Loading...
HomeMy WebLinkAboutC-2216 - Main Street, Bay Avenue Sewage Pumping StationJuly 26, 1982 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 Clarke Contracting Co., 1218 So. Alameda Street Compton, CA 90220 Subject: Surety: Federal Insurance Co. Bonds No.$ 8083 -92 Project: Main Street -Bay Ave. Sewer Pulp Station Replacement Contract No.: C -2216 The City Council on June 28, 1982 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. The Notice of Completlon was recorded with the Orange County Recorder on July 12, 1982, Reference No. 82- 239764. Please notify your surety company that the bonds may be released 35 days after this recordation date. Sincerely, Wanda E. Andersen City Clerk WEA:lr cc: Public Works 3300 Newport Boulevard, Newport Beach Please return to City Clerk City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92663 -3884 NO UNSIOE€ UION 0.0 3239764 Owarnish teas 6103 1P r,13 NOTICE OF COMPLETION PUBLIC WORKS • -240 PM JUL 12'82 U "I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 14, 1982 the Public Works project consisting of Main Street -Bay Avenue Sewer Pump Station Replacement (C -2216) on which Clarke Cont was the contractor, and was the suretv_--_-W -XR. or Federal Insurance Co tea. HP{yPo7,0'C ,C ITY OF NEEWWPORT.,/BD_FACH � flT R �jj /i! //R�il'�.d�YVWV� !/� ���✓ `�. JUL281g Public Works Director VERIFICATION I, t say: 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 July 1, 1982 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 June 28, 1982 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 July 1, 1982 at Newport Beach, California. City Clerk Ll Julv 1, 1982 L 0 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation is Notice of Completion of Public Works project consisting of Main Street -Bay Avenue Sewer Pump Station replacement, Contract No. C -2216 on which Clarke Contracting Co, was the Contractor and Federal Insurance Co. was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr attach. CC: Public Works 3300 Newport Boulevard, Newport Beach 0 0 June 28, 1982 ( 4 C ' CITY COUNCIL AGENDA 7 / 3Z ITEM NO. F -13 JON 282 T0: CITY COUNCIL By the CITY COUNCIL FROM: Public Works Depar(MIXI r4 KIO Gh SUBJECT: ACCEPTANCE OF MAIN STREET SEWER REPLACEMENT (C -2216) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the replacement of the Main Street sewer has been completed to the satisfaction of the Public Works Department. The bid price was $ 93,900.00 Amount of unit price items constructed 95,680.00 Amount of change orders 9,984.64 Total contract cost $105,664.64 Funds were budgeted in the General Fund. Due to numerous obstructions in the alley between Main Street and A Street, it was necessary to delete the remodeling of one manhole and, in- stead, construct a new manhole approximately 15 feet downstream. These changes resulted in the increase in the amount of unit price items constructed. Seven change orders were issued. The first, in the amount of $759.55, provided for the removal of existing steel sheet piling from under the Orange County Sanitation District pump station. The second, in the amount of $529.90, provided for the removal of an abandoned sewer manhole, the existence of which was unknown, in the inter- section of Main Street and Balboa Boulevard. The third, in the amount of $1,223.69, covered the cost of the delay and exploratory digging to determine the extent of the concrete- encased Edison ducts and an alternate alignment of the sewer main. The fourth, in the amount of $2,172.25, provided for the replacement of existing broken concrete pavement adjacent to the trench. ! i June 28, 1982 Subject: Acceptance of Main Street Sewer Replacement (C -2216) Page 2 The fifth, in the amount of $3,931.45, provided for exploratory excavation around existing utilities and construction of a six -inch sewer, laterals and cleanouts to connect the existing buildings to the new main. The sixth,in the amount of $841.23, provided for the removal and replacement of additional asphalt paving adjacent to the alley. The seventh, in the amount of $526.57, provided for a change in the concrete approach on Main Street to accommodate the Edison vault. The design engineering was performed by David A. Boyle Engineering of Santa Ana. The contractor is Clarke Contracting Co. of Compton, California. The contract date of completion was April 2, 1982. Completion was delayed due to the extra work in the alley; however, all work was completed by April 14, 1982. Benjamin S. Nolan Public Works Director GPD:jd CERTIFICATE OF INSURANCE Page 13 CERTIFICATE HOLDER INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company 3300 Newport Boulevard Letter A AMERICAN CASUALTY COMPANY Newport Beach, CA 92663 Company NAME AND ADDRESS OF INSURED Letter B CONTINENTAL CASUALTY COMPANY Company C MISSION NATIONAL INSURANCE COMPANY CLARKE CONTRACTING CORPORATION Letter P.O. BOX 5664 Compan Letter y D WESTERN EMPLOYERS COMPTON CA 90244 Company E Letter 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). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. By: - Agency: ARMSTRONG /ROBITAILLE INSURANCE SERVICES Authorized Representative REVISED" MARCH 22, 19R? Date Is sued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: MAIN STREET SEWER REPLACEMENT - CONTRACT #2216, Project Title and Contract Number 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. m Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. Products/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations _ GENERAL LIABILITY Bodily Injury $ $ A zi Comprehensive Form ENEWAL 03 -01 -8 x Premises - Operations F: CCP- Property Damage $ $ x Explosion & Collapse Hazard 0472965 X Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property Insurance Damage Combined $ 500,000, $500,000, Broad Form Property Damage xContractual Independent Contractors Personal Injury I Marine Personal Injury $500,000, Aviation AUTOMOTIVE LIABILITY B Comprehensive Form ENEWAL 03 -01 -8 Bodily Injury $ F: BUA- (Each Person Qx Owned )76626741 $ Bodily Injury Each Occurrence Hired Pro ert Dama e odt y Injury and Non -owned Property Damage Combined $ 500,000, EXCESS LIABILITY C [] Umbrella Form IN00505o n3 -01 -8 Bodily Injury L Other than Umbrella Form and Property Damage Combined $5,000,000 $5,000,000. WORKERS' COMPENSATION NEWAL 03 -01 -8 Statutor $100,000, ac Accident) and EMPLOYER'S LIABILITY ; CCO1 f3i811051 NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. By: - Agency: ARMSTRONG /ROBITAILLE INSURANCE SERVICES Authorized Representative REVISED" MARCH 22, 19R? Date Is sued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: MAIN STREET SEWER REPLACEMENT - CONTRACT #2216, Project Title and Contract Number 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. m • 0 CERTIFICATE OF INSURANCE • RTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED CLARKE CONTRACTING CORPORATION Page 13 AFFORDING COVERAGES Company A AMERICAN CASUALTY COMPANY Letter Company B Letter CONTINENTAL CASUALTY COMPANY Company Letter C MISSION INSURANCE COMPANY P.O. BOX 5664 Iuompany D Letter WE.,r TERN EMPLOYERS company E COMPTON, CA 90244 Letter 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). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: ARMSTRONG /ROBITAILLE. INSUPAN98 SERVICES Auth 7ized Representat e 8 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: MAIN STREET SEVIER REPLACEMENT - CONTRACT 112216. Project Title and Contract Number 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. m Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date Each g. ro uc s/ Completed Occurrence Operations A GENERAL LIABILITY x1 Comprehensive Form RENEWAL 03 -01 -8 Bodily Injury $ $ x Premises - Operations nF: CCP Property Damage $ $ X Explosion & Collapse Hazard 004729654 X Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $500,000. $ 500,000. x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 500,000. Aviation B AUTOMOTIVE LIABILITY []x Comprehensive Form RENEWAL OF: BOA 03 -01 -8 Bodily Injury (Each Person $ Owned 076626720 $ o i y Injury (Each Occurrence Q Hired Pro ert Dama e D Non -owned Bod1 y Injury and Property Damage Combined $ 500,000. EXCESS LIABILITY C Ex] Umbrella Form RENEWAL 03 -01 -8. Bodily Injury Other than Umbrella Form OF: X186. 37n9R and Property Damage Combined $5,On0,0n $ 5,000,000, WORKERS' COMPENSATION RENEWAL 03 -01 -8 Statutory 1 $100,000, ac Accident) D and EMPLOYER'S LIABILITY OF: CCO 03RI1n5 - 2 NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: ARMSTRONG /ROBITAILLE. INSUPAN98 SERVICES Auth 7ized Representat e 8 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: MAIN STREET SEVIER REPLACEMENT - CONTRACT 112216. Project Title and Contract Number 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. m 0 0 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 (X) Single Limit Bodily Injury Liability and Property Damage Liability Combined ch 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: MAIN STREET SEWER REPLACFMENT - CONTRACT 412216 Project Title and Contract No. This endorsement is effective 03 -01 -83 at 12:01 A.M. and forms a part of Policy No. RENEWAL OF: Named Insured CLARVE CONTRACTING CORPORATION Endorsement No. 4 Name of Insurance Company AMERICAN CASUALTY COMPAN gy W Au o ize Representative /�— 0 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 ( x ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 50o,On0.0o 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: MAIN STREET SEWER REPLACEMENT - CONTRACT #2216 Project Title and Contract No. . This endorsement is effective 03 -01 -83 at 12:01 A.M. and forms a part of Policy No. RENEWAL OF: _FUT TF7 Named Insured CLARVF CONTRACTING CORPORATION Endorsement No. 6 Name of Insurance Company CONTIENTAL CASUALTY CO. By 1t 77 - c G7✓4fi uthorifed Representative DATE Feb. 16 ) 1982 CITY OF NEWPORT BEACH TO: FINANCE DIRECTOR PUBLIC WORKS FROM: City Clerk SUBJECT: Contract No. C -2216 OFFICE OF THE CITY CLERK (714) 640 -2251 Description of Contract Main Street Sewer Replacement Effective date of Contract February 16, 1982 Authorized by Resolution No. 82 -20 , adopted on Feb. 8, 1982 Contract with Clarke Contracting Company Address 1218 So. Alameda Street CA 90220 Amount of Contract $ 93,900.00 /s/ Wanda E. Andersen WANDA E. ANDERSEN City Clerk WEA /lr City hall • 3300 Newport Boulevard, Newport Beach, California 92663 5 -81 • ! 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 11:00 A.M. on the 28th day of January , 1982, at which time such bids shall be opened and read for MAIN STREET SEWER REPLACEMENT Title of Project 2216 Contract No. $139,700 Engineer's Estimate F0 Approved by the City Council this 11th day of January , 1982. 4 � 6. Ag i?� 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 R. Dalton at 640 -2281. Project Engineer • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT PROP0SA1 MAIN STREET SEWER REPLACEMENT CONTRACT NO. 2216 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92663 -3884 Gentlemen: PR 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 proposes to furnish all materials and do all the work required to complete Contract No. 2216 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 N UNIT TAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1 Each Construct sewer terminal cleanout per City of Newport Beach Std. 400 -L Three hundred Dollars and No Cents $ 300.00 $ 300.00 Each 2. 