Loading...
HomeMy WebLinkAboutC-2700 - Sewer Main and Alley Replacement Program 1988-89CITOOF NEWPORT AA­ C H October 16, 1990 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Colich & Sons (JV) 547 W. 140th Street Gardena, CA 90248 (714) 6443005 Subject: Surety: Safeco Insurance Company of America Bonds No.: 5539086 Contract No.: C -2700 Project: Sewer Main and Alley Replacement Program 1988 -89 The City Council of Newport Beach on September 10, 1990, 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 has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on September 19, 1990, Reference No. 90- 498336. Sincerely, Wanda E. Raggio� City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk /117 7 ;w' City of Newport Beach 3300 Newport Boulevard Newport Beaeb, CA 92663 90- 498336 Pi RECORDING REQUEST PER GOVERNMENT CODE 6103 NO,ricF. OF COMPLETION PUBLIC WORKS RE OFORANt?E1COUNri CAUFORNSIA 1:30 SEP 191390 P.M. 'Io All Laborers and Material Men and to Every Other Person Interested: YOU WILL. PLEASE TAKE NOTICE that on June 15, 1990 Vdublic Works project consisting of SEWER MAIN AND ALLEY REPLAC P_R_ 8899 (C -2700) L �.4 5A on which Colich & Sons (JV), 547 W. 140th Street, Gardena, CA was the contractor, and Safeco was the surety, was completed. VERIFICATION I, the undersigned, say: Fountain Valley,: CtT OF NEWPORT BEACH J22 ` J, Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 12. 1990 at Newport Beach, California. ytiyvu� J� 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 Septemher In, 199n 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 September 12. 1990 at Newport Beach, California. i LG City Clerk f i , .t r Jv '` fA,, ,J • r� •d l TO: City Council FROM: Public Works September 10, 1990 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: ACCEPTANCE OF SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1989 -90 (C -2700) 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $598,617.00 Amount of unit price items constructed 607,627.25 Amount of change orders 69.328.05 Total contract cost $676,955.30 The increase in the amount of the unit price items constructed was due primarily to an error in the estimated quantities of 8 -inch water main and services. Six Change Orders were issued. The first, in the amount of $53,289.00, provided for replacement of the water main in the alley adjacent to Court Street. The existing main was found to be located nearly directly over the sewer which was to be replaced. The second, in the amount of $1,132.64, provided for the removal and disposal of an abandoned flush tank which interfered with the new water main in Vilelle Place. The third, in the amount of $2,763.85, provided for the removal and disposal of a concrete encased abandoned sewer manhole in the Arcade and the construction of a shallow manhole at the ba "se of the Newport Pier. The fourth, in the amount of $960.13, provided for delays when existing telephone ducts were encountered in the planned location of the new sewer. The fifth, in the amount of $9,283.41, provided for a change in type of pipe joints for the above grade sewer as requested by the Utilities Department; the addition of hold down straps on the pipe supports; and removal of all abandoned utilities in the alley between Iris and Jasmine avenues at Bayside Drive. The sixth, in the amount of $1,899.02, provided for the removal of an abandoned Edison conduit located directly over the sewer in the Ocean Front alley westerly of Palm Avenue. Subject: Acceptance of Sewer Main and Alley Replacement Program 1989 -90 (C -2700) September 10, 1090 Page 2 • Funds for the project were budgeted in the General Fund, Account Nos. 02- 3477 -430, 02- 3489 -053 and 02- 5589 -102 and in the Water Fund, Account No. 50- 9289 -001. The contractor is Colich and Son, Inc. of Gardena. The contract date of completion was June 15, 1990. Due to the extra work and delays in obtaining the special pipe for the above ground sewer, the work was not completed until August 3, 1990. rCCBenjamin B. Nolan Public Works Director • PD: so Attachment L 1 6 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 T0: FINANCE DIRECTOR FROM: CITY CLERK (714) 644 -3005 DATE: November 20, 1989 SUBJECT: Contract No. C -2700 Description of Contract Sewer Main and Alley Replacement Program 1988 -89 Effective date of Contract November 17, 1989 Authorized by Minute Action, approved on October 30, 1989 Contract with Colich and Sons (JV) Address 547 W. 140th Street Gardena, CA Amount of Contract $598,617.00 "14a6t' (�e 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach t/ I . . _yam* CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until on the 12th day of _0 lobar 1989+ at whit time such bids s a be openedd and read for SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1988 -89 Title of roject V 2700 Contract No. $620,000.00 Engineer's Estimate O %s, Approved by the City Council this 25th day of September, 1989, Wanda- E. Raggio 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, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Steve Luy at 644 -3311. Project Manager l Jr .� i ..,.- ::. -.d>— �, ..a,�;- ,. .::ejsea.�.ec,.- ,. -...; -::.e. _,�,�..,;..,.e.- ,m..tR` .� �.�,,,�ti:�:tys.... �= <_•,e.. ..- ;:..a,� -_BV � „:may °' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 1988 -89 SEWER MAIN AND ALLEY REPLACEMENT PROGRAM CONTRACT NO. 2700 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2700 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY M DESCRIPTION UNIT T AL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE I. 2 3. Lump Sum Mobilization and traffic control @ FIVE THOUSAND _Dollars and ZERO Cents Per Lump Sum 1650 Remove existing 8 -inch sanitary sewer Lineal Feet and construct new 8 -inch sewer main including trench resurfacing @ EIGHTY -FIVE Dollars and ZERO Cents Per Linear Foot 1600 Remove existing 8 -inch sanitary sewer Lineal Feet and construct new 8 -inch sewer main @ ONE HUNDRED NINE ZERO er inear Dollars and Cents $ 5,000.00 $ 85.00 $140,250.00 $109.00 $174,400.00 +., PR 1.2 ITEM QUANTITY --rTEM-DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 85 Remove existing sanitary sewer and Linear Feet construct new 12 -inch diameter PVC sewer main @ NINETY -SIX Dollars and ZERO Cents $ 96.00 $ 8,160.00 Per Linear Fo at 5, 255 Remove existing sanitary sewer and Linear Feet construct new 12 -inch diameter ductile iron sewer main @ ONE HUNDRED FOUR Dollars and ZERO Cents Per Linear Foot $ 104.00 $ 261520.00 6. 365 Remove existing house connection and Linear Feet construct new 4 -inch house connection @ FIFTY -TWO Dollars and ZERO Cents $ 52.00 $ 18,980.00 Per Linear Foot 7. 560 Remove existing house connection and Linear Feet construct new 6 -inch house connection including trench resurfacing @ FIFTY -FIVE Dollars and ZERO Cents $ 55.00 $ 30,800.00 er Linear too 8. 80 Remove existing house connection and Linear Feet construct new 4 -inch ductile iron house connection @ FORTY -SEVEN Dollars and ZERO Cents $ 47.00 $ 3,760.00 Per Linear Foot • PR 1.3 I EM QUANTITY M D R PTION UNI TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 140 Construct house connection cleanout Each @ FORTY -FIVE Dollars and ZERO Cents $ 45.00 $ 6,300.00 Per Each 10. 4 Construct sanitary sewer cleanout Each @ NINETY Dollars and ZERO Cents $ 90.00 $ 360.00 Per Each 11. 