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