164 Construct 8" gravity sewer per City Lineal Feet of Newport Beach Std. 316 -L @ Sixty Dollars and No Cents $ 60.00 $ 9,840.00 Per Lineal Foot 3. Lump Sum Remodel existing manhole per Detail L, Sheet 2, and Special Provisions @ One thousand Dollars and No Cents $ 1,000.00 $ 11000.00 Per Lump Sum 4. 306 Construct 8" gravity sewer per City Lineal Feet of Newport Beach Std. 316 -L @ One hundred ten Dollars and No Cents $ 110.00 $ 33,660.00 Per Lineal Foot • 0 PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 5 Each Construct new 6" sewer laterals per City of Newport Beach Std. 406 -L @ Three hundred Dollars and No Cents $ 300.00 $ 1,500.00 Each 6. Lump Sum Remove existing sewer manhole and construct new sewer manhole per City of Newport Beach Std. 402 -L and 403 -L @ Four thousand eight hundred Dollars and No Cents $ 4,800.00 $ 4,800.00 Per Lump Sum 7. Lump Sum Construct 8" gravity sewer opening into Lift Station Wet Well per Detail 2, Sheet 2, and Special Provisions @ Two thousand five hundred Dollars and No Cents $ 2,500.00 $ 2,500.00 Per Lump Sum 8. 2 Each Construct sewer manhole per City of Newport Beach Std. 402 -L @ Thraa thousand five hundred Dollars and No Cents $ 3,500.00 $ 7,000.00 i 9. Lump Sum Guarding underground construction @ Five thousand eight hundred Dollars and No Cents $ 5,800.00 $ 5,800.00 Per Lump Sum 10. Lump Sum Reconstruct alley pavement, including approaches I @_ Twenty three thousand five hundred)ollars and NO Cents $23,500.00 $ 23,500.00 Per Lump Sum D UNI • • PR lc UNIT PRICE WR IN WORDS ADDITIONAL BID ITEM: 11, 4 Each Construct manhole lining per Special Provisions @ One Thousand Dollars and No Cents $_1,000.00 $4,000.00 Each TOTAL PRICE WRITTEN IN WORDS INCLUDING ADDITIONAL BID ITEM: Ninety three thousand nine hundred Dollars and No Cents $_93,900.00 Contractor's License No. 325884 A Clarke Contracting Corporation Bidder's Name Date January 28. 1982 S John J. Clarke Authorized Sig hature/ itle Bidder's Address 1218 So. Alameda St., Compt on, CA 90220 Bidder's Telephone No. (213) 537- *CORRECTED TOTAL BID PRICE 0 • CITY OF NEWPORT BEACH 1/20/82 PUBLIC WORKS DEPARTMENT ADDENDUM MAIN STREET SEWER REPLACEMENT CONTRACT NO. 2216 Bidders shall propose to complete Contract No. 2216 in accordance with the Proposal as modified by this ADDENDUM: 1. PROPOSAL, Item No. 3: Change "Detail L" to "Detail 1" 2. SPECIAL PROVISIONS. Section IV: A. Bid Item Nos. 1 through 8 correspond to Bid Items l@ through ®listed under "Construction Notes" as shown on the Plans. B. Bid Item No. 9 does not correspond to any "Construction Note" shown on the Plans. C. Bid Item No. 10 corresponds to Construction Notes 11 through ©9 shown on the Plans. D. Bid Item No. 11 corresponds to Bid Item( listed under "Construction Notes" shown on the Plans. E. Remove references to "pavement removal" in Bid Item Nos. i through 3 since such removals will be paid for under Bid Item No. 10. F. Remove reference to "abandoning an existing sewer in place" in Bid Item No. 4 since there is no existing sewer. G. Reword a portion of Bid Item No. 4 to read shown on the Plans, Sheet Numbers 2 and 3 including " H. Remove reference to "pavement removal and replacement" in Bid Item No. 5 since such removal and replacement will be paid for under Bid Item No. 10. 3. SPECIAL PROVISIONS, Section V Replace Section V with the attached revision of Section V. Please sign and date this ADDENDUM, and attach it to your bid Proposal. No bid will be considered unless this ADDENDUM is attached. ,d— L];. /'*�^� ADDENDUM received by: Benjamin B. Nolan Public Works Director Clarke Contracting Corporation Bidder Date: 1 -28 -82 S /John \Eid e, President Signature • 0 SECTION V. SURFACE AND GROUNDWATER CONTROL (Revised) The Contractor shall treat surface runoff water or groundwater pumped from the excavations containing grit, silt, or other deleter- ious material by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or Newport Bay. Clarified water may then be discharged into storm drains or Newport Bay, subject to the approval of the Engineer and clearance from the California Regional Water Quality Control Board; 6809 Indiana Avenue, Suite 200, Riverside, CA 92506; telephone (714) 684 -9330. The Contractor shall concurrently submit water treatment plans to the Engineer for approval and to the Water Quality Control Board for clearance in accordance with Section 2 -5.3 of the Standard Specifications, except that the plans need not be submitted more than 10 days prior to commencement of work. Should groundwater contain significant amounts of pollutants or toxic materials, the Contractor shall treat the groundwater by filtration or retention in a settling basin or basins, and then discharge affluent into the sanitary sewer, subject to the approval of the Engineer and the County Sanitation Districts of Orange County, California, in care of James Wybenga; 10844 Ellis Avenue, Fountain Valley, CA 92708; telephone (714) 540 -2910. The City shall pay District's fee for discharge into the sanitary sewer and for tests of water quality. 0 • 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 Cali.fornia 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. 325884 A Contr's Lic. No. & Classification January 28, 1982 Date Clarke Contracting Corporation Bidder S /John J \ e Authorized 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 I. M. H. Lining Sarcon Engineering Fountain Valley 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. Clarke Contracting Corporation ,Bidder \A S /John J; Clat'lke, Pres. Authorized Signature /Title •FOR ORIGINAL SEE CITY CLERK'S J#E COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Clarke Contracting Corporation , as bidder, and Federal Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ent of the total amount of the bid 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 Main Street Sewer Replacement # 2216 Title of Project ntract 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 28 day Of January 1982• Clarke Contracting Corporation Bidder (Attach acknowledgement of Attorney -in -Fact) S /John J.�arke \.President Idinifrpd F Riftler, Notary iihlic Authorized Signatut-e /Title Federal .up.i Surety By S /Douglas A. Rapp Title Attorney -in -Fact 0 NON- COLLUSION AFFIDAVIT 0 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. Subscribed and sworn to before me this 28th day of January 1982• My commission expires: 12 -30 -83 Clarke Contracting Corporation Bidder S /John J,;Clar'ke, Pres. Authorized Signature /Title S /Winifred'L. Bu ]er Notary Public OFFICIAL SEAL ' WINIFRED F. BUTLER ® v NGt'AnY :"ueLIC CALIFORNIA PRINCIPAL L v. FF fIL@ IN LOS ANGCLES COUNTY My Commission Exp;res 0 -c. 30. 1983 • FOR ORIGINAL SEE CITY CLERK'S 41E COPY 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. ON FILE WITH CITY CLERK Clarke Contracting Corporation Bidder S /Joh �. CVlarke, Pres. AuthbYrized Signature /Title • • 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 ACHED SHEETS ractina Corporation Bidder S /,lnhn 1� �1 kk � Pres. Authori3,6d Signature /Title z 0 H 9 0 w x 0 U U Z H F U Z O v o r-� O O O• 00 r-d 00 •H 00 00 00 rn 00 an 00 (U H r4 .-a r-I r m 00 yap) Q) aN 0. " _ _ M _ 7 rl N N O H f� rl an N GL N Cl) O o A >> >, M r4 O c'`) -:p O O O O O n O O O M }J G �o D r 00 N M O 00 0 ;I ul � 00 M O 00 N 0 �O I- Lr) O U') 00 N u'1 .,� �o [0 iJ H I— �o O co O �o N a) N O M` > M Cl) -14 N ybyo��il Cl) m Li r-4 U ,'� 0 O O M 7 H O C. .r N O O ^, r-� a.G O LH m rn v Ga a m o, �x a o ro ro U O u 6 i p 4J 00 Lo co U m v 4 a a) O O pC, V) O rw co U En G U rocs ;3 'o m of m o 0 o p -r m N, v N -s v s -� d G -Ln a G m h d a r, 4 m N m o a ro mH a) ro0�Un a ro mr cd m^ cri mLn o Go G o ro� L «-66 H U U ^ m� °° ra N '? Nr co I Co, 4°J, a 0,4 Cn cO tlU))M cn M U UlJ u 0i GO W U MM U r-4 WC4 4d U N U .-1 bo`,4 O U a) � Cn a N m N O, ro G M O 3 O G d o d G U+ bilN w woo W •a m a' w w ro C U o v N O W 0� �,-. � "N d.-. dd ozd p�W Ooy Pa bCDN + �rM d� mM 0))� 6-7 0) ds m� uo v c�)� •� uo S= •� O ' r` 60¢m Qx ro vl O N -H O y4 n u) O N •r{ O O N -H O N rl N ca = U .7 fA r-7 .-+ F.] r7 '"'� r] U N �-7 CJ ry u) U M cn w w m m m cn m •,-) 4-3 u 0 6 6 E 8 a ro bG° a�J > > > v v ro R O O 0 O p o •� sa G s-i N G a JJ m x H i4 H H S4 N ro N 1J a) .14 a) Q Q H A q m p. a' C a v N v au p v Q) o a) N O i+ 3+ O S+ 1+ O O •^ > � PO 1J 0 J.J J-J 0 1J 1J 0 L ca 41 Q) �, u ro Q .4 v to m 7 M O,U U aJ 41 . 4 r-4 JJ I r4 d G U > as a vC �, r4 O •.4 a) 1.1 c0 1J p w u a G .U) v G U)) o w U) x x 1%i v 7 .� co m' m ro C7 F R. U GS cn H d q 3 a, P. 10t z O H H O C4 O U C7 z H F U H z 0 U W a U H • 00 b 00 v v rn rl N H Vl a 0 0 > + U U O U O z O G 00 0 0 G 0 00 0 v u v Q -+ p G 1 � r, n G r-I U) 0 O �o �o lu b O H Q) o rn v Q) M c�47 p H N 0 U) O S N G - v v M U J N G ro u [} (} V} F V v) 3 i F4 U x N 41 u, d 7 a v C7 n ¢ 10 w N ro U •CYN v•+ N N u o GGVr- u o v ro H •a i oz cc OC £ C7 6 cnn q O V o U U Ln n 41 G> M^ U) 0� -M N U H m 01 M G) F= O k DN v O N O O G N G Pa �M •G 0� Ob PT M O O a) �; C, J N O T I C E 0 Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives 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. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided for all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. 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 edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Page 9 and "o. SO 3 -9263 Pr em. ium: Included PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 8 1982 has awarded to Clarke Contracting Corporation hereinafter designated as the "Principal ", a contract for MAIN STREET SEWER REPLACEMENT C -2216 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 Clarke Contrac*_in;,� Corporation as Principal, and Federal Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Nin *_v -three thousand nine hundred and no /100's------------ Dollars ($ 93,900.00 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 Y 0 0 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 loth day of February 19 32 Approved ass. atao� form: City Attorney Clarke Contracting Corporation (Seal) Name of Contractor Principal ano iitie PRESIDENT Authorized Signature and Title Federal Insurance Company (Seal) Name of Surety 3200 Filshire Blvd. Los Angeles, Cali.forci.a 90010 Address of Surety c Signat, e add le of Authorized Agent Douglary"'A. :app, Attorney -in -Tact P.O. Rbx 647, ^csec:ead, California 91770 Address of Agent 213- 571 -5550 Telephone No. of Agent n c om� � 1 O i � n03 _ N zz 0;5 rn 6 O y I O (n I n OP I c om� � 1 O i p � n OP I c om� � 1 I p � _ N zz 6 O y n OP I 1n 111111111111XnXX1114NN11111Z LA. Cal >ztn r=C Cv 0 ........... fD 0 SI 1. Certified Copy of 0 POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint John Z. Schmidt, Richard K. Rosskopf, Sandra K. Witt, Jacqueline Schroeder, Gerald W. Rosskopf, Donald E. Rapp, Douglas A. Rapp and Richard C. Lloyd of E1 Monte California------- ----- --- ---- --- ----- ---- - - ---- __ each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Fiduciary Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking, in which the penalty of the bond or undertaking does not exceed the sum of Two Hundred Fifty Thousand Dollars ($250,000.00). 