Loading...
HomeMy WebLinkAboutC-2188 - Sewer Main Improvement, Via Lido Soud Phase Ir Sohn T. Mal.loY & Jo m T. Inc. 606 iort1.1 Ix?Y'CiuTe.^.'nt, Ho') Los Angeles, California 90004 Subject: Surety Ohio Casualty iisurance Company Bonds Imo. 2- 160 -942 Project Via Lido Soud Sev:, :,r Impro t ment, Phase I Contract No: 2188 rl'he City Council on May 11, 1 °81 acc:sptehl tYie work of subject project arcl auchorized the City Clerk to file a 14ati.ce of Completion and to re.lr:ase the bonds 35 days aftea. Notice of Completion has been file.... N0t1Ce OP'I CO;i171_E.tiO11 4Jd::i filed taltl). t:he C)r2iYl �rE'. CCUTSty F%eC.OY'deY on May 18, 1.981 in 14061, Page 1861?. Please notify your surr:ty cau' auny t1'uat th -e bonds may }J , releasa.a 35 days after the recorcl:i.ng da;:e. 1111 N7A B. A"NC?TIOI EN 1 E'A:cla CC: F' blic Works Deparnnent C'I {'y' REC) >- '.�OtSTED Ily CI, ! o �Us'i ci 1 i -O NOTICE OF COMPLETION d BK 1 4061 PC 1 B6S. PUBLIC WORKS I EY._ "1tPT C12 RECORDED IN OFPCIAL If CORN Of ORANGE COUNTY, CALIFORNIA -130 PM MAY 18 181 LEE A. BRANCH, County Recorder "I o All Laborers and "laterial iVIen and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 9,1981 the Public Works project consisting of Via Lido Spud Sewer Main --Imgrouemeutr--- Phase I (C -2188) _ on which John T. Maly & John T. Malloy Inc. 606 Larchmont Blvd_, #3n6 T, -A. was the contractor, and Ohio Casualty Insurance Company California 30004_ was the surety, was completed. VERIFICATION I, the `> rrler6igned, say: CITY OF NEWPORT BEACH r lic Vorks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 12, 1981 at Newport Beach, California. Publ c 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�Ma�> 11�_' ?81 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare '_,nder penalty of perjury that the foregoing is true and correct. Executed e. May 1 2, 1981 at Newport Beach, California. City Clerk CITY CLERK - NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 PM on the 13-1h day of November 1980, at which time suc bids shall be opened and read for VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I Title of Project 2188 Contract No. $130,000 Engineers Estimate • • ' , Approved by the City Council this 27th _ day�of Oct. 1980. ores ue City Cl Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilbert Wong at 640 -2281. Project Engineer 0 4 PROPOSAL VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I Title of Project 2188 Contract No. $130,000 Engineer's Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: Page I The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract 2188 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1,264 Clean existing 12" diameter sewer main Linear Feet and furnish and install HOPE "slip liner." @ Thirty -eight Dollars and No Cents $ 38.00 $48,032.00 Per Linear Foot 2. 847 Construct 8" diameter "piggyback" Linear Feet sewer pipe. @ Forty Dollars and No Cents $ 40.00 $33,880.00 Per Linear Foot 3. 635 Furnish and install 4" diameter Linear Feet house connection. Abandon and seal existing H.C. at property line. Thirty -eight Dollars and No Cents $ 38.00 $24.130.00 Per Linear Foot . 4 Page la ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 9 Construct terminal cleanout for 8" Each "piggyback" sewer pipe @ Six Hundred Fifty Dollars and No Cents $ 650.00 $ 5,850.00 Per Each 9 Install inside drop manhole system Each for 8" "piggyback" sewer pipe @ Seven Hundred Fifty Dollars and No Cents $ 750.00 $ 6.750.00 Per Each Lump Sum Provide temporary sewer by -pass @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Forty -two One Hundred Nineteen Thousand One Hundred / Dollars and No Cents 391693 A Contractor's Lic. No. & Classification 1R u0 $ 119,142.00 JOHN T. MALLOY & JOHN T. MALLOY, INC., J.V. Bidder 606 N. Larchmont, Los Angeles, CA 464 -2705 Bidder's Address Bidder's Telephone No. . • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 391693 A Contr's Lic. No. & Classification November 12, 1980 Date JOHN T. MALLOY & JOHN T. MALLOY, INC., J.V. Bid S /John T.. MallOV�President Authorized Signature /Title DESIGNATION OF SUBCONTRACTOR(S) 0 Page 3 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 he 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. Clean & Line Rodding & Cleaning Los Angeles_ CA 10 12 JOHN T. MALLOY & JOHN T. MALLOY. I Bidder S /John T.T. Malloy, 6wner, President Authorized Signature /Title • • Page 4 FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, JOHN T. MALLOY & JOHN T. MALLOY INC.. a Joint Venture as bidder, and OHIO CASUALTY INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Amount Bid in * * * * * * * * * * * Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of VIA LIDO SOUD SEWER I Title o 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. of IN WITNESS WHEREOF, we hereunto set our hands and seals this 13th day November 1980. JOHN T MALLOY & JOHN T MALLOY INC J.V. Bidder (Attach acknowledgement of Attorney -in -Fact) Qg'f . S /John T. Malloy S /Patricia Haran, Notary Public Authorized Signature/Title- Commission expires April 19, 1982 OHIO CASUALTY INSURANCE COMPANY Surety By S /S. M. Title Attorney -in -Fact • 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Bidder ShnhnT Mallo/ yt y Owner President Authorized Signature /Title Subscribed and sworn to before me this 13th day of November 19 80. My commission expires: April 19, 1982 _ S Patricia Haran Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY • Page 6 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. JOHN T. MALLOY & JOHN T. MALLOY, INC., Joint Venture Bidder S /John T. Malloy, Owner, President Authorized Signature/Title 10 • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1980 Newport Beach 1980 Newport Beach JOHN T. MALLOY & JOHN