14 Construct sanitary sewer manhole Each @ EIGHT - HUNDRED Dollars and ZERO Cents $ 800.00 $ 11,200.00 Per Each 12. 160 Install 6 -inch water main with Lineal Feet trench resurfacing @ FORTY -FIVE Dollars and ZERO Cents $ 45.00 $ 7,200.00 Per Linear Foot 13. 260 Install 6 -inch D.I.P. water main with Lineal Feet Polyethylene encasement @ THIRTY -THREE Dollars and ZERO Cents 33.00 8,580.00 Per Linear Foot $ $ 14. 150 Install 8 -inch water main with trench Lineal Feet resurfacing @ FORTY -SEVEN Dollars and ZERO Cents Per Linear Foot $ 47.00 $ 7,050.00 +- ' • • PR 1.4 I M p AN ITY I D RIP ION UN 7 TOTAL No AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 195 Install 8 -inch Ductile Iron water main Lineal Feet @ SIXTY -ONE Dollars and ZERO Cents 61.00 11,895.00 Per Linear Foot $ $ 16. 10 Replace existing service with 1 -inch Each service @ THREE HUNDRED NINETY Dollars and ZERO Cents Per Each 17. 3 Replace existing service with 1 -inch Each service including trench resurfacing @ SIX HUNDRED Dollars and ZERO Cents Per Each $ 600.00 $ 11800.00 18. 1 Replace existing service with 2 -inch Each service including trench resurfacing @ SIX HUNDRED Dollars and ZERO Cents $ 600.00 $ 600.00 Per Each 19. 2 Install 8 -inch butterfly valve Each @ NINE HUNDRED Dollars and ZERO Cents $ 900.00 $ 1,800.00 Per Each 20. 4 Install 6 -inch butterfly valve Each @ SIX HUNDRED FIFTY Dollars and ZERO Cents $ 650.00 $ 2,600.00 Per Each 0 PR 1.5 ITEM QUANTITY M DESCRIPTIDN UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 21. 1 Install 16" x 6" tapping sleeve with Each 611 tapping valve @ NINETEEN HUNDRED TEN Dollars and ZERO Cents $ 1,910.00 $ 1,910.00 Per Each 22. 3 Reconnect existing 611 fire service Each @ EIGHT HUNDRED TWENTY Dollars and ZERO Cents $ 820.00 $ 2,460.00 Per Each 23. 4 Remove existing and replace with Each new fire hydrant assembly including trench resurfacing @ TWENTY -ONE HUNDRED Dollars and ZERO Cents $ 2,100.00 $ 8,400.00 Per Each 24. Lump Sum Temporary bypass water system @ ONE THOUSAND Dollars and ZERO Cents $ 1,000.00 Per Lump Sum 25. Lump Sum Pressure testing and disinfection @ TWENTY -TWO HUNDRED Dollars and ZERO Cents er Lumo Sum 26. Lump Sum Abandon existing water mains n CTCTrrAI ILI\Innrn ZERO er Lam— ump�m Dollars and Cents 2,200.00 $ 1,500.00 P. - i 0 PR 1.6 ITEM QUANTITY ITEM DESCRIPTION UNI TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. 1 Construct P.C.C. drop inlet Each @ FOURTEEN HUNDRED Dollars and ZERO Cents $ 1.400.00 $ 1,400.00 Per Each 28. 2 Construct P.C.C. curb inlet per Each CNB Std. -302 -L @ SIXTEEN HUNDRED Dollars and ZERO Cents $ 1,600.00 $ 3,200.00 Per Each 29. 270 Install 12" ACP storm drain pipe with Lineal Feet trench resurfacing @ THIRTY -NINE Dollars and ZERO -Foot Cents $ 39.00 $ 10,530.00 elrr Linear 30. 3 Construct P.C.C. pipe anchors Each @ TWO HUNDRED TWENTY Dollars and ZERO Cents $ 220.00 $ 660.00 Per ac 31. 16 Construct PCC pipe support Each @ TWO HUNDRED FIFTY Dollars and ZERO Cents $ 250.00 $ 4,000.00 Per EacTi 32. 15 Remove and reconstruct existing Linear Feet block seawall @ FORTY -FIGHT Dollars and ZERO Cents $ 48.00 $ 720.00 Per CineaPFoo • PR 1.7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 33. 120 Construct Type "A" P.C.C. curb and Linear Feet gutter per CNB Std. -182 -L @ FOURTEEN Dollars and ZERO Cents Per Linear Foot 34. 100 Construct Type "B" PCC curb per Linear Feet CNB Std. -187 -L @ TWELVE Dollars and ZERO Cents Per Linear Foot 35. 1100 Construct P.C.C. sidewalk per CNB Square Feet Std. -180 -L @ THREE Dollars and ZERO Cents Per Square Foot 36 37 38. $ 14.00 $ 1,680.00 $ 12.00 $ 1,200.00 $ 3.00 $ 3,300.00 20,840 Remove existing alley pavement and Square Feet construct P.C.C. pavement @ THREE Dollars and THIRTY Cents $ 3.30 Per Square Foot 2,370 Remove existing alley approach and Square Feet construct new alley approach @ THREE Dollars and ZERO Cents Per Square Foot 1,170 Remove existing roadway pavement Square Feet and construct new roadway pavement @ FOUR Dollars and ZERO Cents er square Foot $ 68,772.00 $ 3.00 $ 7,110.00 $ 4.00 $ 4,680.00 i • ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 39. 12 Remove existing pavement and construct Tons A.C. pavement patch back @ NINETY -FIVE Dollars and i ZERO Cents $ 95.00 $ 1,140 .On er on 40. 400 Remove existing pavement and construct Square Feet P.C.C. pavement patch back @ FOUR Dollars and ZERO Cents $ 4.00 $ 1,600.00 er square Foot FIVE HUNDRED NINETY -EIGHT THOUSAND. SIX HUNDRED SEVENTEERollars and ZERO Cents $ 598,617.00 TOTAL BID PRICE (WORDS) TOTAL BID PRIC FI ORES) October 12, 1989 CDITCH R SONS f1Vl Date Bidder (213) 770 -2920 S/ John M. Colich, President, Colich Brothers, Bidder's Telephone Number Authorize Signature Title Inc. John M. Colich, President 335424A 547 W. 140th Street Gardena CA Contractor's License No. & Classification i er's --A-ddres s • . Page 2 INSTRUCTIONS TO BIDDERS The following 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 SUBCONTRACTORS 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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 discrepancy 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 respon- sible for bidder errors and omissions in the PROPOSAL. 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 335424A ontr's ic. No. & Classificaflon October 12, 1989 Date COLICH & SONS WV) E9i dder S/ John M. Colich, President Authorized Signature /Title John M. Colich, President DESIGNATION OF SUBCONTRACTOR(S) Page 3 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1 2. 3. - - - - - -- N 0 N E - - - - --- 4. 5. 6. 7. 8. 9. 10. 11. 12. COLICH & SONS (JV) S /John M. Colich, President Authorized Signature /Title John M. Colich, President r Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Colich & Sons (JV) as bidder, and Safeco Insurance Company of America as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Amount Bid in -------------- - - - - -- Dollars ($ 10% of Bid ), 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 Sewer Main and Alley Replacement Program 1988 -89 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 10th day of October 1989 . (Attach acknowledgment of Attorney -in -fact) S /Mary J. Jennison Notary Public Commission Expires: Sept. 10, 1993 Official Seal MARY J. JENNISON Notary Public- California ORANGE COUNTY My Comm. Expires Sept. 10, 1993. Colich & Sons (JV) Bidder S /John M. Colich, President r^t i ^h °others , Authorized Signature /Title Inc. Safeco Insurance Company of America By: S/ Stanley C. Lynn, Attorney -in -Fact Title: Attorney -in -Fact r G SAFECO KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY 0 SAFECO INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 4578 That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint C. LYNN, Irvine, California— its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 23rd CERTIFICATE day of December 79 87 Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Bob A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. - IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation 5.1300 R5 3: 86 this ICl1'i _day of ,0ch�L 19_fL,�_ PRINTED IN U 5 A Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement 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 considering 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 