2. Surety Bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bands to Transportation Companies, Lost Instrument bonds, Lease bonds, Workmen's Compensation bonds, Miscellaneous Surely bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public offi- cials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to be signed by its Assistant Vice - President and Assistant Secretary and its corporate seal to be hereto affixed this 1st day of January 19 82 FEDERAL INSURANCE COMPANY By George McClellan Assistant Vice-President STATE OF NEW JERSEY ss: County of Essex (aR,c 'Connor Assistant Secretary On this let day of January 19 before me personally came Richard D. O'Connor, to me known and by me known to 61 be Assistant Secretary of the FE AL INSURANCE COMPANY, the Corporation described in and which executed the foregoing Power of Attorney and the said Richard D. O'Connor being by me duly sworn, did depose and say that he is As- sistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Com- pany and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he is acquainted with George McClellan and knows him to be Assistant Vice - President of said Company, and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto subscribed by authority of said By -Laws and in deponent's presence. : /t� y.. NOTARY PUBLIC / ,ue iffy J Form 21 -10 -238 (Ed. 2 78)(General) Acknowledgedand Sworn to before me on the date above written. Notary Public PATRICIA RYAN NOTARY PUBLIC OF NEW JERSEY My Commission Expires December I1, 19 83 R- 01912(20M) ... • • SHORT HILLS. N.J. ss. County of Essex I. the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11. 1953 and amended May 27. 1971 and that this By -Law is in full force and effect ARTICLE XVIII. Section 2. All bonds. undertakings. contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute. may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice- Chairman or the President or a Vice- President. jointly with the Secretary or an Assistant Secretary. under their respective designs- lions, exceptthat anyone or more officers or attorneys -m -fact designated in any resolution of the Board of Directors or the Executive Committee. or in any power of attorney executed as provided for in Section 3 below. may execute any such bond. undertaking or other obligation as provided in such resolution or power of attorney. Section 3 All powers of attorney for and on behalf of the Cornpany may and shall be executed in the name and on behalf of the Company. either by the Chairman or the Vice - Chairman or the President or a Vice- President or an Assistant Vice - President. jointly with the Secretary or an Assistant Secretary, under their respective designations. And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and the same is a correct and true copy of the whole of said original Power of Attorney and 'hat said Power of Attorney has not been revoked And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America. District of Columbia. Puerto Rico. and each of the Provinces of Canada with the exception of Prince Edward Island: and is also duly licensed to become sole surety on bonds. undertakings. etc . permitted or recwired by law. Given under my hand and the seal of said Company at Short Hills. N.J.. this ... . 10 .. _.- .�.�. ... clay of February 9 82 Assistant Secretary Dona I:o. 1)R3 -9* Page 11 Prem ivm: :?04.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 8, 1982 has awarded to Clarke Contracting Corporation hereinafter designated as the "Principal ", a contract for Main Street Sewer Replacement C -2216 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, Clarke Contractin_l Corporation as Principal, and Federal Insi;rance. Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Ninty -three thousand nine hundred and no /100's------ - --- -- Dollars ($93,900.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. 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 0 • 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 10th day of February , 19 32 Clarke Contr,actinZ rporation (Seal Co ) Name of Contractor Principal) and title PRESIDENT Authorized Signature and Title Federal Insurance Comaanv (Seal) Name of Surety 3200 ',.Ushire 31vd. Los Angeles California 90010 Address of Surety Signa. re anTitle of Authorized Agent Douglat A. :'app, Attorney -in-Fact Approved as to form: P.O. Box 647, 3osemead, California 91770 Address of Agent City Attorney 213- 571-6560 Telephone No. of Agent O 3 ' n �F i 0 v f# n z C R ;3N � .mpn N gFi—n r m C b 2 m O 0 'T fr A 1� i I� j� I f i I I' ,�I z ° 1 n 6 O O j t ty _ 6 CC � �I G G o m o .y m I d d � m d N N O N O O d d a aG i I I' ,�I CL \ \ \\ ����� \ / \ \� \ CL � \ \} Ll % \\ \/ CL 0 Certified Copy of POWER OF ATTORNEY • Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint John Z. Schmidt, Richard K. Rosskopf, Sandra K. Witt, Jacqueline Schroeder, Gerald W. Rosskopf, Donald E. Rapp, Douglas A. Rapp and Richard C. Lloyd of El Monte California------------------------------- --- ---------- ----- --- - - - - -- each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Fiduciary Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking, in which the penalty of the bond or undertaking does not exceed the sum of Two Hundred Fifty Thousand Dollars ($250,000.00). 2. Surety Bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds, Lease bonds, Workmen's Compensation bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public offi- cials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to be signed by its Assistant Vice - President and Assistant Secretary and its corporate seal to be hereto affixed this 1st day of January 19 PO FEDERAL INSURANCE COMPANY By George McClellan Assistant Vice - President STATE OF NEW JERSEY ss: County of Essex (aR,c 'Connor Assistant Secretary On this 1st day of January 19 , before me personally came Richard D. O'Connor, to me known and by me known to be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described in and which executed the foregoing Power of Attorney and the said Richard D. O'Connor being by me duly sworn, did depose and say that he is As- sistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Com- pany and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he is acquainted with George McClellan and knows him to be Assistant Vice - President of said Company, and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto subscribed by authority of said By -Laws and in deponent's presence. rr �P�GIA qY� ./P q I/� NOTARY 11 _ 1, PUBLIC Form 21 -10 -238 (Ed. 2 78) (General) Acknowledged and Sworn to before me on the date above written. Notary Public PATRICIA RYAN NOTARY PLIDUC OF NEl9 JERSEY fly Commission Expires December 11, 19 83 R- 01912(20M) o. :... • i SHORT HILLS. N.J. l County of Essex I. the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY. do hereby certify that the following is a True excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended May 27, 1971 and that this By -Law is in full force and effect ARTICLE XVIII. Section 2. All bonds. undertakings. contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to exec Jte. may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice- Chairman or the President or a Vice-President jointly with the Secretary or an Assistant Secretary, under their respective designa- tions. except that any one or more officers or attorneys -in -fact designated in any resolution of the Board of Directors or the Executive Committee. or in any power of attorney executed as provided for in Section 3 below. may execute any such bond. undertaking or other obligation as provided in such resolution or power of attorney Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a Vice - President or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary. under their respective designations.` And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been revoked. And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America. District of Columbia. Puerto Rico. and each of the Provinces of Canada with the exception of Prince Edward Island: and is also duly licensed to become sole surety on bonds, undertakings etc permitted or required by law. Given under my hand and the seal of Said Company at Short Hills. N . This 10 .. - -._ ... day of February 79 82 Assistant Secretary 0 CONTRACT Page 16 THIS AGREEMENT, entered into this/ of ? , 19C.., by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: MAIN STREET SEWER REPLACEMENT 2216 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: MAIN STREET SEWER REPLACEMENT 2216 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 Ninety -three thousand nine hundred dollars and no cents ($ 93,900.00 ). 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) (f) Plans and Special Provisions for Main StrPPt SPwpr Replacement C -2216 Title of Project Contract No. (g) This Contract. Page 17 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: 1C�y Clerk APPROVED AS TO FORM: :ity Attorney CITY OF NEWPORT BEACH CITY Clarke Co tractor By JOHN J. CT,ARKF Its By Its CONTRACTOR • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS MAIN STREET SEWER REPLACEMENT CONTRACT NO. 2216 SECTION PAGE I. Scope of Work . . . . . . . . . . . . . . . . . . . . . . . . 1 II. Time of Completion . . . . . . . . . . . . . . . . . . . . . 1 III. Payment . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. Definition of Bid Items . . . . . . . . . . . . . . . . . . . 2 V. Surface and Groundwater Control . . . . . . . . . . . . . . . 3 VI. Guarding Underground Construction . . . . . . . . . . . . . . 4 VII. Permits . . . . . . . . . . . . . . . . . . . . . . . . . . 4 VIII. Notices to Residents . . . . . . . . . . . . . . . . . . . . 4 IX. Street and Alley Closure . . . . . . . . . . . . . . . . . . 4 X. Continuous Sewer Service . . . . . . . . . . . . . . . . . . 5 XI. Protection of Existing Utilities and Structures. . . . . . . 5 XII. Water and Steel Plating . . . . . . . . . . . . . . . . . . 5 XIII. Construction Survey . . . . . . . . . . . . . . . . . . . . 5 XIV. Pipe Materials . . . . . . . . . . . . . . . . . . . . . . 5 XV. Trench Excavation . . . . . . . . . . . . . . . . . . . . . . 5 XVI. Fencing Around Excavation . . . . . . . . . . . . . . . . . . 6 XVII. Temporary Resurfacing . . . . . . . . . . . . . . . . . . 6 XVIII. Manhole Lining . . . . . . . . . . . . . . . . . . . . . . . 6 XIX. Connection to O.C.S.D. #5 Lift Station . . . . . . . . . . . 7 XX. Restoration of Striping and Pavement Markings. . . . . . . . 7 XXI. Non - shrink Grout . . . . . . . . . . . . . . . . . . . . . . 