T. MALLOY. INC.. J.V. Bidder S John T. Malloy. Owner President Authorized Signature /Title Page 8 N O T I C E 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 y, except as supplemented or modified by the Special Provisions for this project. KNOW ALL MEN BY THESE PRESENTS, That 0 Page 9 PAYMENT BOND BOND NO. 2- 160 -942 WHEREAS, the City Council -of the City of Newport Beach, State of California, by motion adopted November 24 1980, has awarded to JOHN T MALLOY & JOHN T. MALLOY INC., a Joint Venture, hereinafter designated as the "Principal ", a contract for VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I, CONTRACT NO. 2188 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 JOHN T. MALLOY & JOHN T. MALLOY, INC., A JOINT VENTURE as Principal, and OHIO CASUALTY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED NINETEEN ONE HUNDRED FORTY -TWO & 00 /100 --**'Dollars ($119,142.00 ), 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 , 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 3RD day Of DECEMBER , 19 80 Approved as to form: City ttorney JOHN T. MALLOY & JOHN T. MALLOY, INC. A JOINT VENTURE (Seal) Name of Contra�c�toorr� Principal Authorized Signaturb and Title Authorized Signature and Tit e OHIO CASUALTY INSURANCE COMPANY (Seal) Name of Surety P. 0. BOX 4068, VALLEY VILLAGE STATION v Signature and Tit e OF- ut o zed gen T. L. O'LOUGHLIN, ATTORNEY -IW� ACT 41 I o Agent (213) 240 -4310 Telephone No. of Agent \ « / o » :} 4 : o : : « : > � \ : o : * : 2 } § e w § � } � § ¥ ( 7 0 �& > m ° — ; a� in « # , r 00-' z .\ \OW }( } }} jk { } | CL r - ia :I f ( (n�\' CL » ®� /\ / j �! ` ` : \ W 2 ___: % / \ Zr (\ ! \ \ ( | ` Po ! $> }q cr. \�\ } \ ^ � - ;=>CL E o so }./ CL o }\� / /[\ m}& {- / 0 }f `' § \ V $ ƒ \ « / o » :} 4 : o : : « : > � \ : o : * : 2 } § e w § � } � § ¥ FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 11 BOND NO. 2- 160 -942 PREMIUM: $1,430.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 24. 1980, has awarded to JOHN T. MALLOY & JOHN T MALLOY INC a Joint Vantnra hereinafter designated as the "Principal ", a contract for VIA LIDO SOUD SEWER IMPROVEMENT PHASE I CONTRACT NO. 2188 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, JOHN T. MALLOY & JOHN T. MALLOY, INC. A JOINT VENTURE as Principal, and OHIO CASUALTY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED NINETEEN THOUSAND ONE HUNDRED FORTY -TWO & 00 /10q)ollars ($ 119,142.00` * * -* ,y, 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 , Faithful Performance Bond (Continued) 0 Page 12 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 3RD day of DECEMBER 19 80 JOHN T. MALLOY & JOHN T. MALLOY, INC. A JOINT VENTURE (Seal) Name of Contractor (Principal) q tl �I � Authorized Signature a d Title Authorized Signature and Title ' OHIO CASUALTY INSURANCE COMPANY (Seal) Name of Surety P. 0. Box 4068, VALLEY VILLAGE STATLON NORTH HOLLYWOOD, CA 91606 Signature and Title of Authorized Agent T. L. O'LOUGHLIN, ATTORNEY -IN -FACT Approv d as to form: 431 N. BRAND BLVD., GLENDALE, CA 91203 Address of Agent City Attorne (213) 240 -4310 Telephone No. of Agent m TO o D .............y... n °. " c m " Z • 3 o l� -� e y o u Q FL LO CL O. m <aynn 0_A C`1 » 9 Ty Y e o s n E v 0.m .Oi O 7 S n TmnV � 0 0 :c LO 9L e < a V o _ 0 .� �000 C-) \ n 7 » < mo n D ^ o, w •° c n T O_ n O m^ d m 5 CL T D a ^ o ° „ ° o o0 ^ °n C, 00 `! " O 0..� N N ' 7• 0 P n mn O. " a' n m 0 .o n n n n a 'rl d I--3 a 77 Cf7 a C1 'rl 7J �C 0 CONTRACT • Page 16 THIS AGREEMENT, entered into this 12th day of ai , 19 R, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and hereinafter "Contractor, "is made with reference to t e of owing facts: (a) City has heretofore advertised for bids for the following described public work: ISTM1111 1 L I 9,111TA I u I V1 '.' Si , (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: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I 2188 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 One Hundred F - o ($ 119 142.00 ). This compensation includes 1 I any loss or damage arising from t e 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 VIA LIDO SOUD SEWER IMPROVEMENT. PHASE I 2188 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 Clerk APPROVED AS TO FORM: City Attor6ey CITY OF NEWPORT BEACH By Its By Its �1 Mayor Contractor CITY CONTRACTOR 0 VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 INDEX TO SPECIAL PROVISIONS Section Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . 1 II. COMMENCEMENT AND COMPLETION OF WORK . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . 1 V. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . 2 VI. NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . 2 IX. GUARANTEE . . . . . . . . . . . . . . . . . . . . . 2 X. SEWAGE SERVICES . . . . . . . . . . . . . . . . . . 2 XI. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 3 A. Slip Lining Sewer Main . . . . . . . . . . . . . 3 B. 8 -Inch Diameter Piggyback Sewer Line. . . . . . 4 II III L] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 0 VIA LIDO SOUD SEWER MAIN IMPROVEMENT, PHASE I CONTRACT NO. 2188 SCOPE OF WORK SP 1 of 4 The work to be performed under this contract consists of constructing approxi- mately 850 lineal feet of 8 -inch "piggyback" sewer pipe with terminal cleanouts, slip lining approximately 1,250 lineal feet of existing 12 -inch sewer main with high- density polyethelyne (HDPE), replacement of house connections (HC), and other incidental related work. The contract requires the completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. 5- 5090 -5), the City's Standard Special Provisions and Standard Drawings, the Standard Specifications for Public Works Construction, 1979 Edition, including supplements to date. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard S ecial Provisions and Standard Drawings may be purchased at the Engi- neer's office for 5. COMMENCEMENT AND COMPLETION OF WORK The Contractor shall calendar days after first. No work will January 2, 1981. PAYMENT complete all the start of be permitted The unit price bid for each item sidered as full compensation for things necessary to complete the be made therefor. work on this contract within 45 consecutive work or by January 30, 1981, whichever comes during the period of December 22, 1980 to of work shown on the proposal shall be con - all labor, equipment, materials, and all other work in place, and no additional allowance will Payment for all items of work riot separately provided for in the proposal shall be included in the prices bid for other items of work. IV. TRAFFIC CONTROL AND ACCESS Vehicular and pedestrian access shall be maintained at all times for all residences adjacent to the project area; except where necessary conditions preclude such ac- cess for reasonable periods of time as determined by the Engineer. At the end of each work day, open trench shall be securely plated to allow vehicular access. 9 • SP2of4 The City can provide, free of charge, 1" thick, 4' x 8' and 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Corporation Yard at 592 Superior Avenue. V. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be provided by City. VI. NOTICES TO RESIDENTS Between 40 and 55 hours before closing or restricting local vehicular access to and from street or driveway approaches, the Contractor shall distribute to each affected residence a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice shall be prepared by the Engineer. The Contractor shall write in the applicable dates and hours of restricted vehicle access when he distributes the notices. VII. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. VIII. SURFACE AND GROUNDWATER CONTROL Surface and groundwater may be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diver- sion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. The Contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the Engineer. IX. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever, including trench and pavement settlement. Any such defects shall be repaired at the Contractor's expense. X. SEWAGE SERVICES It shall be the Contractor's responsibility to maintain sewer service for adjacent property owners during all phases of construction. Method used must be approved by the Engineer. • • SP3of4 XI. CONSTRUCTION DETAILS A. Slip Lining Sewer Main Cleaning The existing 12" VCP /CIP sewer shall be cleaned free of debris, tubercu- lation, and other obstructions prior to insertion of the polyethylene liner. Method of cleaning shall be approved by the Engineer. 2. Material a. Liner The slip liner shall be high density polyethylene pipe (HDPE). HDPE pipe shall be low pressure rated (pressure rating of 43 psig. minimum) and shall be produced from Type III, Category 5, Grade 34 material per ASTM D- 1248 -74 and have the Plastic Pipes Institute designation of PE 34; and shall be Driscopipe 7600 as manufactured by Phillips Products Co., Inc., or Nipak, as manufactured by Nipak Piping Co. The type of plastic material (PE34) and the pressure rating shall be marked on each section of pipe. The HDPE pipe shall have a nominal size of 10 inches with an average O.D. of 10.750 inches and a minimum wall thickness of 0.331 inches. b. Joints The joints shall be leakproof, thermal butt fusion as recommended by the manufacturer. All fusion must be done by personnel trained by the pipe supplier or other qualified persons approved by the Engineer. The Engineer may request certified lab data to verify the physical properties of or may take random samples and have them tested by an independent testing laboratory. c. Manhole Connection The annular space between the liner (HDPE) and the existing 12" sewer main shall be sealed at existing sewer manhole per HDPE pipe manu- facturer's written specifications, subject to the Engineer's approval. 3. Installation Method of installation shall conform to HDPE pipe manufacturer's install- ation manual. A bumper protection shall be provided to prevent sharp edges of broken out sewer pipe from scoring the exterior area of the liner as it is being pulled through the pipe. • • SP 4 of 4 Contractor shall exercise caution such that the HDPE liner is not stretched beyond its elastic limit. Once started, the pulling operation shall continue to completion. Insertion speed is normally at about a slow walking speed. After insertion, a minimum of 12 hours shall be allowed for the liner pipe to reach temperature and stress stabilization. B. 8 -Inch Diameter Piggyback Sewer Line The Contractor shall select either alternative specified and shall use the selected material homogeneously for items 2, 3, and 4 of the proposal. MatpriAlS a. Vitrified Clay Pipe (V.C.P.) (1) Pipe and Fittings Sewer pipe and fittings shall be extra strength and shall con- form to the requirements of ASTM C700. b. Polyvinyl Chloride (P.V.C.) (1) Pipe and Fittings Sewer pipe and fittings shall be Polyvinyl Chloride (P.V.C.) SDR 35 and shall conform to the requirements of ASTM D1784 and 3034. 2. House Connections (H.C.) The Contractor shall verify the exact location of existing house con- nections (H.C.) at property line prior to laying new pipe. Existing 4" or 6" diameter V.C.P. H.C. shall be sealed with a clay stopper as manu- factured by Mission Clay Products Corporation or approved equal. 