suggested, 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 whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 12 day of Ort_ > 1989. My commission expires: 1 -10 -92 OFFICIAL SEAL SUSAN B. SIKES (Stamp) Notary Public- California LOS ANGELES COUNTY My Comm. Exp. Jan. 10, 1992 COLICH & SONS (JV) Bid er -� S /John M. Colich, President Authorized Signature /Title Colich brothers, Inc. S /Susan B. Sikes Notary Public 0 L TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 6 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 ATTACHMENT # 1 - - - -- COUCH & SONS (JV) dder S /John M. Colich, President Authorized Signature Title John M. Colich, President 11 Department of water and Power - TaIEPhooc: (213) 481 -6146 • Name of Project: Foothill Trunk Line Unit A Type of work: Installation of pipeline (sewer) (water) Contract amount: $3,320,000.00; 56,900,000.00 Job Site: Sylmar; No. Hollywood - Project completed: 7/86, 6/88 Owner's Project Engineer: Earl O. Stockl Address: P.O. Box 111 Los Angeles, Ca. 90051 2) Elsinore Valley No Water District - Telephone: (714) 674 -3146 Jack Devers Name of Project: Regional Wastewater:Management Facilities Schedule B Type of work: Installation of pipeline (sewer) Contract amount: $6,000,000.00 Job Site: Lake Elsinore Project completed: 7/87 Owner's Project Engineer: James M. Montgomery Engineers - Joseph A. Wojslaw (818) 796 -9141 Address: 250.No. Madison Avez,ue Pasadena, California 91101 3) Coachella Valley Municipal Water District Name of Project: Portals Avenue Storm Drain Type of work: Installation of pipeline Contract amount: $12,000,000..00 Job Site: Palm Desert Project completed: 1/88 Owner's Proiect Engineer: Bechtel Civil and Minerals, Inc. - Stan Haas Address: P,O. Box 207 Palm Desert, Ca. (619) 340 -3317 4) Morrison Associates .(Morrison Romes) - Telephone: (818) 680 -4402 Name of Projects: Tr. 33405;33406. 33411; 33408; 31768; 33410; 33401; 4071 Type of work: Installation of pipeiine (sewers, storm drains, water lines, water tank) Contract amount: $3,377,000.00; $532,300.00; $90,000.00; $166,000.00; $957,000.00; $1,101,000.00; Job Site: Agoura 'Hills • Calabasas* $2,205,000.00; $6,240,000.00* Project completed: 2185; 6/85; 12185; 1/86; 2186; 1/87; 3/87; in progress Owner's Project Engineer: Mike Greynald - Address: - 4165 Thousand Oaks 'Blvd. #390 Westlake Village, Ca. 5) County Sanitation District of Orange County - Telephone (714) 962 -2411 Name of Project: Fullerton -Brea Interceptor (sewer) Type of work: Installation of pipeline Contract amount: $8,900,000.00 Job Site: Fullerton & Brea Project completed: 2188 - Owner's Project Engineer: Tom Da.5 Address: 10844 Ellis Avenue Fountain Valley, Ca. 6) City of Oxnard - Telephone (805) 984 -4726 Representative: Samia Maximous Name of Project: Spec. No: 87 -22 Phase 3 Northeast Industrial Assessment District No. 86 -3 Type of Work: Installation of pipeline (water a sewer) Contract Amount: $2,255,740.00 ._ Job Site: Rice Avenue 6 Fifth Street Project completed: 10/88 -- Owner's Project Engineer: Boyle Engineering - Harold Catlin (805) 644 -9704 Address: 552 Maulhardt Avenue Oxnard, California 93030 7) County of Los Ange.les:- Dept. of Public Works - Telephone: (213) 226 -4111 Name of Projects: Rosemain Drain;Adams Blvd. Drain; Hermosa /6th St. Drain, Weston Dr.; Pac. /Hawthorne Drain; Poplink Type of work; Installation of pipelines (storm drainsl Drain Contract amount: $1,500,000.00; $5,200,000.00; $746,000.00; $1,019,000.00; $698,888.00; $765,750.00 Job Site: Compton; Los Angeles; Hcrmosa Beach; Inglewood, Torrance, Montebello Project completed: 2/87; 2/88; 2/88; 4/89; 4/89;7/89 Owner's Project Engineer: Lee Roesner; Kahler V. Russell; Mr. R. E. Etcheverry Address: P. 0. Box 2418 Los Angeles, Ca. 90051 8) C -W Associates (Campeau Corp.) (Lakeridge Associates) - (714) 955 -0224 Name of Project: Lomas De Yorba; Lakehills Type of work: Installation.of pipeline (storm drains) Contract amount: $1,350,000.00; $1,000,000.00 Job Site: Yorba Linda; Riverside Project completed: 9/87 - - Oweer's Project Engineer: Joe Barbot - Address: 3931 MacArthur Blvd. Suite 113, Newport Beach, California 92660 9) Overton -Moore and Associates - Telephone: (213) 323 -9111 Name of Project: PM.86 -323 - Type of work:Installation of pipeline (storm drain 6 sewer) Contract amount: $22,000.00 Job Site: Cypress Project completed: 10/88 Owner's Project Engineer: Dave Calhoun Address: 1125 W. 190th Street.. Gardena, California 90248 10) W.S.L.A. - Telephone: (714) 979 -4555 Name of Project: Various tracts Type of work: Installation of pipeline (storm drains) Contract amount: $2,650,000.00; $1,230,000.00; $346,000.00; $150,000.00; $478,990.00 Job Site: San Clemente Project completed: 3/88 Owner's Project Engineer: Joe Horvath Address: 3151 Airway Avenue Suite I -3 Costa Mesa, Ca. 92626 -4617 11) Newhall Land and Farming (Valencia Company) - Telephone: (805) 255 -4060 Name of Project: Various tracts Type of work: Installation of pipeline (storm drains, sewers) Contract amount: Various Job Site: Newhall /Valencia Project completed: 1985 to present Owner's Project Engineer: Phil Stidham Address: 23823 W. Valencia Blvd. Valencia, Ca. 91355 Further projects and additional information will be supplied on request. 7/89gy88- 1/87 Colich & Sons (JV) GENERAL ENGINEERING CONTRACTORS Lk.- No. 775124 GARDENA. CALIFORNIA 90248 TELEPHONE 21717702920 ORGANIZATION OF COLICH & SONS, A JOINT VENT OFFICE 547 West 1401h S1,e,t Colich and Sons is a joint venture, organized under the laws of the State of California. The joint venturers of Colich and Sons are Colich Construction Company, a California corporation, and Colich Bros., Inc., a California corporation. The Directors and officers of Colich Construction Company, a California corporation, are as follows: DIRECTORS Donald T. Colich Mildred J. Colich Candice J. Ostoich OFFICERS President - Donald T. Colich Vice - President - Candice J. Ostoich Secretary - Mildred J. Colich Treasurer - Mildred J. Colich The Directors and officers of Colich Bros., Inc. a California corporation, are as follows. DIRECTORS John M. Colich Tom P. Colich Mark A. Ostoich OFFICERS President - John M. Colich Vice - President - Mark A. Ostoich Secretary - Tom P. Colich Chief Financial Officer - Tom P. Colich 0 0 Page 7 NOTICE The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) 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 submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratinc�Guide: Property - Casualty. Coverages shall be provide a�cified in the Standard peci ications for Public Works Construction, except as 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, except as visions. EXECUTED IN FOUR O *NALS BOND NO. 5539086 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 30, 1989 has awarded to COLICH & SONS (JV) hereinafter designated as the "Principal ", a contract for SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1988 -89 (Contract No. 2700) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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, or other supplies used in, upon, for, or about the performance 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 Colich s sons (JV) as Principal, and Safeco Insurance Company of America ' as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Five