7 . SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS MAIN STREET SEWER REPLACEMENT CONTRACT NO. 2216 1. SCOPE OF WORK The work to be done under this Contract consists of furnishing all labor, equip- ment, transportation, materials, and services necessary to construct 1) new gravity sewers in the city block bounded by Main Street, Bay Avenue, "A" Street, and Balboa Boulevard, and 2) alley replacement between Main Street, "A" Street and Balboa Boulevard, as shown on the Plans, S- 5093 -S and A- 5096 -S, respectively. The contract requires completion of all the work in accordance with these Special Provisions; the Plan; the City's Standard Special Provisions and Standard Drawings for Public Works Construction 1980 Edition; the Standard Specifications for Public Works Construction, 1979 Edition and Supplements. Copies of the Standard Specifications 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 Standard Drawings may be purchased from the Public Works Department at a cost of S5. II. TIME OF COMPLETI The Contractor shall complete all work within forty -five (45) consecutive calendar days following commencement of the specific work, but no later than April 2, 1982. No work shall begin until a schedule of work has been approved by the Engineer. III. PAYMENT The unit prices to be paid for the items listed in the Proposal shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work in place, in accordance with the details shown on the plans and the requirement of these Special Provisions and no additional allow- ance will be made therefor. IV. DEFINITION OF BID ITEMS BID ITEM NO. 1 • SP2of7 This item is intended to include the removal of the existing sewer terminal clean out and to furnish and install a new sewer terminal clean out per City of Newport Beach Std 400 -L, including excavation; compacted backfill; pave- ment removal ; fittings; disposal of excavated material; dewatering; imported bedding and backfill materials as required; traffic control; and other appurtenant work, complete and in place. BID ITEM NO. This item is intended to include abandoning an existing sewer in place; removal of any interfering portion of abandoned sewer where required, and to furnish and install an 8" diameter sewer per City of Newport Beach Std 316 -L, in the location shown on the plans, Sheet Number 2 including excavation; compacted backfill; pavement removal; fittings; disposal of excavated materials; de- watering; imported bedding and backfill material as required; traffic control; and other appurtenances, complete and in place. BID ITEM NO. 3 This item is intended to include remodeling existing manhole at intersection of two alleys, Sheet Number 2 of the plans and detail 1, sheet 2, including par - tially filling manhole with compacted sand; furnish and install: New concrete invert; connect new gravity sewers; excavation; compacted backfill; disposal of excavated materials; dewatering; imported bedding and backfill material as re- quired; traffic control; and other appurtanent work, complete and in place. BID ITEM NO. 4 This item is intended to include abandoning an existing sewer in place; and to furnish and install an 8" diameter sewer per City of Newport Beach Std. 316 -L in the location shown on the plans, Sheet Number 2 including excavation; com- pacted backfill; pavement removal and replacement; fittings; disposal of ex- cavated materials; dewatering; imported bedding and backfill material as required; traffic control; and other appurtenances, complete and in place. BID ITEM NO. 5 This item is intended to include abandoning existing sewer laterals in place; removal of any interfering portion of abandoned lateral; and to furnish, install and connect 6" sewer laterals per City of Newport Beach Std. 406 -L, from new 8" sewer to existing lateral at property line, at approximate locations shown on the plans, Sheet Number 2, including: excavation; compacted backfill; pavement removal and replacement; fittings; disposal of excavated materials; dewatering; imported bedding and backfill material as required; traffic control; and other appurtenances, complete and in place. BID ITEM NO. 6 This item is intended to include removing existing sewer manhole at the inter- section of Main Street and Bay Avenue, Sheet Number 2 of the plans and to fur- nish and install a new 60" diameter sewer manhole per City of Newport Beach Std. 402 -L and 403 -L, in the same location, including connecting gravity sewers; removal of temporary sewer pump; excavation; compacted backfill; pavement re- moval and replacement; fittings; disposal of excavated materials; dewatering; SP 3 of 7 imported beddinpand backfill material as require, traffic control; and other appurtenant work complete and in place. BID ITEM NO. 7 This item is intended to include construction of an 8" gravity sewer opening into lift station wet well per Detail 2, Sheet Number 2, and in accordance with the Special Provisions, in the location shown on the plans, Sheet Number 3, including excavation; compacted backfill; pavement removal and replacement; fittings; disposal of excavated materials; dewatering; imported bedding and backfill material as required; traffic control; and other appurtenances, complete and in place. BID ITEM NO. 8 This item is intended to include furnishing and installation of a new 48" diameter sewer manhole per City of Newport Beach Std. 401 -L, in the location shown on the plans, Sheet Number 3, including excavation; compacted backfill; pavement removal and replacement; fittings; disposal of excavated materials; dewatering; imported bedding and backfill material as required; traffic control; connecting new gravity sewers; and other appurtenant work, complete and in place. BID ITEM NO. 9 This item is intended to include furnishing all labor, equipment and materials required to design, construct and remove all shoring, sheeting, lagging, crib- bing, piling, or other types of support for the wells of the open excavations required for the construction of this project. BID ITEM NO. 10 This item is intended to include furnishing all labor, equipment and materials required to remove and reconstruct alley pavement, including approaches, as shown on Plan A- 5096 -S. BID ITEM NO. 11 This is an ADDITIONAL BID ITEM which the City may elect not to include in this contract. It is intended to include furnishing and installation of manhole lining in the locations shown on the plans; and in accordance with the Special Provisions, including all preparation, materials, application, traffic control, clean -up and all appurtenant work, complete and in place. V. SURFACE AND GROUNDWATER CONTROL Surface runoff water or groundwater pumped from the excavations containing mud, silt, or other deleterious material shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or Newport Bay. The Contractor shall concurrently submit a plan for implementing surface and groundwater control to the Engineer and to the California Regional Water Quality Control Board, Santa Ana Region (6809 Indiana Avenue, Suite 200, Riverside, California 92506, telephone (714) 684 -9330, Mr. John Zasadzinski). Groundwater pumped from the excavations may contain raw sewage or may be offensive in nature because of odor or discoloration. Such water shall be treated by filtration or retention in a settling basin or basins, and then dis- charged into an Orange County Sanitation Districts' gravity sanitary sewer in Balboa Boulevard. The Contractor shall concurrently submit a plan for dis- charging such water to the Engineer and to the County Sanitation Districts of VI VII VIII • • SP4of 7 Orange County c/o James Wybenga, Principal Industrial Waste Representative, 10844 Ellis Avenue, Fountain Valley, California. The County Sanitation Districts will charge fees for allowing groundwater to be discharged into their sewer. The Contractor shall be responsible for determining the amount of and paying for these fees, and for implementation and maintenance of control. All submittals shall be performed in accordance with Section 2 -5.3 of the Standard Specifications. GUARDING UNDERGROUND CONSTRUCTION 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 submit drawings to the Engineer in accor- dance with Sections 7 -10.4 and 2 -5.3 of the Standard Specifications. All costs incurred to obtain in 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. 6. PERMITS In addition to obtaining the DIS permit mentioned above, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit; its purpose is to provide authorization for the Contractor to use those disposal facilities for disposal of excess material- NOTICE TO RESIDENTS Between 48 and 55 hours before closing a section of street or alley or restrict- ing vehicular access to garages or parking spaces, the Contractor shall distri- bute to each affected address a written notice statue when construction opera- tions will start: and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water service to any residence, the Contractor shall distribute a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the Engineer. The Contractor shall in- sert 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. IX STREET AND ALLEY CLOSURE Sewer construction in Main Street and in the alley will necessitate that the Contractor close the street or alley to vehicular traffic. To minimize in- terruption of access to the United States Post Office and to private businesses, the Contractor shall not effect a concurrent closure of Main Street and the alley. In addition, the duration of each closure shall be limited to 20 calendar days, including the pavement cure period specified in Section 302 of the Standard Specifications. • • SP5of7 X CONTINUOUS SEWER SERVICE The Contractor shall be responsible for maintaining continuous sewer service at all times during construction of this project. XI PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. At least 48 hours prior to performing construction work, the Contractor shall request each utility company to locate its facilities. Construction of the gravity sewer will cause work to be performed over, under and very near existing sewer, gas, electric, cable television, 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. 