3. Manhole Connection a. Vitrified Clay Pipe (V.C.P.) The V.C.P. shall be grouted in manhole wall. b. Polyvinyl Chloride (P.V.C.) The following methods are acceptable: (1) Manhole couplings providing elastomeric gasket seal. Unit is grouted into manhole wall. Pipe inserts into coupling. (2) Waterstop in various forms (e.g. flexible boot or sleeve, 0 -ring or gasket) produced from elastomeric compound is grouted or locked into manhole wall. Pipe inserts into waterstop. (3) Grouted connections directly to PVC pipe may be effective if the pipe at the connection is first softened with solvent and covered with sand. May 11, 1981 CITY COUNCIL AGENDA ITEM NO. 'F— r 4q-" TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF VIA LIDO SOUD SEWER MAIN IMPROVEMENT,, PHASE I (C -2188) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the Via Lido Soud sewer main improvements has been completed to the satisfaction of the Public Works Department. This project provided for the plastic lining of approximately half of that portion of the Lido Isle sewer which is below the water table. This line was badly cracked, allowing the infiltration of water.and sand. Since the liner has been installed, the use of electric power for the pump station has been reduced 20%. Funds for the repair of the remainder of the deep sewer are included in the proposed budget for 1981 -82. The bid price was $119,142.00 Amount of unit price items constructed 125,737.00 Amount of change orders 25,556.22 Total Contract cost 151,293.22 Some of the existing sewer laterals were not as.shown on the original plans, requiring extension of the piggy -back line and changes in the lateral lengths. These changes resulted in the increase in the amount of the unit price items constructed. Prior to installing the plastic liner in the existing main line sewer, the line was checked for obstruction by means of a television camera. This revealed four locations in the Via Genoa area where the pipe was broken and sufficiently displaced to prevent the insertion of the liner. The contractor was directed to repair these four brea.ks on a time and material basis. Since the sewer in this area is approximately 14 feet deep and 2 to 3 feet below the water table, it was necessary to install two dewatering wells and perform the work inside a steel shield. The wells were located so as to be used for all four breaks, but a separate excavation using the shield was required for each break. The cost of this work was $25,369.22.. A second change order, in the amount of $187.00, was issued to cover the cost of exploratory potholing to located one of the house laterals. 0 L� May 11, 1981 Subject: Acceptance of Via Lido Soud Sewer Main Improvement, Phase I (C -2188) Page 2 Funds were budgeted in the General Fund, Sewer Maintenance Account. The design engineering was performed by the Public Works Department. The contractor is John T. Malloy of Los Angeles. The contract date of completion was January 30, 1981. By mutual agreement, the start of work, originally scheduled for early December, was delayed until after the holiday season. The extra work further delayed com- pletion of the project until April 9, 1981. apv�' 4;�')/ )�z Benjamin B. Nolan Public Works Director GPD:jd CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2188 OFFICE OF THE CITY CLERK (714) 640 -2251 Date 1 -6 -81 Project Via Lido Soud Seer Improvement, Phase I Attached is signed copy of subject contract for transmittal to the contractor. Contractor: John T. Malloy & John T. Malloy Inc., a Joint Venture Address: 606 N. Larchmont Blvd., #306, Los Angeles, CA 90004 Surety: Ohio Casualty Insurance Ccmg>any Amount: $ 119,142.00 Effective Date: November 24, 1980 Resolution No. 9925 Wanda Andersen Attachment cc: Finance Department City- hall • 3300 Newport Boulevard, Newport Beach, California 92663 TO: CITY CLERK FROM: Public Works Department E December 30, 1980 SUBJECT: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I, C -2188 Attached are four copies of the subject contract documents. Please have executed on behalf of the city, retain your copy and the insurance certificates, and return the remaining copies to our department. 4/ Gilbert Wong Project Engineer GW:em Att. . CERTIFICATE OF INSURANCE Page 13 : ERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 606 N. Larchmont Blvd., 306 Los Angeles, CA 90004 1 INSURAN Company COMPANIES P A AETNA CASUALTY & SURETY COMPANY L'umpany B Letter Company C Letter Company D Letter Company 1 attar E -his is to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). OMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 ETTER TYPE OF INSURANCE No. Exp. Each Date Occurrence Aqqreqate GENERAL LIABILITY G� Comprehensive Form Bodily Injury $ $ ® Premises - Operations ® Explosion . C::llapse Hazard Property Damge $ $ U Underground a_ard ® Products/'.o pleted- Operations A Hazard 83GL 3 -27 -81 Bodily Injury ® Contract::::'. Insurance 104327 and Property $ 500 $ 500 ® Broad Form Property Damage Damage Combined Dt Independent --ontractors U Personal Injury Personal Injury $ 500 0 Marine 0 Aviation AUTOMOTIVE LIABILITY iI Comprehensive Form Bodily Injury $ Each Person A 83FJ 3 -27 -81 $ Bodily Injury ® Owned 99094 Each Occurrence [A Hired Pro erty Damage $ Bodily Injury and [.Non -owned Property Damage $ 500 Combined E. JSS LIABILITY A Unbrtlla Form 83XS 6 -12 -81 Bodily Injury Other than Umbrella Form 10077 and Property $1,000 $ 1,000 Damage Combined -- WuRKERS COMPENSATION Statutory A and g3CK ac EMPLOYER S LIAF.`LITY 955339 4 -1 -81. Accident )TE: The Comprehensive General '.A abi :ity or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). tiNCELLATION Should any o, the above described policies be cancelled or coverage reduced before th.e expiration date thereof, the Insurance Company affording c ..