Fgr W ety Eight Txxsard Six fi ta-cd -0 --v � and nO /I% 11 a r s ( $ 599,617.00 ) , said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly 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, or other supplies, used in, upon, for, or about the performance of the work contracted tob 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 3250 of the Givil Code of the State of California. Page 9 Payment Bond (Continued) .. The bond shall inure to the benefit of any and all persons, companies, and corporations cnsitled to file claims under Section 3181 of the California Civil Code so as to give a right to them or their assigns in any suit brought upon this bond, as required by the provisions of Sections 3247 et. seq. of the Civil 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 8th day of November '.1989 . Colich & Sons (JV) (Seal) Name of Contractor Pr nc pa Safeco Insurance Company of Ameridil ea l) e o C re Nam st Street Fountain ley -- CalifD Ma 92-708 Signature /j}na T1tle OWAUthorizea Agent 23282 MUT Creek Road, Suite 212 Laguna Hills, CA 92653 Address F Agent 714 768 -3400 Telephone No. of Agent STATE OF CALIFORNIA ` r COUNTY Of %C'r" /j�Pv -� OFFICIAL SEAL GERALDINE RAE McEWEN Notary Pubic- Collforrda jq*LOS ANGELES COUNTY My Commltgm Extotes September 13, 1993 ACKNOWLEDGMENT— G",I —Wd dIS form 23XA —Rev. 5.82 V1992 WOLCOTTS. INC. tpKe cMee 5.21 On this day of 0 �k: AJI-�X , in the year 19gc, before me, the undersigned, Notary Public in and for said Stale, personally appeared N iL% . Oe i I c ,1 personally known to me (or proved to me on the basis of satisfactory evidence) to be the person_ whose name— IS subscribed to the within instrument, and acknowledged to me that _he_ executed it. WITNESS my hand and I seat Notary Public in and for said Stale. State of California, ) WMCM filflbrtmFilYia9iq. tU County of Orange ) On this 8th , day of November in the year 1989 before me Notary of Public personally appeared Stanle +y C. Lynn personally known to me (proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney-in-Fact of Safeco Insurance Company of Americaand acknowledge to me that he (she) subscribed the name of Safeco Insurance Company of America thereto as surety, and his (her) own name as Attorney -in -Fact. gWry lic in and for said County B -40b 'r�yp�''jhNM ter► ��r EXECUTED IN FOUR ORI(LS . BOND NO. 5$39086 Premium: $6,539.00 Page 10 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 October 30, 1989 has awarded to COLICH & SONS (JV) hereinafter designated as the "Principal ", a contract for SEWER MAIN AND ALLEY REPLACEMENT PROGRAM.1988 -89 (Contract No. 2700 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 Colich & Sons (JV) as Principal, and Safeco Insurance Company of America as Surety, are held firmly bound unto the City of Newport Beach, in the §um of Ave Rrd:nd Ninety Eight Paz and Six ar&ed Sevmteai and ro/1W Dollars ( $ 598, 617.00 ) , 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 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 keep truly and perform the covenants, conditions, 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- STATE OF CALIFOR COUNTY s R GERAL�INE RAE MCEMN M— OFFICIAL SEAL Notary PUxc- Cali(ornla LOS ANGELES COUNTY My CommlWon Expire; September 13, 1993 On this day of in the year 19 ff {., belore me, the un rsigped, a Notary Public in and for said State, personally appeared tut. ��,[. C,L� , personally known to me (or prgved to me on the basis of satisfactory evidence) to be the person— whose name_ subscribed to the within Instrument, and acknowledged to me that _he_ executed it. A WITNESS my ACKNOWLEDGMENT— Gtwal —Wd is F%m 23SCA —Pm. 5-62 Notary Public in and for said Slate. QI%2 WOLCOTTS. INC. 1011ca tins IQl awoe`eus WF71. dEt�(ISOl1 N70NrPtg1 -GWRM State of California, ) WANBEMM M/t?onmGp6esSrq to,Ili3 County of Orange , ) On this 8th day of November 1989 , In the year , before me Notary of Public personally appeared Stanley C. Lynn personally known to me (proved to me on the basis of satisfactory evidence) to be the person whose name Is subscribed to this Instrument as the Attorney -in -Fact of Safeco Insurance Company of America and acknowledge to me that he (she) subscribed the name of Safeco Insurance Company .of America thereto as surety, and his (her) own name as Attorney -in -Fact. Public in and for said County .8 -400 /.3 , ,. .. y f rY .._+ � .. (. f} Faithful Performance Bond (Continued) • Page 11 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 of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that the 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 8th day of November , 1989 . Colich & Sons (JV) (Seal) Name of ontractor Principa Safeco Insurance Company of America (Seal) Name of Surety 17570 Brookhurst Street Fountain Valley, California 92708 Address AT Surety 23282 Milt Creek Road, Suite 212 Address of Agent Laguna Hills, CA 92653 714 768 -3400 Telephone No. of Agent POWER . HOME O INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 SAFECD M KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint -------- - - - - -- STANLEY C. LYNN, Irvine, California its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character Issued by the company in the course of Its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such Instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this_. 23rd_____ day of CERTIFICATE December Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: 19 87 . "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V. Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Both A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still In full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this +h —day of ValrLrnbC{ I9.5 S 13W R5 3,86 PRINTED IN Us A. SENT BY:NEWPORT BEACH .11 -10 -89 11141 LICENSE DIVISION- 818 796 7814 )# 2 0 Pae12 I I 'iIN II I I I�I y I r yI I q {•ry ,I, .. Il. Ir.:' IIxuu. �r SIP I'lll'il f.AM.l ,II ^I�Y��NI,nI "I i"I °i 4ill�,I �; +f,✓H iIINI PRODUCER COMPANIES AFFORDING COVERAGE Corroon & Black COMPANY A P.O. Box 90190 LETTER Institute of London Underwriters Pasadena, CA 91109 -0190 COMPANY LETTER State Farm Casualty & Fire Co. INSURED Colich & Sons, A JV, eta! 547 W. 140th Street COMPANY C Gardena, CA 90248 LBTTBR Unicare Insurance Co. Ill_I.; 1 I' {tf 11h'I141 ^�'i 1�1111N "��IiiAI'I��'FIII �I y�III!'I9�P071 Id 114jN V�' 1 �. 111 III�IxI IIi"911 II1I�.d'fl., .��J',III -I �II MIII��I'}�,I �'li 18'19' INDICATED. NOTWMiSTANDINO ANY REQUIREMENT, TERM OR CONDMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN, THE INSURANCE AffORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. 00 LTF TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION GATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCURANOE BASIS ONLY) GENERAL AGGREGATE S COMMERCIAL PRODUCTSICOMPLETED $1,000, A COMPREHENSIVE 8 98124 001 11/1/89 1 ,/,/go OPERATIONS AGGREGATE CONTRACTORS ® PROTECTIVE ® CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $1,000, _ CONTRACT XQ PRODUCTS /COMPL OPEN gUILDIN DEPAR MENT EACH OCCURANCE $1,000, ® XCU HAIARGS gBROAD FORM PROP. DAMAGE 1401f 13198 FIRE DAMAGE S SEIMABLITY OF INTEREST 50, CLAUSE (ANY ONE FIRE) ® PERSONAL INJURY *Vk CITY OF EWPORT BEACH 0=1119M MEDICAI. EXPENSES S 1 BIEMMM C IFORNIA (ANY ONE PERSON) ' AUTOMOBILE LIABILITY COMBINES SINGLE LIMIT 8 1 000�[�, li X OOMPREHENSNE BODILY INJURY = B avNee F801788FO175 11/1/89 11/1/9 (PER PERSON) 161 BODILYINJURY S HIRED (PER ACCIDENT QNON•OWNED PROPIE 8 EXCESS UABIUTY � EACH AGGREGATE UMBRELLA FORM 11 ' I III � . OCCURRENCE OTHER THAN UMBRELLA FORM III ��,,. S 8 STATUTORYL, +`,. WORKERS' COMPENSATION EACH luMIT S 1,000 C AHD UCA011649 11/i/89 11/1/9 S 1,000, DISEASE-POLICY EMPLOYERS' LIABILITY 8 1 Coo DISEASE •EACH EMPLOYEE LON09HORxiii AND HARBOR Imp IjI� W �. 