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. XII WATER AND STEEL PLATING The Contractor shall make provisions for obtaining and utilizing water or steel plating necessary to perform his work. If the Contractor desires to use avail- able City water or plating free of charge, it shall be his responsibility to make arrangements by contacting Mr. Gil Gomez at (714) 640 -2221. XIII CONSTRUCTION SURVEY Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. XiV PIPE MATERIALS Pipe materials for gravity sewers and house connection sewers may be constructed of SOR -35 polyvinyl chloride plastic pipe or of extra vitrified clay pipe. Pipe materials specified as VCP on City Standard Drawings may be replaced by PVC pipe materials wherever PVC is selected for the gravity sewer main. XV TRENCH EXCAVATION All existing Portland cement concrete paving to be removed as a portion of this contract shall first be cut by an appropriate means for removal and excavation purposes. Subsequent to backfilling and compacting operations, but prior to paving operations, the existing paving shall be sawcut along a straight line, 6" from the edges of the trench with a mechanical saw to a minimum depth of 2 ", and the pavement removed immediately before paving, leaving the existing material or subgrade undisturbed so as to provide a firm, straight, clean edge to join. All excavated material not required or suitable for backfill shall be removed and disposed of at the Contractor's sole expense. • . SP6of7 XVI FENCING AROUND EXCAVATION The Contractor shall provide temporary six - foot -high chain link fence around all areas of open trench during off -work hours. XVII TEMPORARY RESURFACING Temporary resurfacing shall be placed over all backfilled trenches. Temporary resurfacing shall be placed immediately after the placement of backfill to allow access to private property and to facilitate returning the street to motor vehicle traffic at the earliest possible time. Temporary resurfacing shall conform to Section 306. -1.5.1 of the Standar, 11 ecifications and shall be rolled to produce a firm, unyielding surface for traffic loa s. XVIII MANHOLE LINING It is the intent of these Specifications that the structures to be lined shall be completely sealed and protected by the specified lining, without ground water infiltration. The liner must be continuous, without seams, free from any holes or defects, and completely bonded to the existing structure. The liner thickness shall be a min- imum 3/16 inches at all places. The Contractor shall furnish a minimum of two plugs per structure to permit the Engineer to verify the applied thickness. Lining material shall either be "Zebron" or "Fiberglass" A. Zebron Lining - Zebron is a trade -mark of Xenex Corporation, Zebra, S.A. The Western distributor is Morgan Mullins, P.O. Box 18740, Irvine, CA (714) 494 -8016. Zebron lining shall be applied in accordance with the Manufacturer's recommendations for the particular service including surface preparation and application. B. Fiberglass Lining - If continuous application of the fiberglass liner for the entire structure cannot be made, such joints must be approved by the Engineer and shall be horizontal only and feathered for two inches minimum from the joint line. The in -place feathered portion shall be adequately primed with acetone immediately prior to resuming liner application, and otherwise prepared to receive the next section of lining with complete seal and bond to the in -place portion. The liner shall be of fiberglass made of polyester resin and shall have the following characteristics: (1) General: Monomer styrene Viscosity @ 77° F., poises 4.0 -6.0 Specific gravity 1.09 -1.11 Thixotropic index, 77° F., min. 2.5 (2) Unfilled casting 1/8" thick Barcol hardness 50 Flexural strength, 77° F., psi 13,000 Flexural strength, 175° F., psi 4,000 Flexural mdulus,. 77° F., psi x 106 0.64 Flexural modulus, 175° F., psi x 106 0.16 (3) (4) XIX Ei3 XXI • Tensile Strength, 770F., psi Water absorption, %/24 hrs. at 770F. Heat distortion temperature, of Specific gravity Shrinkage, .% by volume Glass mat laminate 1/8" thick Barcol hardness Flexural strength, 77 F°, psi Flexural modulus, 77 F9, psi x 106 Tensile strength, 770F., psi Elongation, % Izod impact, ft. lbs. /in., notched Water absorption, %/24 hrs., 770F. Glass content, %, min. • 9,000 0.11 155 1.20 7.8 50/55 27,600 0.97 17,900 2.40 9.0 0.13 30.0 SP 7 of 7 Gel Times, minutes, with catalyst Methyl Ethyl Ketone Peroxide (C8H1604) 60.5 %, active oxygen 11 %, spec gravity 1.1060 %MEK @77 9F. 0.30 27 min. 0.50 18 1.00 12 2.00 -- CONNECTION TO O.C.S.D. #5 LIFT STATION The Contractor shall protect the existing O.C.S.D. #5 Lift Station from damage due to the construction of this project. The Lift Station shall not be taken out of service for the connection to the wet well. The Contractor shall submit drawings detailing his proposed method for constructing the sewer and backfilling under the Lift Station access vault, for baffling the wet well, and for repair of the wet well fiberglass lining. Such drawings shall be submitted in accordance with Section 2 -5.3 of the Standard Specifications. RESTORATION OF STRIPING AND PAVEMENT MARKINGS Restoration of striping and pavement markings shall be done by the City. NON- SHRINK GROUT Non- shrink grout shall be Master Builders "MASTERFLO" 713 grout or approved equal. Grout shall not contain any ferrous materials. Before placing the grout, concrete surfaces shall be abrasive cleaned and shall be coated with an apoxy bonding compound. Placing of Grout: The pipe, castings, or conduits, as specified, shall be grouted in place by pouring in grout under a head of at least four inches. The grout shall be poured or rammed into place to fill completely the space between the pipes, castings, or conduits and the sides of the openings so as to obtain water tightnesses through the wall itself. The grouted area shall then be water cured. • CERr!F'_CATE OF TNS'JRANCE Page 13 CERTT--'.CATE HOLDER (INSURANCE COMPANIES AFFORDING COVERAGES C`tv o° fewoort Beach Company "'i" Newport Boulevard A American Casualty Co. Newoor- Eeach, CA 92663 Letter Company B ',Letter Continental Casualty Co. NAME AND ADDRESS OF INSURED ILettery D Clarke Contracting Corporation Mission Insurance Co. Company D P. o. Box 5664 ;Letter Western Employers "ompany r Compton CA. 90244 Letter ` This 's '.o cent- °y that policies of insurance listed below have been issued to the insured named above and are n force at this time, including attached endorsement(s). Policy ; L'_MITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s/ "TER COVERASE REQUIRED No. Date Each ,Completed i_ OccurrencelOperations GENERAL LABILITY j Bodily Injury $ A :'y Comorehensive Form !CCP0047 3/1/82 x o ^eTises- Operations 29654 Property Damage S i$ xo'osion & Co1'apse Hazard Y' Underground Hazard r ?roducts / Completed Operations; Bodily Injury razard and Property rx Co ^tractual Insurance Damage Combined $ 500,000J $500,000. Broad For^: Property Damage '.nde?endent Contractors a Perso ^a' '_n4o r�y Marne Personal 'Injury $ 500.000. - v'at`on i D;-OMO, ve LIABILITY t Lx: Ce!^c ^e ^ens ue corm :BL'A0766= 3/1_/82 ; Bodily Injury 6740 (Each Person Owned �'oi ry ury (Each Occurrence) $ v red rc,prty Damage 3occ y injury and: o< Vor -awned ?roperty Damage Combined 5500,000 EXC7-3S ,.'ABILITY Umbre "a `orm M863709 311182 Bodily Injury R .-�. and Propert ± er than Umbrella Form Damage Combined $5,000,00q; .$ 5,000,000. C0' "? ENS AT!ON Statut( r and CC0103 3/1/82., ac - v "LOvER'S LIABILITY 8110512: / S100,o00. ;Accident) %n The 1-n m orehens -ve Genera' L ability and Automotive Liability policies are endorsed th t ^e attached City of Newport. Beach Endorsements. CANCELLATT ^_R S'' ^ou'd any o° t'ne above described policies be cancelled or coverage reduced be` ^re the exo. ;rayon date thereof, the Insurance Company affording coverage —a— provide 30 days' advance notice to the City of Newport Beach by rea`stered mail, attention: Pub'i'c Works Department. 3y' Agency: Armstrong /Robitaille Insurance Services A;;t`nori ad %eo ^e;ar.'_a'_, 2i =Ji8�. Date issued Descrip *_ion o` operations /locations /vehicles: A':1 operations performed for the City of Newport 8eac'^ by or on behal: o° the named 4.nsured in connect -on w4th the fo - cw-nq designated contract: Main Street Sewer Replacement - Contract No. 2216 1,Pro ect 'itle and Contract Number, NOTICE: Th�S ce ^t4r=cate or ver. °ica ±ion of insur :�.nce is not an =nsurance policy and does not i a^�end extent or alter the coverage afforded by `- no ivies listed herein. Notwith- stanC . ina any rcou :rement, term, or condit-or of env ,.ontrac•, or other document with re.snPr} to whin this certificate or ver4fica 'or Or - S1' ^•'rce may be issued or may oerta n, the n =,urance afforded by the bo'icies descr bed ^.erein '.s sub'ect to a':1 ,`,e texas, exc'ussons and cond'tions of such policies, inc ?uding attached endorsements. 81 • • Page 14 CiTV OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Droperty Damage Liabi'4.t_y, the City of Newport Beach, its officers and employees are add' - 4ona'I insureds but only with respect_ to liability for damages arising out of :'�e ow ship, maintenance or use of zutomobiles (or autos) used by or on behalf of the nsured in connection w;th the contract designated below. The insurance exterc.ec by this endorsement to said additional insured does not apply to bodily injury or oroperty camace arising out of automobiles (') owned by or registered in th,I n,,me o` an addi` ona'. 'nsurec, or 12) leased or rented by an additional insured, ~ (3 operated by an addition•ai insured. 'he -nsurance afforded the additional ^amec ' ^.scree sha ". apply as primary ~nsurance and no other insurance mainta4ned by t'e °`:y c' ew ^or *. Beac1l w'':' be called upon to contribute w t5 'nsurance 2. r-e 00114, Cy 4nC'udes the Following provision: I'll- `nsurance afforded by the po' cy applies separately to each insured %, •s see < -ng coverage or a ^a•:nst whom a c ?aim is made or suit is brought, ,,x.ept with respect to the <m'ts or t'^e Insurance Company's liability." I. ",P '4m ; ±n ^f liabi'.'ty under this endorsement for the additional insureds named in ^e a of t" s endorsement sha'l be the 'imits indicated below for either Mu'ti- o'e ^" o- S`^g'e L'mit, wh-'c'iever is -nr_•icated by the letter r in the appropriate box. r , Vin tq D,e L;mits ?oc'ily T_nury Liab'lity 4 each occurrence rooerty ^amage Liability 4 each occurrence 3o& '_v in ury Liability $ 500,000.00 each occurrence and :1rcoerty Oa -vage Liabi'4ty ,om� ), '?o e.. -',e '4m4ts of 1ia.bi':ity as stated in oaragra.ph 3 of this endorsement sha.l1 not in- -ease :.e to *.a1 ab.iity or the :nsu-ance Company For all damages as the result of n -:e acc`ce ^t or occurrerce n excess 0 tie 14m+ *s of t_iabi?Ity stated i^ the pc'icv as aop74cao'e to ,',itomob-.'e '_4a.)-'lity '_nsurance.. 4. Shou'd -,- oo''cy be cancelled. or coverage reduced before the expiration date thereof, the : .­.nce Company .shall nrovide SO days advance notice to the City of Newport peach _✓ ^e?- Ste ed ma - ", At::ention: Puj'-c 'Words .epartmen . 5. Desigrated. Contract: Main Street Sewer Replacement - Contract No. 2216 ro; '-'e and Contract No.). . This endorse^—^ `s e "ect've 2/9/82 zt l2:01 A.M. and forms a part of Pe''cv No. 4 _ Namet Tnc' C':_rke Contract, ^.g Corporation Endorsement No. 6 Name 1ns11r'.rce Company Cont_inen'_a_ Casualtv Co. °•V t or-z Represen.tat` 1 • w Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GEN77AL LIABILITY INSURANCE ENDORSEMENT it is agreed *_hat: 1. With respect to such insurance as 4s afforded by the policy for Comprehensive General Liability, the City of Newport Beac-, its officers and employees are additional in- sureds but on'y with respect to 1-0' lity arising out of operations performed by or on be' ^a'' the named insured in connect: ~on with the contract designated below or acts ant omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured sha'1 apply as Primary insurance and no other insurance maintained by the City of Newport Beach will be ca.' -ed 'lpon to contribute witn. 'ns:rance provided by this policy. 2. The policy includes the following orovision: "The insurance afforded by the policy applies separately to each insured against .+.om c'Vm is made or suit `s brought, except with respect to the limits of the _rs'u name Company's l?abi-ifv 3. The insurance %fforded by the policy for Contractual Liability insurance (subject to tic 7e-mq, =e" Lions and exclusions applicable to such insurance) includes liability esquPrr - named insured under the indemnification or hold harmless provision con - ta'-cc _ v" tten contract, designated below, between the named insured and the C ty„r ywpc`•t 30a.ch. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, oerta4 -2nc to th^ explosion hazo- d, collapse hazard and underground property hazard ,comi.on'y refer-rd to as "'C Y'lazards) are deleted. 5. The `rr•ts of liability under this endorsement for the additional insured named in paragrap'n ' e` :!^ors endorsemen- sla':l Se the limits indicated below for either Multiple -'m' -s or Sirr e limit, w" -never 4s indicated by the letter X 'n the appropriate box. v,•t Limits U,40 injury L'obi,ity S each occurrence ?rnnorty Dame. ^O L;ab;,_.ty Q' Sinfe 'Limit each occurrence Pod" y injury Liability S 500,000.00 each occurrence am ornperty Damage - 'abi'.ity Comb'^ed The app'icat > 'im`t of the insurance Company's liability for the insurance afforded ,cr Cnntractus' 'lability shal be reduced by any amount paid as damages under this e ^do ^-ement in by ^, ='f of 0e ad& tiona' inslreds. The `mats of '0an" 4ty as stated in this endorsement shat.' not increase the total 051`ty of the Insurance >moany for a71 damages a.s the result of any one occurrence on -xcps. : ( � 7"e •:m°ts o {' 'ia.n1'"ty stated '.n tie oo ?icy as applicable to Comprehen- S4v, .Sons`.. 50 lity invur2.nce. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, Ali 'nsurxr:e CQ-na7y sha'' provide 30 days' advance notice to tie City o` Newport a" 4y mkl. Atten 'pr: Public &",s DepartmenL 7. :-07na,ted Contract_: Main Street Sewer R_ eol=acement - Contract No. 2216 ' �r ^,'F'Ct ' t: e un: Sortract No.,' T "s endorsement is efrective 2/9/82 at '• :0' A.M. _ 2. A... and forms a dart of Name,` lured Clarke Contracting Corporation Endorsement_ No. 4 Nam? of comoan_y American Casualty Co. °.y futhori ud Representative/ February 12, 1982 TO: CITY CLERK FROM: Publ'i'c Works.Department SUBJECT: MAIN STREET SEWER REPLACEMENT, C -2216 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. L1oyq/R. Dalton Pro„ect Engineer LRD:em Att. • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT PROPOSAL MAIN STREET SEWER REPLACEMENT CONTRACT NO. 2216 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92663 -3884 Gentlemen: PR 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 proposes to furnish all materials and do all the work required to complete Contract No. 2216 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 TAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 2. 3 1 Each Construct sewer terminal cleanout per City of Newport Beach Std. 400 -L @ h o 164 Construct 8" gravity sewer per City Lineal Feet of Newport Beach Std. 316 -L Lump Sum Dollars and Cents Dollars and ,rte. Cents Per Lineal Foot Remodel existing manhole per Detail i;,,s,� Sheet 2, and Special Provisions @ Dollars and r' 9 Cents Per Lump Sum 4. 306 Construct 8" gravity sewer per City Lineal Feet of Newport Beach Std. 316 -L @ Dollars / and od a Cents $ %��� $ Per Lineal Foot ' • • PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 5 Each Construct new 6" sewer laterals per City of Newport Beach Std. 406 -L @ �fi�.ee �u��e� _Dollars and Cents $ 300 =° $ 570% Each 6. Lump Sum Remove existing sewer manhole and construct new sewer manhole per City of Newport Beach Std. 402 -L and 403 -L @71eea o-.r `ia• ell ollars and h° Cents $ `'e OW - $ Per Lump Sum 7. Lump Sum Construct 8" gravity sewer opening into Lift Station Wet Well per Detail 2, Sheet 2, and Special Provisions @T,e.,o 754oYcro„a/�- /'yt lfu..elivp�Dollars and sro Z,S7D - Cents $ $ Z S 7o Per Lump Sum 8. 2 Each Construct sewer manhole per City of Newport Beach Std. 402 -L @7" /lu-afl, VDol1ars and '40 Cents $ 3. -OOO $ 7000% Each 9. Lump Sum Guarding underground construction / @7`J "yc ,lo Oro ,.,o%:ryl�T �iu..o�'W Dollars and ya Cents Per Lump Sum 10. Lump Sum Reconstruct alley pavement, including approaches @ 6ollars and Cents ret Lump Sum $ ,��OO ` $ S80D — U n $ r _ l' h " $ • • PR lc ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ADDITIONAL BID ITEM: 11. 4 Each Construct manhole lining per Special Provisions Dollars and Iio Cents $ /040 Each TOTAL PRICE WRITTEN IN WORDS INCLUDING ADDITIONAL BID ITEM: Contractor's License No. 325884 A Date January 28. 1982 Dollars and Cents Clarke n oration Bidder's Name t (4thdr Va I signature /Title president i Bidder's Address 1218 So. Alameda St. Compton CA 90970 Bidder's Telephone No. (213) 537 -6470 • 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. 325884 A Clarke Contracting Corporation Contr's Lic. No. & Classification Qidder . i � January 28, 1982 �� 41. -John J. Clarke, Date AutWli ignature /Title President • • 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. 4. 5. 6. 7. 8. 9. 10. 11. 12. Clarke Contractina Corporation Bidder -John J. Clarke. Pres. �\,hoNi� Signature /Title 4 1 ' Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL r NTS. lhat we, _1zrk� "nnt -act; 3 ^o ----7 .i.n as Principal, and an; as Surety, are held I and firmly bound unto the City of Newport Beach, California, in the sum of Tin °r'percent total a^ov ^r e Dollars ($ l00% _), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of !aCe^,eat in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for -such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the deaW of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 24 day of 7a- ,!;ArV 19 ^2 Corporate Seal (If Corporation) 'l a -�. ^.oar "n- pnration Pr n i a _ JOILN J. CLARKE (At tdciI acknowledgement of - PItESI DI;NT i Attorny-in -Fact ) _ - -- - -- -- -- = - - o c. y . O � N ny � O \ S d 0 dl 7d O 7 N° a \\ \ i; � �� \ \� \ � }� \ � 21 ITJ \} \ /� � Certified Copy of POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint John Z. Schmidt, Richard K. Rosskopf, Sandra K. Witt, Jacqueline Schroeder, Gerald W. Rosskopf, Donald E. Rapp, Douglas A. Rapp and Richard C. Lloyd of E1 Monte California----------------------------- ----- --------- --- -- ---- - - ---- each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Fiduciary Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking, in which the penalty of the bond or undertaking does not exceed the sum of Two Hundred Fifty Thousand Dollars ($250,000.00). 2. Surety Bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds, Lease bonds, Workmen's Compensation bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public offi- cials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to be signed by its Assistant Vice- President and Assistant Secretary and its corporate seal to be hereto affixed this 1st day of January 19 Rp FEDERALINSURANCE COMPANY By George McClellan Assistant Vice- Presiden t STATE OF NEW JERSEY ss: County of Essex (aR,c Connor Assistant Secretary On this 1st day of January 19 82 , before me personally came Richard D. O'Connor, to me known and by me known to be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described in and which executed the foregoing Power of Attorney and the said Richard D. O'Connor being by me duly sworn, did depose and say that he is As- sistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Com- pany and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he Is acquainted with George McClellan and knows him to be Assistant Vice - President of said Company, and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto subscribed by authority of said By -Laws and in deponent's presence. C IA �Q R'y NOTARY PUBLIC j .�E J EfkS1,- Form 21 -10 -238 (Ed. 2 78)(General) Acknowledged and Sworn to before me on the date above written. Notary Public PATRICIA RYAN NOTARY PUBLIC OF NEN JERSEY fly Commission Expires December 11, 19 83 R-01912(20M) .,. SHORT HILLS. N.J. )} County of Essex ss. 1. the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY. do hereby certify that the following is a true excerpt from the By -taws of the said Company as adopted by its Board of Directors on March 11. 1953 and amended May 27 1971 and that this By -Law is in full force and effect -- ARTICLE XVtll Section 2 All bonds. undertakings. contracts and other instruments other than as above lot and on behalf of the Company which it is authorized by law or its charter to execute. may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President or a Vice - President. jointly with the Secretary or an Assistant Secretary. under their respective designa- tions. except that any one or more officers or afford eys -rrl -fact designated in any resolution of the Board of Directors or the Executive Committee. or in any power or attorney executed as provided for in Section 3 below. may execute any such bond. undertaking or other oblrgrhon as 3rovided in such resolution of power of attorney. Section 3 All powers of attorney for and on behalf of the Company may and shall be executed in file name and on behalf of the Company. either by the Chairman or the Vice- Chavrnan or the President or a Vice- President or an Assistant Vice - President. jointly v.,uh the Secretary or an Assistant Secretary. under their respective designations And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been revoked And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America. District of Columbia. Puerto Rico. and each of the Provinces of Canada with the exception of Prince Edward Island: and is also duly licensed to become sole surety on bonds. undertakings etc permitted or required by law. Given under my hand and the seal of said Company at Short Hills. N . this 28 ...... __ day of January 19 92 Aserslani Secretary 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. Clarke Contra t'n er Bid -John J. Clarke, Pres. uthV ized Signature /Title Subscribed and sworn to before me this 28th day of January , 19 82. My commission expires: 1�2 --:Cv -F'_3 Notary Public :X, 1983 • . 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. Clarke Contracting Corporation Bidder -John J. Clarke, Pres. p Iho'HXP Signature /Title i 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 SEE ATTACHED SHEETS Clarke Contracting Corporation Bidder -John J. Clarke, Pres. Aulftor i Signature /Title z 0 H 0 a P4 O v Z H F V F z 0 ddx a -4 -7 O N J O Co O O O d O O O M rti 00 N M O W O N ON 00 Cl) O 00 N iD O n vl O �D O CJ O (1) O iD N 0) co N y v ^� v> v> v~i morn H 14 C q co L wp N O( U v)- y' H th is M r M .T» M '� N bD M m V (�y� O N om o CD y 089 G ON mu V G o� G �z u rnH rn u rn v rn v G p, G`""• gu guQ CCU uV � oE 0, C> i v nv iU mv v m 0G0 cqD U) O O •:) )a -ri ro N 7C S4 -s •V H ^s G ^�.n W G ro H •P.. -1 rp-1 00 ry p w o w Cl Nr� a) Nrnln a ro Ors 4ti N Or" v.rGi mui O Go G o ro� �ri�r -, CO l y N a) W p a) N a N a) r-' O Lr () - O •r a) " ro a) V ~ - ^N p U ro a.7 I N r-1 , as i4 I CZ I a1 H W a Q+r-1 ;' Cn V) T7 Ol rN w V -� U rpl GOON w U N U rOi WN O O m'D cn N A N a1 O� N G M o x r0-I o C V r-1 bDN w woo W •rl to ch w Q.. co m V o O O W O� 6�� OU) -� mod.-. Q GN O Gam' O ror O �� W bDN .� H,Mi �� rnCl) r�ir -� aroi� mcn d Nri 5,z6� �� >,o�� 6o •rl O ro N S O N •rl O }a r l • Ln O N S O N •'i Co O N •rl J O Cl •ri N 113 r- U) vNa or~v) VM n- ap V) ca V) m •r, G G G G ro ) w H ? c4 w •H G N N G N � G G u o ro E co a El co ro ra Q1 a G u v lA H Fa H H 3a H H i4 t4 •rr N q q q Ca m CL q u u u u u o ur v (1) vr= m 0) 6 � � N o Q) � o o N o o ,? cu n u u u u � Cm V) En cn n v) U) a v >, u 4 , v v 4 o N 1 M •r Ni r?-+ Q M O a U 3 o > m Geo I N n H J �4 m v H u u o ro P. U C, G •O '� fl1 G a) O W v m H m s4 H m ro V F LL V m H d !