-erage shall provide 30 days' advance notice to the certificate holder by m<. , Attention:: Public Work_. Department ui L 4 Agency: I.,'......,. e;._.i,i %y 12 -3 -80 Authorized Representative ...II " 3 DateIsss, ascription of operatioasjl,rations; vehicles: 'A', operations performed for the City of Newport >ach by or on behalf of the named insured in connection with the following designated contract: VIA LIDO SOLID SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project title and contract number TICE: Thi certificate or verification of insurance is not an insurance policy and does not amen.:, extend or alter the coverage afforded by the policies listed herein. Notwith- stan,iing any requirement, term, or condition of any contract or other document with res,u,:ct to which this certificate or verification of insurance may be issued or may per-. %in, the insurance afforded by the policies described herein is subject to all j the terms, exclusions and conditions of such policies, including attached endorsements. CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 1. 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 insures 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 th,. s 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 additionai insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insureds) shall apply as primary insurance and no other insurance maintained by the City of iewport Beach will be called upon to contribute with insurance provided by tis policy. 2. The policy incl;:des the following provision: "The insurance afforded by the policy applies separately to each insured who is seek4 ng coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ Property Damage Liability ( X) Single Limit Bodily Injury Liability and Property Damage Liability Combined each occurrence $ each occurrence 500 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 pr-_vide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: VIA LIDO SOLID SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project Title and Contract No.). This endorsement is effective Decefnber 3, 1980at 12:01 A.M. and forms a part of Policy No.83FJ99094 Named Insured JOHN T. MALLOY Endorsement No. AETNA CASUALTY AND{�}/� Name of Insurance Company SURETY COMPANY By C1�nJ ��Lll Authorized Representative CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 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 a *forded 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 Cc:r.pany's liability." 3. The insurance a=-orded by the policy for Contractual Liability Insurance (subject to the terms, condi.cns and exclusions applicable to such insurance) includes liability assumed by the na-.ec insured under the indemnification or hold harmless provision con- tained in the wrir.en cen.tract, designated below, between the named insured and the City of Newport 3each. 4. With respect to such insurance as is affe: �d by this policy, the exclusions, if any, pertaining to the explosion hazard, collap; _, hazard and underground property hazard (corrrnonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( A Single Limit Bodily Injury Liability $ 500,000. 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 state' 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. Should the policy be cance".ed or coverage reduced before the expiration date thereof, the Insurance Company shali provide 30 days' advance notice to the City of Newport Beach by registered Tail, Attention: Public Works Department Designated Contract: VIA LIDO SOLID SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project Title and Contract No. his endorsement is effective December 3, 1980 at 12:01 A.M. and forms a part of olicy No. 83G1104327 amed Insured JOHN T. MALLOY Endorsement No. AETNA CASUALTY AND ame of Insurance Company SURETY COMPANY It 40 Authorized Representative t : ERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 606 N. Larchmont Blvd. Los Angeles, CA . CERTIFICATE OF INSURANCE • Pa a 13 #306 90004 INSURANCE COMPANIES AFFORDING COVERAGES Company Letter A AETNA CASUALTY & SURETY COMPANY Company B Letter Company C Letter Company D Letter Company E Letter his is to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). OMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 ETTER TYPE OF INSURANCE No. Exp. Each Date Occurrence Aggregate GENERAL LIABILITY 5i Comprehensive Form Bodily Injury $ $ ® Premises - Operations ® Explosion & Collapse Hazard Property Damge $ $ 13 Underground Hazard ® Products /Completed - Operations A Hazard 83GL 3 -27 -81 Bodily Injury ® Contractual Insurance 104327 and Property $ 500 $ 500 ® Broad Form Property Damage Damage Combined DJ Independent Contractors F.2 Personal Injury Personal Injury $ 500 0 Marine ❑ Aviation AUTOMOTIVE LIABILITY (A Comprehensive Form Bodily Injur $ Each Person A 83FJ 3 -27 -81 $ Bodily Injury ® Owned 99094 Each Occurrence Li9 Hired Pro ert Dama e S �\ Bo i y Injury and L3 Non -owned Property Damage $ 500 Combined _ EXCESS IiBILITY A EA Unbrella Form 83XS 6 -12 -81 Bodily Injury Other than Umbrella Form 10077 and Property $1,000 $ 1,000 Damage Combined WORKERS COMPENSATION Statutory A and EMPLOYER'S LIABILITY g3CK 955339 4 -1 -81- $100 Accident) JE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). ±NCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the certificate holder by mail, Attention: Public Works Department Agency: f:��.,'I+ Ii.'.:. _,,, r . -'i ( 12 -3 -80 Authorized Representative ` " = ' ate ssue -scription of operations /locations /vehicles: All operations performed for the City of Newport ?ach by or on behalf of the named insured in connection with the following designated contract: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project title and contract number 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. It is agreed that: • - • _- _ • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT 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 tnis 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 ( X) Single Limit Bodily Injury Liability $ 500,000. 