9 '- 'h,)).yyJWlu (I WORKERS' COMP4N9AT10N STATUTORY ,{ h g {r�19,I; M /.I YN4 {II i ,T .ilfl A x',.v DESCRIPTION OF OPERATIONS/ LOCA7XpNSNEHICLE SMESTRICTION4*PECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: Sewer main & alley replacement program. Contract #2700. • PROJECT TITLE AND CONTRACT NUMBER [� N' x; ;;,DER DEFllia ^IA 411{1�kl 1 Try 4.':, 'III II �'! CE4L' ITION (;,t IIIII'IriISGt I''itll }?,' ' ;I ,I,r" iI, ,ICIg �,�I NMfMN y9ill?3 ^ yjG i�, mitl� 962'e f (IT,rnl Fl,l..1> IF 4� uJ.. n ,Illy V' , I•rFI; 1,jl ,x 1yl ll'IIIIW. J iI'.I.'u4fx 44,-I;n.'r dill �q)�N�tE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CrrY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE Go DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NO TO THE OF -N PO EAC BY REGISTERED MAIL NEWPORT BEACH, CA 92658 -8915 ION' A ORIZ MCIMR 5ZLN13ATH ISSUE DATE SENT BY:NEWPORT BEACH ;11 -10 —B9 1 11 :42 LICENSE DIVISIONy 818 796 7814 ;# 3 • Page 13 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: I. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability $ per person i Bodily Injury Liability $ per accident Property Damage Liability $ CYO Combined Single Limit Bodily Injury Liability and Property Damage Liability $ 1,000,000 Per Accident The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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 non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Sewer main & alley replacement program. Contact #2700. (Project Title and Contract No. This endorsement is effective 11/10/89 at 12:01 A.M. and forms a part of Policy No. F801788FO175 Of State Farm Casualty & Fire Co. (Company Affording overage Insured Colich & Sons, A JV, etal En Bement No. Special Producer Corroon & Black By jlj��J _/ ►������� PUBLiL' ViORriS 6: Novi31989► SENT BY :NEWPORT BEACH ;11 -10-69 ; 11142 LICENSE DIVISIONy 818 796 7814 ;# 4 CITY OF NEWPORT BEACH Page 14 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds In connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional Insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 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(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( ) Commercial (x) Comprehensive General Liability $ 11000,000 each occurrence $ 1,000,000 aggregate Products /Completed Operations The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability,Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shalt provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Sewer main & alle re lac ement ro.ect Title This endorsement is effective 11/10/89 at 12:01 A.M. and forms a part of Policy No. 898124001 Of Institute of London Underwriters Insured Colich & Sons, A SV, et al: Producer Corroon & B1 No. Special Page 15 CONTRACT THIS AGREEMENT, entered into this /day of , 19ff. by and between the CITY OF NEWPORT BEACH, hereinafter "Cit ," and COLICH & SONS (JV) hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1988 -89 2700 Title of Project Contract No. (b) Contractor has determined by City to be the lowest responsible 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 specifi- cations 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: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1988 -89 2700 Title of Project Contract No. which project is more fully described in the contract documnts. 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 FIVE HUNDRED NINETY -EIGHT THOUSAND SIX HUNDRED SEVENTEEN DOLLARS----- - - - - -- ($598.617.00 ). 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 obstructions 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 incor- porated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) • Page 16 (f) Plans and Special Provisions for SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1988 -89 2700 e (g) This Contract. 4. Contractor shall assume the defense of, and indemnity and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH A"� X �. By yow. Mayor ATTEST: APPROVED AS TO FORM: CITY Bc� Coy ;Gh/,� so �s C7-4/) City Attorney Name of Contractor (Principal) 1.7 � N C�CI� �MSj7L��i /O.v Cnh�7� Author a Signature and itle lLrt ?cf Cam-' Authorized Signature and Title WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." (2 ature COLICH & SONS (JV) Contractor SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 'roJect Title and Contract Number C -2700 • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS SEWER MAIN AND ALLEY REPLACEMENT PROGRAM CONTRACT NO. 2700 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . 1 II. AWARD AND EXECUTION OF THE CONTRACT. . . . . . 1 III. TIME OF COMPLETION AND SCHEDULE OF WORK. . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . 3 V. LIQUIDATED DAMAGES . . . . . . . . . . . . . . 3 VI. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . 3 A. Notice to Residents. . . . . . . . . 3 B. "NO PARKING, TOW- AWAY" Signs . . . . . . . 4 C. Street Sweeping Signs. . . . . . . . . . . 4 VII. CONSTRUCTION SURVEY STAKING. . . . . . . . . . 4 VIII. WATER . . . . . . . . . . . . . . . . . . . . . 4 IX. STEEL PLATES . . . . . . . . . . . . . . . . . 4 X. SURFACE AND GROUNDWATER CONTROL. . . . . . . . 5 XI. WATER SERVICE . . . . . . . . . . . . . . . . . 5 XII. TEMPORARY BYPASS WATER SYSTEM. . . . . . . . . 5 XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . 5 A. Constructing Sewer Mains . . . . . . . 5 B. Street and Alley Construction. . . . . . . 7 C. Water Main Replacement . . . . . . . . . . 8 XIV. STORM DRAIN . . . . . . . . . . . . . . . . . . 9 A. Materials. 9 B. A.C.P. Installation. 9 C. Pipe Fittings. . . . . . . . . . . . 10 D. Existing Storm Drain . . . . . . . . . . . 10 XV. SLUICE GATE . . . . . . . . . . . . . . . . . . 10 XVI. TEMPORARY RESURFACING . . . . . . . . . . . . . 