-1 CL W . fr o O O O 00 H co H v u 00 m 00 rn 00 rn rn -+ 00 rn rn r _ 00 rn OD yQ) N rl O C V k. N Lis x M ii d h T 71 h h 0 z 4 i a N -7 O N J O Co O O O d O O O M rti 00 N M O W O N ON 00 Cl) O 00 N iD O n vl O �D O CJ O (1) O iD N 0) co N y v ^� v> v> v~i morn H 14 C q co L wp N O( U v)- y' H th is M r M .T» M '� N bD M m V (�y� O N om o CD y 089 G ON mu V G o� G �z u rnH rn u rn v rn v G p, G`""• gu guQ CCU uV � oE 0, C> i v nv iU mv v m 0G0 cqD U) O O •:) )a -ri ro N 7C S4 -s •V H ^s G ^�.n W G ro H •P.. -1 rp-1 00 ry p w o w Cl Nr� a) Nrnln a ro Ors 4ti N Or" v.rGi mui O Go G o ro� �ri�r -, CO l y N a) W p a) N a N a) r-' O Lr () - O •r a) " ro a) V ~ - ^N p U ro a.7 I N r-1 , as i4 I CZ I a1 H W a Q+r-1 ;' Cn V) T7 Ol rN w V -� U rpl GOON w U N U rOi WN O O m'D cn N A N a1 O� N G M o x r0-I o C V r-1 bDN w woo W •rl to ch w Q.. co m V o O O W O� 6�� OU) -� mod.-. Q GN O Gam' O ror O �� W bDN .� H,Mi �� rnCl) r�ir -� aroi� mcn d Nri 5,z6� �� >,o�� 6o •rl O ro N S O N •rl O }a r l • Ln O N S O N •'i Co O N •rl J O Cl •ri N 113 r- U) vNa or~v) VM n- ap V) ca V) m •r, G G G G ro ) w H ? c4 w •H G N N G N � G G u o ro E co a El co ro ra Q1 a G u v lA H Fa H H 3a H H i4 t4 •rr N q q q Ca m CL q u u u u u o ur v (1) vr= m 0) 6 � � N o Q) � o o N o o ,? cu n u u u u � Cm V) En cn n v) U) a v >, u 4 , v v 4 o N 1 M •r Ni r?-+ Q M O a U 3 o > m Geo I N n H J �4 m v H u u o ro P. U C, G •O '� fl1 G a) O W v m H m s4 H m ro V F LL V m H d !-1 CL W . fr 00 00 o Q) m a • O > U U u O U u o z o co o 0 0 00 0 r, o rn Foj a N 0� M N O }a N H M N V} j V} 1� Vy x N T CD 41 U • CT s N u o r. r, � u o H (D > 01 ? � H Uu C UC:) N6M 6 UC:) n -S O 1 N E ro co O 1 J N a c) N N -D x •C7 N � � O 3 O O O ? � o> pp �OU]M }paw ^ U p VIM N 3� c�aw- F 6U6 El F 2 O WWU u au N v CL x 3p > a )0 n o O n U N W P. 41 cau u r H ro x •u v .,� r CO �4 F c� cn ca U v N N 7 r-1 U U O CD 41 a co CUr a n b Ca o C> .°• o � ro roux a�� F �¢ m cnra OF � � • y •' • CITY OF NEWPORT BEACH 1/20/62 PUBLIC WORKS DEPARTMENT ADDENDUM MAIN STREET SEWER REPLACEMENT CONTRACT NO. 2216 Bidders shall propose to complete Contract No. 2216 in accordance with the Proposal as modified by this ADDENDUM: 1 . PROPOSAL, Item No. 3: Change "Detail L" to "Detail 1" J!,'< : iR➢ 2. SPECIAL PROVISIONS, Section IV: A. Bid Item Nos. I through 8 correspond to Bid Items 1Q throughr8 listed under "Construction Notes" as shown on the Plans. B. Bid Item No. on the Plans C. Bid Item No. shown on the D. Bid Item No. Notes" shown 9 does not correspond to any "Construction Note" shown 10 corresponds to Construction Notes 11 through Plans: 11 corresponds to.Sid Item(2)listed under "Construction on the Plans. E. Remove references to "pavement removal" in Bid Item Nos. 1 through 3 since such removals will be paid for under Bid Item No. 10. F. Remove reference to "abandoning an existing sewer in place" in Bid Item No. 4 since there is no existing sewer. G. Reword a portion of Bid Item No. 4 to read ". shown on the Plans, Sheet Numbers 2 and 3 including " H. Remove reference to "pavement removal and replacement" in Bid Item No. 5 since such removal and replacement will be paid for under Bid Item No. 10. 3. SPECIAL PROVISIONS, Section V Replace Section V with the attached revision of Section V. Please sign and date this ADDENDUM, and attach it to your bid Proposal. No bid will 4be considered unless this ADDENDUM is attached. L�;. �e�, ADDENDUM received by: i��an Public Works Director Clarke Contracting Corporation Bidder Date: Jan. 28, 1982 Signature hn ; Clarke, President SECTION V. SURFACE AND GROUNDWATER CONTROL (Revised) The Contractor shall treat surface runoff water or groundwater pumped from the excavations containing grit, silt, or other deleter- ious material by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or Newport Bay. Clarified water may then be discharged into storm drains or Newport Bay, subject to the approval of the Engineer and clearance from the California Regional Water Quality Control Board; 6809 Indiana Avenue, Suite 200, Riverside, CA 92506; telephone (714) 684 -9330. The Contractor shall concurrently submit water treatment plans to the Engineer for approval and to the Water Quality Control Board for clearance in accordance with Section 2 -5.3 of the Standard Specifications, except that the plans need not be submitted more than 10 days prior to commencement of work. Should groundwater contain significant amounts of pollutants or toxic materials, the Contractor shall treat the groundwater by filtration or retention in a settling basin or basins, and then discharge affluent into the sanitary sewer, subject to the approval of the Engineer and the County Sanitation Districts of Orange County, California, in care of James Wybenga; 10844 Ellis Avenue, Fountain Valley, CA 92708; telephone (714) 540 -2910. The City shall pay District's fee for discharge into the sanitary sewer and for tests of water quality. TO: CITY COUNCIL February 8, 1982 CITY COUNCIL AGENDA ITEM NO. ( FROM: Public Works Department SUBJECT: MAIN STREET SEWER REPLACEMENT (C -2216) FEB 8 1,98? By tna CifY COUNCIL RECOMMENDATION: CITY OF N2WPORT 06AC 1 Adopt a resolution awarding Contract No. 2216 to Clarke Contracting Corporation for $93,900, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on January 28, 1982, the City Clerk opened and read the following bids for this project: The low bid is 33% below the Engineer's estimate of $139,700. The disparity between estimated and bid amounts is attributed to an intense com- petition among pipeline contractors caused by scarcity of such work. The low bidder, Clarke Contracting Corporation, is a well - qualified general contractor who has successfully completed previous contracts for the City. The project provides for construction of a new sewer line in Main Street and Balboa Boulevard which bypasses the deteriorated and partially col- lapsed existing main in the alley; and connects directly into a County Sanita- tion District pumping station. The new alignment precludes deep alley excava- tions which could undermine existing structures along the alley (see attached sketch). The alley will be entirely reconstructed with portland cement concrete as a portion of the project. Bidder Amount Bid Low Clarke Contracting Corporation $ 90,400.00* 2. G. R. Frost, Inc. 105,770.00 3. Ramirez and Bennett Construction, Inc. 112,930.00 4. John T. Malloy, Inc. 123,900.00 ** 5. G. R. McKervey, Inc. 129,901.00 6. L & H Construction, a Joint Venture 135,653.70 7. Matt J. Zaich, Jr. 136,500.00 8. Savala Construction Co. 161,579.00 *Corrected Bid Total is $ 93,900 * *Corrected Bid Total is $113,900 The low bid is 33% below the Engineer's estimate of $139,700. The disparity between estimated and bid amounts is attributed to an intense com- petition among pipeline contractors caused by scarcity of such work. The low bidder, Clarke Contracting Corporation, is a well - qualified general contractor who has successfully completed previous contracts for the City. The project provides for construction of a new sewer line in Main Street and Balboa Boulevard which bypasses the deteriorated and partially col- lapsed existing main in the alley; and connects directly into a County Sanita- tion District pumping station. The new alignment precludes deep alley excava- tions which could undermine existing structures along the alley (see attached sketch). The alley will be entirely reconstructed with portland cement concrete as a portion of the project. February 8, 1982 Subject: Main Street Sewer Replacement (C -2216) Page 2 As a maintenance project, the work is categorically exempt from Coastal development permit requirements per Section II.B. 4. of "Interpretive Guidelines on Exclusions from Permit Requirements" issued by the California Coastal Commission. The project is also categorically exempt from provisions of the California Environmental Quality Act per Section 15101 of the Act. However, since excavations below sea level must be dewatered and such water must be discharged either into Newport Bay or sanitary sewers, permits have been requested from the California Regional Water Quality Control Board and the County Sanitation District. If groundwater quality is deemed too poor for Bay discharge, the Contractor will discharge into nearby sewers. Funding for award is proposed from the following accounts: Description Account No. Amount Reconstruct Alleys, Main /Bay /Etc. 02- 3397 -229 $32,000 Replace Main Street Sewer 02- 5597 -205 $61,900 Plans and special provisions for the sewer portion of the project were prepared by David A. Boyle Engineering. Plans and special provisions for the alley replacement portion of the project were prepared by staff. The estimated date of completion is April 2, 1982. Benjamin B. Nolan Public Works Director LD:jd Att. 3 - 1 • • w Z \ C% Q SCALE / "= 50' L T` CITY OF NEWPORT ISEACI PUBLIC WORKS DEPARTMENT MAIN STREET SEWER REPLACEMENT C -2216 �y0 ^VPRwED PUMIC rrM o1RFCM R.E. NO. Dumme No. EXH /B /T "A" RESOLUTION NO. 82 -20 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO CLARKE CONTRACTING CORPORATION IN CONNECTION WITH MAIN STREET SEWER REPLACEMENT (CONTRACT NO. 2216) WHEREAS, there has been submitted to the City Clerk, bids for work in connection with sewer replacement on Main St. ;and WHEREAS, on January 28 1982, at 11:00 a.m., bids for the contract were opened by the City Clerk's office, and it appears that the lowest responsible bidder therefor is CLARKE CONTRACTING CORPORATION; and WHEREAS, after review of the terms and conditions by the City Council, said bid is found to be fair and equitable. NOW, THERFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid from CLARKE CONTRACTING CORPORATION in the amount of $93,900.00, is accepted, and that the contract for the described work (Contract No. 2216) be awarded to said bidder. BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute said contract in accordance with the terms and conditions therein, and the City Clerk is directed to furnish an executed copy to the successful bidder herein. ADOPTED this Sth day of February 1982. / ylay ATTEST: City Clerk mum r v va.)P c+ 1. n 1 5 n C a x z 0 O ro 0 a� a H H O z O C� T noro� =r rD (D �• 3 D 7 T E w 3 o r n w w T 0• T ]� O fP fD fD O O T � ova c� f 0 0 o m rD m T T 1r n w 1+0 (c o 3 m 'o 0 0 rD G D �. f M 7 � 1 Vl rF �• C S 7 T VI fD (n C d fD T n ww c+ o P o rD fD �• 3 3 rr+ W -- r+ v 0 O o o m c o C7 � o � rr m ro 7 r C 0 w 3 T O � T w O 7 T 0 O °G F O fD -5 N v 0 0 JAfd � 1 1982 COUNCIL FORT BEACH TO: CITY COUNdc FROM: Public Works Department SUBJECT: MAIN STREET SEWER REPLACEMENT (C -2216) RECOMMENDATIONS: Approve the plans and specifications. January 11, 1982 CITY COUNCIL AGENDA ITEM NO. F -12 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on January 28, 1982. DISCUSSION: This project provides for construction of a new sewer line in Main Street and Balboa Boulevard which bypasses the deteriorated and partially col- lapsed existing main in the alley; and connects directly into a County Sanitation District pumping station. The new alignment precludes deep alley excavations which could undermine existing structures along the alley (see attached sketch). The alley will be entirely reconstructed with portland cement concrete as a portion of the