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: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project Title and Contract No.). This endorsement is effective December 3, 1980at 12:01 A.M. and forms a part of Policy N0.83FJ99094 Named Insured JOHN T. MALLOY Endorsement No. AETNA CASUALTY AND Name of Insurance Company 11 presentative JY • • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: I. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( � Single Limit Bodily Injury Liability $ 500,000. 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. 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 Designated Contract: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project Title and Contract No. his endorsement is effective December 3, 1980 at 12:01 A.M. and forms a part of o icy No. 83G1 104327 amed Insured JOHN T. MALLOY Endorsement No. AETNA CASUALTY AND ame of Insurance Company SURETY COMPANY By Authorized Representative CERTIFICATE OF INSURANCE I City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 T. 606 N. Larchmont Blvd., #306 Los Angeles, CA 90004 1 Page 13 ING COVERAGES r� A AETNA CASUALTY & SURETY COMPANY I 8 ny C r_ ny D r ny E I Letter his is to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). OMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 ETTER TYPE OF INSURANCE No. Exp. _ Each Date Occurrence Aggregate GENERAL LIABILITY [R Comprehensive Form Bodily Injury $ $ ® Premises - Operations ® Explosion & Collapse Hazard Property Damge $ $ ® Underground Hazard 9 Products /Completed- Operations A Hazard 83GL 3 -27 -81 Bodily Injury ® Contractual Insurance 104327 and Property $ 500 $ 500 ® Broad Form Property Damage Damage Combined DO Independent Contractors 0 Personal Injury Personal Injury $ 500 ❑ Marine ❑ Aviation AUTOMOTIVE LIABILITY m Comprehensive Form Bodily Injury $ Each Person A © Owned 83FJ 99094 3 -27 -81 $ \ Bodily Injury Each Occurrence [� Hired Pro e Da rt $ \�\ Bo i y Injuma ry ae nd Non -owned Property Damage $ 500 Combined EXCESS LIABILITY A ❑ Unbrella Form 83XS 6 -12 -81 Bodily Injury El Other than Umbrella Form 10077 and Property $1,000 $ 11000 Dama a Combined WORKERS COMPENSATION Statutory A and EMPLOYER'S LIABILITY 83CK 955339 4 -1 -81. $100 ac Accident ?TE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). NCELLATION: 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, A Agency: :','- 12 -3 -80 Authorized Represent— at e- ate ssue ascription of operations/locations/vehicles: All operations pertormea for the LI ty or Newport each by or on behalf of the named insured in connection with the following designated contract: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project title and contract number )TICE: 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. CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 1. 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 ( X) Single Limit Bodily Injury Liability $ 500,000. 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: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project Title and Contract No.). This endorsement is effective December 3, 1980at 12:01 A.M. and forms a part of Policy No.83FJ99094 Named Insured JOHN T. MALLOY Endorsement No. AETNA CASUALTY AND Name of Insurance Company SURETY COMPANY By Authorized Representative . 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. S. 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. 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. 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 Designated Contract: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project Title and Contract No. his endorsement is effective December 3, 1980 at 12:01 A.M. and forms a part of olicy No. 83GLI04327 amed Insured JOHN T. MALLOY Endorsement No. AETNA CASUALTY AND ame of Insurance Company SURETY COMPANY By �i✓� cd Authorized Representative �?:- - - IV GLL;,.DA: E 4 ",:?203 .E:RTIFPCATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED JOHN T. MALLOY 606 N. Larchmont Blvd., #306 Los Angeles, CA 90004 CERTIFICATE OF INSURANCE I - - - Page 13 .._ A AETNA CASUALTY & SURETY COMPANY company C Letter Company D Letter Company I-++-- E his is to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). OMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS OOO ETTER TYPE OF INSURANCE No. Exp. ac Date Occurrence Aggregate GENERAL LIABILITY IR Comprehensive Form Bodily Injury $ $ ® Premises - Operations 13 Explosion & Collapse Hazard Property Damge $ $ 11 Underground Hazard A ® Products /Completed - Operations Hazard Ia Contractual Insurance 83GL 104327 3 -27 -81 Bodily Injury and Property $ 500 $ 500 D➢ Broad Form Property Damage Damage Combined 01 Independent Contractors Q Personal Injury Personal Injury $ 500 0 Marine ❑ Aviation AUTOMOTIVE LIABILITY [I Comprehensive Form Bodily Injury Each Person $ A ® Owned 83FJ 99094 3 -27 -81 $ Bodily Injury Each Occurrence (A Hired L'3 Non -owned � Property Damage $ Bodily Injury and Property Damage Combined $ 500 _ EXCESS LIILITY A Ig UnbrelIa Form 83XS 6 -12 -81 Bodily Injury _ 0 Other than Umbrella Form 10077 and Property Dama a Combined $1,000 $ 1,000 A WORKERS COMPENSATION and EMPLOYER'S LIABILITY 83CK 955339 4 -1 -81. Statutory $100 Acci dent c )TE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). +NCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the certificate holder by mail, Attention: Public Works Department EU�A� Agency: e ( 12 -3 -80 Authorize Represent— ati a Date issued ascription of operations /locations /vehicles: All operations performed for the City of Newport each by or on behalf of the named insured in connection with the following designated contract: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project title and contract number 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. CITY OF NEWPORT BEACH • Page 14 AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( X) Single Limit Bodily Injury Liability and Property Damage Liability Combined ch occurrence $ each occurrence 500,000. 