10 i • SP 1 of 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 1988 -89 SEWER MAIN AND ALLEY REPLACEMENT PROGRAM CONTRACT NO. 2700 I. SCOPE OF WORK The work to be done under this contract consists of removing and replacing existing sewer mains, water mains, storm drains and alley improvements; adjusting existing City -owned utility frames and covers to finished grade; and other incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. R- 5595 -5, 5- 5127 -5 and A- 5123 -5), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1988 Edition) and (4) the Standard Specifications for u i1�6T c Worms Construction (1988 Edition), including supplements. opies o t e tan ar pecial Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions concerning awara an execution of the contract. III. TIME OF COMPLETION AND SCHEDULE OF WORK A. All work under this contract shall be completed by April 30, 1990. B. The Contractor shall complete all work on each alley or street within thirty (30) consecutive calendar days after beginning work on that alley or street. The term "work" as used herein shall include all removals, adjustments, and replacements; construction of sewer,storm drain and water improvements; construction of alley pavement, alley approaches, street pavement, curb, driveways, sidewalk, adjacent PCC or AC garage approaches and AC joins. Also included within the specified period is curing time for new PCC improvements. In summary, this means that each alley or street and every garage approach with access from that alley must be returned to normal vehicular use within thirty (30) consecutive calendar days from the day it is first closed to such use. The Contractor must 0 • SP 2 of 10 employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that Contractor will not be able to meet this schedule, he will be prohibited from starting additional work in additional alleys or streets until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The Contractor will be assessed $350 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the thirty (30) consecutive days allowed for 100% completion of the construction work at each alley or street. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project as specified below under Section V, Liquidated Damages. The intent of this section of the Special Provisions is to empha- size to the Contractor the importance of prosecuting the work in an orderly, preplanned, continuous sequence so as to minimize the time an alley or street is closed to vehicular traffic. C. The Contractor's schedule shall consider the phasing of water main construction, testing, disinfection, and connection to the existing system. The Contractor shall use the following guidelines in establishing this schedule: 1. No connections to existing water mains will be permitted until the new main has satisfactorily passed the hydrostatic test and has been disinfected and has satisfactorily passed bacteriological testing. 2. Hydrostatic pressure testing will be permitted against new valves. The test pressure shall be 225 PSI. Any temporary bulkheads for thrust resistance will be the responsibility of the Contractor. 3. Cutting -in of new water mains shall be done at times resulting in the least disruption of water service. Shutdowns to residences of up to four hours during the day will be permitted and will not require a temporary by -pass. Operations requiring a longer shutdown period will require a temporary by -pass. The Contractor shall notify the City's Utilities Superintendent, Mr. Gil Gomez, (714) 644 -3011, at least 48 hours in advance of the need to shut down or connect to any existing water mains. No shutdown will be allowed on Fridays, Saturdays, Sundays, holidays or after 12:00 noon. • • SP 3 of 10 The Contractor shall not operate existing water valves except in cases of extreme emergency. D. It will be the Contractor's responsibility to ensure the avail- ability of all materials prior to the start of work. Unavail- ability of materials will not be sufficient reason to grant the Contractor an extension of time for 100% completion of work at each alley or street. E. No work shall begin until a schedule of work has been approved by the Engineer. The Contractor, in preparing his schedule of work, shall phase construction to allow traffic from adjacent one -way streets to utilize streets and alleys not yet under construction in order to maintain the flow of traffic. F. Construct sidewalk, curb and gutter along Adams by November 15, 1989. IV. PAYMENT The unit or lump sum price bid for each item of work shown in the proposal shall be considered as full compensation for all labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit price bid for each item of work. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code, V. LIQUIDATED DAMAGES Commencing on May 1, 1990, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $350.00 in lieu of the daily sum of $100.00 specified in Section 6 -9 of the Standard Specifications. VI. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS A. Notice to Residents Forty -eight (48) hours before restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water service, the Contractor shall distribute to each affected address, as determined by the Engineer, 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 • SP4of 10 Contractor shall insert the applicable dates and time at the time he distributes the notices. 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. B. "NO PARKING. TOW- AWAY" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimension of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of "NO PARKING" in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. C. Street Sweeping Signs The Contractor shall bag or cover street sweeping signs on those streets adjacent to the construction site in a manner approved by the Engineer, after posting "NO PARKING -TOW AWAY" signs. All street sweeping signs shall be uncovered immediately after completion of work and upon removal of the "NO PARKING -TOW AWAY" signs. VII. CONSTRUCTION SURVEY STAKING Field staking for control of construction will be provided by the Engineer. VIII. WATER If the Contractor desires to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to the Contractor, less a quantity charge for water usage. IX. STEEL PLATES The City can provide, free of charge, a limited quantity of 1" thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 644 -3011. X. SURFACE AND GROUNDWATER CONTROL • SP 5 of 10 Groundwater may be encountered at certain sites in the project area. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area. Groundwater or surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to present such material from migrating into the bay. XI. WATER SERVICE Water service shall be maintained at all times to residences and business establishments except as permitted in Section III. The Contractor's methods of providing such continuous service shall be approved by the Engineer prior to construction. XII. TEMPORARY BYPASS WATER SYSTEM The Contractor may obtain, at no cost, a temporary bypass water system for use on this project. The Contractor shall make arrangements to obtain the bypass from Mr. Gil Gomez, Utilities Superintendent, at (714) 644 -3011. The Contractor shall be responsible for transport to and from the jobsite and for application at the jobsite. The Contractor shall reimburse the City for all materials damaged or borrowed and not returned. XIII. CONSTRUCTION DETAILS A. Constructing Sewer Mains The Contractor shall be responsible for maintaining sewer service at all times during construction of this project. Method of maintaining service shall be approved by the Engineer prior to the start of work. 1. Sewer Alternatives a. Vitrified Clay Pipe (VCP 1. Sewer Main Sewer main pipe, house connections (HC) sewer cleanouts, and fittings shall be extra strength vitrified clay pipe (VCP). 