project. As a maintenance project, the work is categorically exempt from coastal development permit requirements per Section II.B.4. of "Interpretive Guidelines on Exclusions from Permit Requirements" issued by the California Coastal Commission. The project is also categorically exempt from provisions of the California Environmental Quality Act per Section 15101 of the Act. Staff has published the exemption and has filed same with the Clerk of Orange County. A sewer connection permit has been requested from County Sanitation District No. 5 of Orange County. Plans and special provisions for the sewer portion of the project were prepared by David A.Boyle Engineering. Their construction estimate is $109,000, including costs of an additional bid item which provides for manhole linings. Plans and special provisions for the alley replacement portion of the project were prepared by staff, and the estimated construction cost is $30,700. $121,000 remains in the budget account for sewer main replacement and $32,000 for the alley replacement. The estimated date of completion is May 1, 1982. Benjamin B. Nolan Public Works Director LD:jd Att. L \ q' 0 0 / Z � o ter_►`` CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN STREET SEWER REPLACEMENT C-2216 L r1 DRAWN .PG. DATE / -6 -BZ APPROVED PUBLIC WORKS DIRECTOR R.E. N0. DRAWING NO. EXN /B /T 'P.4 1/ THE NEWPORT 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 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: January 13, 1982 I certify (or declare) under penalty of perjury that the foregoing is true and correct, Dated at Newport Beach,CCslliffoorniia,this 13 day of Januarif3 1982 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy'.. Corona del Mar, California 92625. C- aa) This space is for the County Clerk's Filing Stamp PUBLIC NOTICE NO Proof of Publication of PROOF OF PUBLICATION A NOTICE INVITING BIDB Sealed bide mey be received al the office of the City Clerk, 33M Newport Blvd., Newport Beach, CA 92663 unlit It a an the 26th day of January. 1962, at which time such bids shall be opened and read far !0 MAIN STREET I SEWER REPLACEMENT Contract No. 2216 Eag,e.ei a Ee6mate $139,700 Approved by the City C ... cil Ihte 1Lh day of lanuery. J982. Wanda E. Andeteen, City Clerk. Proepeeliva bidders.....btat one out of bid document. at no cost at the office of the Public W.,ke Deparrme r , 3" Newport Blvd., Newport Beach, CA 92663. For information call Lloyd R. Dalton, proles, engineer ,.16W,2281. Pobb.h: Jan. 13, 1982 to The Newport Ensign. NE698 .� -rA-F� �►r�Lt� �R2F�NA�Y�e, �N .? N.90 By m i �J i t C OUNCh. CITY OF D.EWPORT SEACh, TO: CITY COUNCIL FROM: Public Works Department SUBJECT: Main Street - Bay Avenue Sewer Pump Station (Contract 2216) RECOMMENDATION: December 22, 1980 CITY COUNCIL AGENDA ITEM NO. H -12 1. Reject all five bids received for construction of the Sewer Pump Station 2. Direct the staff to reanalyze the project. DISCUSSION: At 2:30 P.M. on November 25, 1980, the City Clerk opened five bids for the Main Street -Bay Avenue Sewer Pump Station: Bidder Bid 1. Fleming Engineering, Inc. $106,200.00 Buena Park 2. E. A. Reed Construction Co., $109,352.96 Irvine 3. G & G Engineering Contractors, Inc., $116,420.00 Costa Mesa 4. C. K. Pump & Dewatering Corp., $128,675.00 Long Beach 5. Schuler Engineering Corp. $117,076.50 Newport Beach The low bid is 45% more than the Engineer's estimate of $73,000. This project provides for construction of a sewer pump station and shallow gravity sewer lines to replace a deep sewer line that has failed; together with associated alley repaving with portland cement concrete. The original decision to construct a sewer pump station in lieu of replacing a deeper gravity sewer that had failed was based on preliminary estimates showing that the pump station project would cost about 40% of the cost of repairing the gravity sewer. The high bids received for the pump station project indicate that while a gravity sewer would probably still cost somewhat more to construct, the continuing savings in operating costs and energy, plus greater reliability would be worth the extra construction costs. 0 December 22, 1980 Subject: Main Street -Bay Avenue Sewer Pump Station (Contract 2216) Page 2 It is proposed that the staff prepare plans and specifications for replac- ing or repairing the gravity sewer; that the project be rebudgeted in the 1981 -82 budget; that the project be advertised for bids in the summer of 1981; and that construction take place in October and November 1981. A comparison of the two concepts for the project is as follows: The location of the sewer main replacement project is shown on the attached sketch. J ! I l Benjamin B. Nolan Public Works Director :: = ATT. Pump Station Deep Sewer Item and Shallow Sewer Replacement Actual Bid Estimates 1. Construct Sewer Pump $57,400 -0- Station 2. Replace Sewers, Man- holes and existing pavement: a. In East -West Alley 30,317 $90,000 b. In North -South Alley 5,445 5,445 3. Upgrade alley pavement to P.C.C. and construct new alley approaches In East -West Alley 11,613 11,613 In North -South Alley 1,425 1,425 Subtotal $106,200 108,483 8 months inflation 0 10,848 Total $106,200 119,331 The location of the sewer main replacement project is shown on the attached sketch. J ! I l Benjamin B. Nolan Public Works Director :: = ATT. -o 0 i CSC f . Z zrl'O � o ,p G CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IW.4 /it/ 67,e,6,6 7-- ®90Y 4 [i.EN< /F SE'WE'Q MD /N QE'F'L4CE"iYIE'NT CON747,OCT PZ /G RAWN DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. E.riy /4ff/T c aL 2a-� I r r . DE 8 ]cRfj By the CITY COUNCIL CITY OF p;EWPORT BEACH TO: CITY COUNCIL FROM: Public Works SUBJECT: MAIN STREET- RECOMMENDATIONS: December 8, 1980 UL i98� CITY COUNCIL AGENDA By the CifY COUiJC!!. ITEM NO. H-2(d) e) & (f) CITY Or taWPgRT BEACH Department BAY AVENUE SEWER PUMP STATION (CONTRACT 2216) 1. Adopt a resolution awarding Contract 2216 to Fleming Engineering, Inc., in the amount of $99,330.00, and authorizing the Mayor and City Clerk to execute the contract. 2. Adopt a resolution accepting an offer of dedication to the public for alley purposes of the southerly 5.00 feet of Lot 7, Block 11, Balboa Tract. 3. Adopt a resolution accepting an offer of dedication to the public for alley purposes of the southerly 5.00 feet of Lot 5, Block 11, Balboa Tract. DISCUSSION: At 2:30 P.M. on November 25, 1980, the City Clerk opened five bids for the Main Street -Bay Avenue Sewer Pump Station: Bidder Bid 1. Fleming Engineering, Inc. $106,200.00 Buena Park 2. E. A. Reed Construction Co., $109,352.96 Irvine 3. G & G Engineering Contractors, Inc., $116,420.00 Costa Mesa 4. C. K. Pump & Dewatering Corp., $128,675.00 Long Beach 5. Schuler Engineering Corp., $177,076.50 Newport Beach The low bid is 45 °% over the engineer's estimate of $73,000. A review of the bids indicates that the original cost estimate was too low considering the difficult and congested working conditions for the project. It is planned to reduce the overage by deleting a portion of the work from the contract (see below). The plans and specifications were prepared by David A. Boyle Engineering, Santa Ana. • • December 8, 1980 Subject: Main Street -Bay Avenue Sewer Pump Station (Contract 2216) Page 2 Fleming Engineering has previously done satisfactory contract work for the City. The current budget contains an appropriation of $80,000 to construct the pump station. In order to reduce costs, it is proposed to delete replacement of approximately $7,270 worth of sewer main and alley pavement in the short north -south alley in Block 11. Sufficient funds are available in the pump sta- tion appropriation and in the Sewer Main Replacement Program to replace the re- mainder of the sewer and manholes in the alley and in "A" Street. Sufficient funds are available in the Street and Alley Maintenance Program to pay the difference in cost between restoring existing pavement in the alley and replacing the existing pavement with portland cement concrete pavement. In the past, 5- foot -wide strips of land from Lots 5 and 7 were offered to the City for dedication as alleys upon the condition that they be improved. This improvement work is included in the contract; therefore, the offers of dedication can now be accepted. Bay Avenue will be closed off from Main Street to the first alley westerly. One lane of traffic will be maintained northbound on Main Street, eastbound on Bay Avenue east of Main Street, and southbound on "A" Street. Ground water from the excavation will be disposed of to the Sanitation District trunk sewer. The location of the project is shown on the attached sketch. Work is not to commence until January 12, 1981, and must be completed by April 10, 1981. Benjamin B. Nolan Public Works Director KLP:jd Att. I i m%:om WA CI l / OT7 �- __ mob B� �0 H Haiti 4o s- ,d vE,uur 942rWG sE PUMP 9TG T /1014/ DRAWN -A APPROVED t DATE PUBLIC WORKS DIRECTOR R.E. NO. DRAWING ti OCT 27 1980 gy the CITY COT YCH CITY OF N wFOR TO: CITY COUNCIL FROM: Public Works Department 0 October 27, 1980 CITY COUNCIJ, AGENDA ITEM NO M - /r SUBJECT: M AVENUE SEWER PUMP STATION Contract 2216) RECOMMENDATION: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on November 25, 1980. DISCUSSION: The 1980 -81 budget contains an appropriation of $80,000 to construct a new sewage pump station in Bay Avenue at Main Street. The pump station is an alternate to the replacement of a collapsed Portland cement concrete deep sewer in the alley of Block 11, Balboa Tract. Included in the project is the construction of new, shallow, vitrified clay pipe sewers and the reconstruction of the alleys in Block it with new Portland cement concrete pavement. The location is shown on the attached sketch. The project budget is as follows: Pump station Sewer replacement Alley replacement Engineering Miscellaneous and contingencies (5 %) Total The pump station plans were Engineering of Santa Ana, California. pletion is April 10, 1981 Benjamin B. Nolan Public Works Director KLP:mdd Att. $45,000 13,000 11,000 7,000 4,000 $80,000 prepared by David A. Boyle The estimated date of com- rM t oef r� 5 e �� c4 CITY OF N ` B� �Q I s,0'k/'2 GA�-- 57.0 T /O.0 APPROVED -C7L N DATE ,f PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. G-"XIS1 1917- ',4 I' I 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 foregoing. is true and correct. Dated at Newport Beach, California,thie9 dayofOCt. 19 80 i i 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 Pubfication of Contact #2216 PUBLIC NOTICE j NOTICE INVITING BIDS Sailed bide may be received at the office of the City Clark, 33W Newport' Boulevard, Newport Beach, Ca 92663 aml 2:30 p.m. on the 25th day of November, 1960, at which time such bide shall be opened and read for MAIN STREET -BAY AVENUE SEWAGE PUMP STATION Contract No. 2216 Engmeai s Estimate $90,000 Approved by the City Council this 27th de..I or , 2980, Dorm George, City Clerk. Prarmctive bidders may obtain one eat of bid documents at an cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, Ca 92663. For further inbrmatiaa, call Eevaid, L. Perry, Protect Engineer, al : 640-2281. Publish: Oct, 29, 1900 fn The Newport East,.. NESS2 PROOF OF PUBLICATION ,4 9E -0