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: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project Title and Contract No.). This endorsement is effective December 3, 1980at 12:01 A.M. and forms a part of Policy No.83FJ99094 Named Insured JOHN T. MALLOY Endorsement No. AETNA CASUALTY ANC Name of Insurance Company SURETY COMPANY ByQ� lrtyv�a(� Authorized Representative , • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: I. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (> Single Limit Bodily Injury Liability $ 500,000. 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. 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 Designated Contract: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I CONTRACT NO. 2188 Project Title and Contract No. his endorsement is effective December 3, 1980 at 12 :01 A.M. and forms a part of olicy No. 83GL104327 amed Insured JOHN T. MALLOY Endorsement No. AETNA CASUALTY AND ame of Insurance Company SURETY COMPANY C7 U n BY a�nnAA X�1�) "aM Authorized Representative Pr` GL:. ri 1, A. i. GA 5[2.49 �5 F- a } �v N 2 N !- C ~off F-V W W u x N mom 11111111illull YII ietunn�u im i IWIIIII�IWY IINAII�YAII ni ���IIRI�dI @III �naiunNUUiu,id ��Ifl�WI1�I�IlYll1 W u x N r �o 0 co �Z N F- WKW W Q W O F U W il�tl �uer�iunnu ��Ilnlla�AA�I �neu�un�nnr� ����IN��I�IGIII�II NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 PM on the 13 th day of November 1980, at which time such bids shall be opened and read for VIA LIDO SOUD 2188 Contract No. $130,000 Engineers Estimate 4 PHASE I Approved by the City Council this 27th daytof Oct. _,1980. ores G City C Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilbert Wong at 640 -2281. Project Engineer PROPOSAL VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I Title of Project 2188 Contract No. $130,000 Engineer's Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: Page 1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract 2188 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1,264 Clean existing 12" diameter sewer main Linear Feet and ��furnish and install HDPE "slip liner." @ 44. _ Dollars 9 Cents $�8- $ye 63a- 0, Per Linear F of 847 Construct 8" diameter "piggyback" Linear Feet sewer pipe. @ f-- /! Cents $ 7 6 - $33� 996.60 Per Linear Foot 635 Furnish and install 4" diameter Linear Feet house connection. Abandon and seal existing H.C. at property line. @ �"�� �'%v —Dollars 0 Cents $ $d /1 136" Per Linear Foot . Page la ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 9 Construct terminal cleanout for 8" Each "pi yback" sewer pi De @ Dollars and �jw Cents $ Per Each 5. 9 Install inside drop manhole system Each for 8" "piggyback" sewer pipe @ Dollars and Cents Per Ea 6. Lump Sum Provide temporary sewer by -pass Dollars and o D p CAM Cents $ � $ 5Cg• ' Per Lump Sum TOTAL PRICE WRITTEN IINN WORDS: 1 (�n~R /J Ar� Dollars and Cents $ ?Qn� (A �3, A t %j 7- Mallv7 Contractor's Lic. No. & Classification BidderD - AAe Date A thorized Signature /Titl m�N'2>� 265 l..i��v*w�nti i Lo4 (�nge�eS �v� z7as Bidder's Address Bidder's Telephone No. - • . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties, to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 3ql Gq3 A .�p�t: 9�t,�I.1.ry 4 cJ.��, Contr's Lic. No. & Classification Bidder ' Date Authorized Signature /Ti le Ow)e,R S. } 0 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 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. e *.d T M tiLl0X 4 Bidder 9-W T. Authorized Signatur Tit e 0 t. 0 eK. �ke5 r 10 w E BIDDER'S BOND • Page 4 KNOW ALL MEN BY THESE PRESENTS, That we,John T. Malloy & John T. Malloy, Inc. a Jt. Venture as bidder, and Ohio Casualty Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10%) of the Amount Bid In "' 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 Via Lido Soud Sewer Improvement Phase 1 2188 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 13th day Of November , 19 Bp (Attach acknowledgement of Attorney -in -fact) John T. Malloy & John T. Malloy, Inc. a Bidder Jt. Venture U7L Authorized Signature /Tit Ohio Casualty Insurance Company Surety By al , kta� Title M. Greger, Attorney -i -Fact W CID 9 0 H U w z W 9 C r w Q w w Q 2— 6 Q 6 rt W C W J f u E Y u E 5 o0 ° `o Y '•' T �: Y Y r u ° co; u a 4"U.c — 3 m Emo�+ o -prm c .p u C A O co Tv: o o ro ma,�c � Y o u o a E \: . CL i E 3 .5 U g 3 v a.� Q.- u ....... p: N• a Y m S A r V.4 V V T Usa°, -° bow N c =s Leos ?Q =R Yuo � T °a �E DOE - V 40 a a o u - � -Z i cl-41 r 0 O C L "�' T `. 0? 0 o 'T•3.E a 0 .... &.......... LLI F Z m c Y 3 u E c u-0 ° o 0 i O u u y A O T E a o -o a Qu ., � 2— 6 Q 6 rt W C W J f • • 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. N e trf"j T. b kk' .01 al Bidder It Authorized Signature/ itle Subscribed and sworn to before me ¢K_ C this 13th day of NovemberR 1980 . My commission expires,;,,,, , I. amp `. PATRICIA If _ - °i UQJC >�l POGLIC NOIb ST A, It UI, y U Notary blic p4INCIpAC Del CE IN p .Y LOS AN4ELE$ COVNIY rcGP^ P amy commission Expires April 1$, 1092 • • 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. 