2. House Connections (HC) All new HC laterals shown on the plan shall be aligned perpendicular to the new sewer main unless otherwise shown on the plans. To accomplish this, the Contractor shall determine the exact locations of existing HC at property lines prior to laying any new pipe. The material and size of existing laterals at property lines may vary and shall be verified by the Contractor at his own expense. The Contractor shall furnish and install a sewer cleanout at each house connection lateral. Ll 3. Manhole Connections • SP 6 of 10 Manhole connections shall be watertight. The vitrified clay pipe shall be cement - grouted to existing manholes. Grout, proportioned by volume, shall be 1 part portland cement and 2} to 3 parts sand, to which 1 /10 part lime may be added. Polyvinyl Chloride (PVC) 1. Sewer Main Sewer main pipe, house connections (HC), sewer cleanouts, and fittings shall be polyvinyl chloride (PVC) SDR 35 and shall conform to the requirements of ASTM D1784 and 3034. The PVC pipe shall have a nominal diameter of 8 and 12 inches except for smaller sized house connections, and shall have integral bell and spigot connections with elastomeric gaskets. 2. House Connections (HC) See "Construction Details," Section XIII.A.I.a.(2). 3. Manhole Connections Manhole connections shall be watertight. Approved methods for connection can be made as follows: a. Manhole couplings with elastomeric gasket seals may be cement - grouted into the manhole walls. Pipe inserts into coupling. b. Waterstop in various forms (e.g., flexible boot or sleeve 0 -ring or gasket) produced from elastomeric compound may be grouted or locked into manhole wall. Pipe inserts into waterstop. c. Grouted connections directly to PVC pipe may be effective if the pipe at the connection is first softened with solvent and covered with sand. d. Grout, proportioned by volume, shall be 1 part portland cement and 21 to 3 parts sand to which 1 /10 part lime may be added. c. Ductile Iron (DI) 1. Sewer Main Sewer main pipe, where specified, and fittings shall be duc- tile iron (DI) Class 52. Buried ductile iron pipe shall be encased in minimum 8 -mil, polyethylene. All D.I. sewer main pipe shall be polyethlene lined by the manufacturer. • . SP7of 10 2. House Connections (HC) House Connections shall not be constructed of ductile iron unless otherwise specifieTon the plans. See "Construction Details," Section XIII.A.l.a.(2). 3. Manhole Connections Manhole connections shall be watertight. The ductile iron pipe shall be cement - grouted to existing manholes. Grout, proportioned by volume shall be 1 part portland cement and 21 to 3 parts sand to which 1 /10 part lime may be added. 2. Clearing and Access The Contractor may remove any interfering vegetation in alley 26B. The Contractor may access Alley 26B only through a 20 foot wide corridor, 10 feet on either side of the sewer centerline, in the park site. Upon completion of the work City forces will restore the irrigation system and turf. B. Street and Alley Construction 1. Removals and Excavation The work shall be done in accordance with Section 300 - 1.3.2. of the Standard Specifications except as modified and supplemented herein. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. Final removal accomplished by other means must be approved by the Engineer. 2. Existing Utilities The Contractor shall adjust to finish grade all sewer manholes, sewer cleanouts, water meter boxes, water valve covers, and monuments prior to the placement of pavement. The Contractor shall be responsible for any damages to existing utili- ties resulting from his operations. 3. PCC Curb and Sidewalk The cost of constructing curb and sidewalk adjacent to new alley approaches to join existing or new improvements shall be included in the cost of constructing PCC alley approaches. Sidewalk and curb construction adjacent to curb inlets will be paid per unit prices. 4. Encroaching Improvements The Contractor shall salvage any brick encroaching in the alley in conflict with the work, and stack it neatly on the property adjacent to the alley. The Contractor is not required to replace or adjust any encroaching improvements or vegetation within the right -of -way of alley 26 B. 5. Patch Back and Reinstallinq Brick • SP S of 10 The Contractor shall patch back AC, and PCC within private property at locations shown on the plans in a manner that matches the adjoining private property improvements in structural section, texture and color. 6. Water Meter Boxes The Contractor shall salvage and reset existing concrete meter boxes. The City shall furnish to the Contractor, for those sites where no water main replacement is required, meter boxes to replace those boxes which the Contractor and the Engineer determine to be substandard or broken prior to construction. Meter boxes provided by the City shall be picked up by the Contractor at the City's Utilities Yard at 949 West 16th Street. Boxes broken during the course of construction shall be replaced by the Contractor at his sole expense. C. Water Main Replacement 1. Materials The Contractor shall use asbestos cement pipe materials at all locations, except Alley 26 B. a. Pipe and Fittin Water pipe and fittings shall conform to Section 207 -7 of the Standard Specifications. b. A.C.P. Installation A.C.P. laying shall be performed in accordance with the recommendations of the manufacturer as described in the most recent publication of "Installation Guide, Transite Ring -Tite Pressure Pipe" published by Johns - Manville Corporation. Care shall be used to prevent damage in handling, moving and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks or chips. Power driven saws with abrasives discs shall be not be used for dry cutting or beveling asbestos cement pipe. Asbestos cement chips and cuttings from the filed operations shall be disposed of in a manner that will not contribute airborne asbestos dust to the atomsphere. Loose materials shall never be dry swept. Water or other dust suppressants shall be applied to those circumstances where sweeping is unavoidable. • SP9of 10 2. Water Main Abandonment Water main abandonment shall include the following: a. Removal and disposal of existing water valve frames and covers, backfilling void with sand, and placing resurfacing over the removal area per Std.- 105 -L. b. Abandoned pipe openings shall be plugged with 4 inches minimum Class E mortar. c. All water valves to be abandoned shall be left with the valve set in the open position, unless otherwise indicated. 3. Water Meters The Contractor shall salvage and return all water meters to be replaced to the Utilities yard at 949 West 16th Street. The City shall furnish new water meters to the Contractor for installation on the job site. 4. Water Meter Boxes See "Construction Details," Section XIII.B.6. VIV. STORM DRAIN A. Materials The Contractor shall use asbestos cement pipe materials, 3000 D minimum. B. A.C.P. Installation A.C.P. laying shall be performed in accordance with the recommendations of the manufacturer. Care shall be used to prevent damage in handling, moving, and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks or chips. Power driven saws with abrasive discs shall not be used for dry cutting or beveling asbestos cement pipe. Asbestos cement chips and cuttings from the field operations shall be disposed of in a manner that will not contribute airborne asbestos dust to the atomsphere. Loose material shall never be dry swept. Water or other dust suppressants shall be applied in hose circumstances where sweeping is unavoidable. C. Pipe Fittings SP 10 of 10 Water pipe and fittings shall conform to Section 207 -7 of the Standard Specifications. D. Existing Storm Drain The existing storm