or altered govern-
mental services In any of the
following areas:
a. Fire protection?
b. Police protection?
C. Schools?
d. Parks or other recreational
facilities?
e. Maintenance of public facili-
ties,'including roads?
f. Other. governr: .,tal services?
15. EneraL - V)ill the proposal result: in:
a. Use of substantial amounts of
fuel or energy?
b. Substantial increase In demand
upon existing :svur.ces of energy,
- or require the development of new
sources of energy?
YES i i'i YF3i, NO
A
_X
X
— _ _Y_
X
16
YES
MAYBE NO
16.
Utilities. Will the proposal result
in a need for new systems, or
substantial alterations to the
following utilities:
a. Power or natural gas?
�(
b. Communications systems?
X
C. Water?
d. Sewer or septic tanks?
t
e. Storm water drainage?
f. Solid waste and disposal?
17.
Human Health. Will the proposal
re s u7�� .
a. Creation of any health hazard or
potential health hazard (excluding
mental health)?
X
b. Exposure of people to potential
health hazards?
13.
Aesthetics. Wiil the proposal result
in the obstruction of any scenic
vista or view open to the public, or
will the proposal result in the
creation of an aesthetically
offensive site open to public view? _
_ -X_
1
Recreation. Will the proposal result
in an impact upon the quality or
quantity of existing recreational
opportunities?
20.
Archeological /Historical. Will the
proposal result in an alteration
of a :;ignificai t trcheologi.cal or,
i.istorlcal Bite, :'trncti ire, object
or building?
X
11
17
YES MAYBE NO
21. Mandatory Findings of Significance.
(a) Does the project have the potential
to degrade the quality of the environment,
substantially reduce the habitat of a fish
or wildlife species, cause a fish or wildlife
population to drop below self sustaining
levels, threaten to eliminate a plant or
animal community, reduce the number or
restrict the range of a rare or endangered
plant or animal or eliminate important
examples of the major periods of California
history or prehistory?
b. Does the project have the poten-
tial to achieve short -term, to the
disadvantage of long -term, environ-
mental goals? (A short -term impact
on the environment is one which
occurs in a relatively brief,
definitive period of time while
long -term impacts will endure
well into the future.)
c. Does the project have Impacts
which are individually limited,
but cumulatively considerable?
(A project may impact on two or more
separate resources where the impact
on each resource is relatively
small, but where the effect of the
total of those impacts on the
environment is significant.)
d. Does the project have environ-
mental effects which will cause
substantial adverse effects on
human beings, either directly
or indirectly?
X
X
k
X