'V-- M�u�y,z�e. J.u, Bidder TMA&4-L, Authorized Signature /T/tle • 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. W eN,J i- M atLoy Jotiko\j `t. ft V1., Toe, J.V. Bid er 9WT uthorized Signature /Titl Oupee - Pe.PS_ NOV 914 1980 By ibe CITY COUNCIL CITY OF tAWFOI4T 6"H RESOLUTION NO. k ' qd 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO JOHN T. MALLOY, INC. IN CONNECTION WITH THE SEWER MAIN REPLACEMENT PROGRAM - VIA LIDO SOUD IMPROVEMENT /PHRASE I (C -2188) WHEREAS, pursuant to the notice inviting bids for work in connection with the sewer main replacement program - Via Lido Soud improvement /Phase I, in connection with the plans and specifications heretofore adopted, bids were received on the 13th day of November, 1980, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is the JOHN T. MALLOY, INC., NOW, THERFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of JOHN T. MALLOY, INC., in the amount of $119,142.00 be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accor- dance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 24th day of November, 1980. Mayor ATTEST: ty kv 111880 • - � 5 Ab D _ Ovember 24, 1980 CITY COUNCIL AGENDA NOV qd 1980 ITEM NO. //- ) TO: CITY COUNCIL By tho CITY COUNCIL CITY OF r.IEWPORT "M FROM: Public Works Department SUBJECT: SEWER MAIN REPLACEMENT PROGRAM (VIA LIDO SCUD SEWER MAIN IMPROVEMENT, PHASE 1, C -2188) RECOMMENDATION: Adopt a resolution awarding Contract No. 2188 to John T. Malloy and John T. Malloy Inc. (Joint Venture) in the amount of $119,142, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 2:30 P.M. on November 13, 1980, the City Clerk opened and read the following bids for this project: Bidder 1. John T. Malloy and John T. (Joint Venture) 2. Changing Times Enterprises 3. Steve Richey Co. 4. G. R. McKervey, Inc. 5. G. R. Frost, Inc. 6. Matt J. Zaich & Sons, Inc. 7. Prkacin Co. and Runje Corp. (Joint Venture) 8. C K Pump & Dewatering Corp. Malloy, Inc Inc. Amount $119,142.00 $127,372.00 $129,781.00 $139,608.00 $141,602.00 $149,333.00 $181,110.00 $189,892.00 The low bid was 8.4% lower than the Engineer's estimate of $130,000. Sufficient funds are available in the current annual sewer main replacement program, Account No. 02- 5580 -102 for the project. The project provides for the construction of approximately 900 lineal feet of 8 -inch diameter sewer main and the slip lining of approximately 1,250 lineal feet of existing 12 -inch diameter sewer main on Via Lido Soud (see at- tached exhibit). These improvements would restore the original flow capacity to the main and prevent the infiltration of groundwater and sand into the deteriorated main. Such infiltration has caused rapid wear of sewer pumps and settlements of streets in recent years. The plans and specifications were prepared by the Public Works Department. The estimated date date of completion is January 30, 1981. Benjamin B. Nolan Public Works Director GW:jd Att. I? / 'A -V 14 NEW CONSTRUCTWN� V1, tj I A CITY OF NEWP-)R-rl BEACH PUBLIC WORKS jEPARTMENT FAPPROVED y1A /-/Z)O -54061D MAIM PUBLIC WORKS DIRECTOR R.E. NO, DRAWING NO. EXHIBST A r r r di in cl -4 IS, N Z N v � �o N ; 9 i iIIIIdRY�RpYlll��� NII�III�IA�IIB � I�AWI�IYIAA� IIWIIIIIIII��� in cl -4 IS, N Z N v � �o N ; 9 i r r n a in 0 -i N Z 0 1 a ac ��I�INNINIIIINNOl�� �II�IINIIIIIIIININf�� �neiNn�iui�RU�� �NIIIgIIIIIIIn�IA�plI uiwn�uneiw �umnn�_ in 0 -i N Z 0 1 a ac THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: Oct.29, 1980 I certify (or declare) under penalty of perjury that the foTegntng, is true and correct. Dated at Newport 'Beach, Ca J ifornia, thi2q dayof0ct 1980 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. 0 This space is for the County Clerk's Filing Stamp A Notice Proof of Publication of Contract #2188 PUBLIC NOTICE NOTICE INVITING BIDS Settled bide may be rearinsd at We ofNce of the City Clerk, 3300 Newport Booleverd, Newpon B... h, C.d92663 until 2:30 p.m. on Novemh, 1980, at which time nch bids shall be opened andread for VIA LIDO SOUR SEWER IMPROVE - MENT, PHASE I Coatraot No 21M Eoglveei s Estimate 5130,000 Approved by the City Covecir this 27th day of Oct., 1980. Uons George, City Clerk. Prospective bidders may obtain one wt of bid dan.Inis at an and „mans, at. of the Pubho Works De Nport 3300 Newport Boulevard, Newport Beach, Ca 92663. R Gilbert further iufote ition, c a Woa9,Pmlecl En9ineer,el6/0 -2281. , Publish: Oct. 29, 1900 inNhe The Newport Ensign. PROOF OF PUBLICATION '1.009 "� E 0 October 27, 1980 OCT 27 1980 CITY COUNCIL AGENDA By the CITY COUNCIL ITEM N0. -II CITY. 01' 14gWwnT B"H TO: CITY COUNCIL FROM: Public Works Department SUBJECT: VIA LIDO SOUD SEWER IMPROVEMENT, PHASE I (C -2188) RECOMMENDATIONS: Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on November 13, 1980. DISCUSSION: The project provides for the construction of approximately 850 lineal feet of 8 -inch- diameter sewer main and the slip lining of 1,250 lineal feet of existing 12- inch - diameter sewer main with high density polyethelyne (HDPE) on Via Lido Soud from Piazza Genoa to Via Nice (see attached exhibit). The 8 -inch sewer main will intercept the existing house connection sewers along Via Lido Soud and redirect the flow to the nearest manhole. The 12 -inch sewer main slip lining will (1) restore the original flow capacity to the main and (2) preclude the infiltra- tion of groundwater and sand into the deteriorated main. Such infiltration has caused rapid wear of sewer pumps and large street sur- face settlements in recent years. The plans and specifications were prepared by the City. The Engineer's estimate is $130,000. Funds are available in the current annual sewer main replacement program, Account No. 02- 5580 -102. The es imated date of completion is January 30, 1981. J." Benjamin B. Nolan Public Works Director GGW: tMd Att. NEW CONSTRUCTMN Vill t- ye \S Nt o\ m v ly V � m '• ,N Y• • NC `i • > i' .ti im � • 111 '. 1 '\ / 4 CITY OF NEWPORT BEACH DRAWN G NJ. DATE ,^I Q PUBLIC WORK S DEPARTMENT APPROVED )IIA L / O -SO VD .SEINER PUBLIC WORKS DIRECTOR R.E. NO. MAIM IMPROVEMENT <C - Z /86'> DRAWING No. EXHI&I T