drain shall be abandoned per Section 306 -5 of the Standard Specifications and backfilled with a concrete slurry, Class 100 -E -100. XV. SLUICE GATE Installation of the sluice gate shall be performed by City forces and will require approximately three (3) working days. The Contractor shall not construct any portion of the curb inlet in such a manner as to limit installation or removal of the entire sluice gate assembly by City forces. XVI. TEMPORARY RESURFACING Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing" of the Standard Specifications shall be deleted and the following added: The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the unit costs to install storm drain, water and sewer mains and laterals with trench resurfacing. Temporary resurfacing shall be 2" in thickness, and is required over all excavated pavement areas except where an entire alley or street pavement is being reconstructed. s • • • I TO: CITY COUNCIL FROM: Public Works Department Otober 30, 1989 CITY COUNCIL AGENDA ITEM N0. F-3 SUBJECT: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1989 -90 CONTRACT NO. 2700 RECOMMENDATIONS: ......_ ... oq ?'J;V': OCT 3 0 1989 Award Contract No. 2700 to Colich & Son (JV) for the total bid price of $598,617.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on October 12, 1989, the City Clerk opened and read the following bids for this project: BIDDER TOTAL PRICE BID Low Colich & Son (JV) $598,617.00 2 Drainage Construction Co, Inc. 698,885.00 3 George Dakovich & Son 700,730.00 4 John T. Malloy 777,800.00 5 G.B. Cooke Inc. 960,785.00 The low price bid is 3.4% below the Engineer's estimate of $620,000.00. Colich & Son, the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has shown that Colich has successfully completed projects of a similar nature for other Southern California agencies and has no pending actions detrimental to their contractor's license. The project provides for the replacement of approximately 3450 lineal feet of deteriorated 8 -inch diameter sewer mains, replacement of approximately 340 lineal feet of deteriorated 12 -inch diameter sewer mains, replacement of deteriorated sewer laterals, replacement of 750 lineal feet of water main, replacement of water services, replacement of 270 lineal feet of storm drain, and reconstruction of approximately 25,300 square feet of alley improvement (see attached exhibit for location). t Subject: Sewer Main 0 Alley Replacement Program 1980 (C -2700) October 30, 1989 Page 2 • The sewer main and lateral replacements will (1) restore the original flow capacity to the main and (2) preclude the infiltration of ground water and sand into the deteriorated main. Such infiltration has resulted in rapid wear of sewer pumps and street surface settlements in recent years. The reconstruction of alley improvements will facilitate drainage and provide a smooth driving surface. Funds for award are proposed from the following accounts: Account Description Account No. Amount Sewer Main Replacement Program 02- 5589 -102 $463,548.00 Balboa Peninsula Alley Replacement 02- 3497 -430 45,115.00 Harbor Street End Improvement Program 02- 3489 -053 20,670.00 Water Main Replacement 50- 9289 -001 69,286.00 TOTAL $598,617.00 Plans and specifications for the project were prepared by the Public Works Department staff. The estimated date of completion is April 30, 1990. • Benjamin B. Nolan Public Works Director SL:so Attachment • `1 \1 u • i 9Y LN CiOp m.N \ V N 1i � d PROJECT LOCATIONS 0 VINCINITY MAP SCALE I " =240Q.' CITY OF NEWPORT BEACH DRAWN JW DATE 7 -27 -R9 PUBLIC WORKS DEPARTMENT APPROVED 19884989 Sri l( SEWER MAIN 8 ALLEY REPLACEMENT PROGRAM C -2700 DRAWING NO. EXHIBIT A wulnorued to ► oxsn Aex«trNnMnn a: It PuatK eotrcp by Decree Of the SYPMra tours r npe ounly, California. Number A -6214, doled 29 September. 1961, and A- 2"31, dated 11 ,lure. 1963 STATE OF CALIFORNIA County of Orange n„pc war......n+.,o cs.s•s A sw eruss.n r rw � r s«+� .r. w sw+ cawv .rsn 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which Is combined the NEWS - PRESS, a newspaper of general circulation, printed and published In the City of Costa Mesa, County of Orange. State of California, and that a Notice of Inviting Bids of which copy attached hereto Is a true and complete copy. was printed and published in the Costa Mesa. Newport Beach, Huntington Beach, Fountain Valley, Irvine. the South Coast communities and Laguna Beach Issues of said newspaper for 2 consecutive weeks to wit the issue(s) of September 28 , 198 9 October 5 198 9 198_ 198_ 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 20 198 9 at Costa Vbsa. California h PROOF OF PUBLICATION PMC NOTICE NOTICE INVFTN G BIOS Sealed bide may be re- �calved at the office of the City Clerk, 3300 Newport Boulevard, P. O. Box 1766; Newport Beach, CA 92668 -8915 until 11:00 a.m. on the 12th day of October, 1989, at which time such bids shell be opened and read for Title of Propel: SEWER MAIN AND ALLEY RE- PLACEMENT PROGRAM 1988 -89 I Centrael NO -. 2700 Ell 'a Estimate•. 8820,000.00 Approved by the City Council this 25th day of Sep- tember, 1989, WANDA E. RAGGIO, City Clark Prospective bidders may obtain one set of bid docu- ments at no coat at the office of the Public Works Depart- ment, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92858 -8915. For further Informatfon, call Steve Luy, Project Man- ager at 644.3311. Published Orange Coast Deily Pilot September 28, October S. 1989 Th764 eptember 25, 1989 CITY COUNCIL AGENDA ITEM N0. F -12 • TO: CITY COUNCIL �V `F' .1?,, 0u ,C!, FROM: Public Works Department CIT`! ):.,-*0IT SUBJECT: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1988 -89 S EP 2 5 1989 CONTRACT NO. 2700 AVVILOVED RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on October 12, 1989. DISCUSSION: The project provides for the replacement of approximately 3450 lineal feet of deteriorated 8 -inch diameter sewer mains, replacement of approximately 340 lineal feet of deteriorated 12 -inch diameter sewer mains, replacement of deteriorated sewer laterals, replacement of 750 lineal feet of water main, • replacement of water services, replacement of 270 lineal feet of storm drain, and reconstruction of approximately 25,300 square feet of alley improvement (see attached exhibit for location). The sewer main and lateral replacements will (1) restore the original flow capacity to the main and (2) preclude the infiltration of ground water and sand into the deteriorated main. Such infiltration has resulted in rapid wear of sewer pumps and street surface settlements in recent years. The reconstruction of alley improvements will facilitate drainage and provide a smooth driving surface. The plans and specifications were prepared by the City. The Engineer's estimate is $615,000. Adequate funds to award this amount are available in the Sewer Main Replacement Program, the Storm Drain Improvement Program, the Balboa Peninsula Alley Replacement Program, and the appropriation for water main replacement. The estimated date of completion is April 30, 1990. ISal �'dyLlL�i1 Benjamin B. Nolan Public Works Director SL:so Attachment (A) • C] ONS 1 'MAP 2400.' CITY OF NEWPORT BEACH DRAWN w DATE -ey PUBLIC WORKS DEPARTMENT AawrovED 19884989 �d SEWER MAIN 8 ALLEY REPLACEMENT PROGRAM C -2700 DRAWING NO. EXHIBIT A